Manufactured Housing Units (MHUs) Re-Compete 2025
ID: 70FB8025I00000001-RFI-MHUs-2025Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYFEMAWASHINGTON, DC, 20472, USA

NAICS

Manufactured Home (Mobile Home) Manufacturing (321991)

PSC

MISCELLANEOUS PREFABRICATED STRUCTURES (5450)
Timeline
    Description

    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is conducting a Sources Sought notice for the procurement of Manufactured Housing Units (MHUs) as part of its Market Research for the Re-Compete 2025 initiative. The objective is to identify firms capable of producing HUD-compliant MHUs that meet specific federal standards for safety, accessibility, and construction, ensuring timely delivery and adherence to FEMA's Fit and Finish standards. These units are critical for providing temporary housing solutions to disaster survivors, reflecting FEMA's commitment to effective disaster response. Interested parties are encouraged to submit their feedback by February 24, 2025, and can direct inquiries to fema-mhusrfi2025@fema.dhs.gov, noting that this RFI does not constitute a solicitation for proposals.

    Point(s) of Contact
    fema-mhusrfi2025@fema.dhs.gov
    fema-mhusrfi2025@fema.dhs.gov
    Files
    Title
    Posted
    The U.S. Department of Homeland Security's Federal Emergency Management Agency (FEMA) outlines a Statement of Work (SOW) for procuring Manufactured Housing Units (MHUs) to provide temporary housing for disaster survivors. Authorized by the Robert T. Stafford Disaster Relief and Emergency Assistance Act, FEMA seeks to ensure that MHUs comply with HUD standards and various accessibility regulations. The SOW details specific types of MHUs to be produced—including different configurations of one, two, and three-bedroom units—and the necessary manufacturing codes and standards to be adhered to, such as the National Electric Code and the Uniform Federal Accessibility Standards. Contractors must ensure the quality and safety of the units delivered, with criteria for workmanship defined in FEMA's Fit and Finish standards. The document stipulates production capacity requirements for different contractor classifications, requiring timely delivery and inspection of units, with specific channels for reporting and documentation. Additionally, repair protocols for units found defective post-installation are highlighted, alongside strict guidelines for adding manufacturing facilities. Overall, this SOW reflects FEMA's commitment to delivering effective housing solutions quickly and safely to disaster-affected communities while ensuring compliance with federal standards and regulations.
    The Federal Emergency Management Agency (FEMA) issued a Request For Information (RFI) related to Manufactured Housing Units (MHU) for transportable temporary housing. This RFI is for market research purposes only, aiming to gather feedback from industry stakeholders regarding their capabilities to provide the necessary services. It explicitly states that this is not a solicitation for proposals, and any submitted responses will not form a binding contract. Interested parties must provide their feedback by February 24, 2025, and include pertinent company information. The document outlines response requirements, including submission format (Microsoft Word or PDF) and instructions for addressing questions through specified points of contact via email. While responses are encouraged from small businesses to ascertain competition levels, the RFI reminds respondents that submitted information may be subject to disclosure under the Freedom of Information Act. The attached documents, including a Draft Statement of Work and a Questions and Feedback Matrix, further clarify the RFI’s intent. Overall, this initiative reinforces FEMA’s proactive approach in preparing for potential future procurement needs concerning temporary housing solutions in disaster scenarios.
    The file consists of a Request for Information (RFI) regarding the NextGen IDIQ Recompete for HUD-compliant Manufactured Housing Units (MHUs). The primary purpose is to gather detailed information from manufacturers about their experience and capabilities in producing MHUs that adhere to specific federal standards, including safety, accessibility, and construction guidelines. Key inquiries focus on the companies’ years of manufacturing, production capacity, operational disruption factors, and the location of their manufacturing facilities. Additionally, it seeks to understand the manufacturers' experience with HUD and compliance inspection agencies, as well as any relevant industry standards not previously mentioned. Companies are also asked to specify their small business designations and GSA schedule contracts if applicable. This information is vital for federal contracting purposes, ensuring that manufacturers can meet government standards for housing. Overall, the RFI aims to compile comprehensive insights that will inform decision-making in the recompete process for the NextGen IDIQ contract.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MULTIFAMILY LEASE AND REPAIR (MLR) REQUEST FOR INFORMATION
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking information regarding the Multifamily Lease and Repair (MLR) program in response to Hurricane Helene, which has significantly impacted housing in Georgia. This initiative aims to provide temporary housing solutions for individuals and households displaced by the disaster by repairing or improving existing multifamily rental properties that meet specific criteria. The program is crucial for ensuring that eligible applicants have access to safe and adequate temporary housing, with FEMA covering costs up to $40,000 per unit for necessary repairs. Interested property owners must submit their responses by February 22, 2024, including detailed property information and compliance with accessibility standards, to the primary contact at FEMA via email at FEMA-DR4830GA-mlrrfi@fema.dhs.gov.
    FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and DeactivationLogistics Housing Operations Unit Installation, Maintenance and Deactivation
    Buyer not available
    The Federal Emergency Management Agency (FEMA), under the Department of Homeland Security, is seeking contractors for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE II) contract. This procurement aims to provide comprehensive services including hauling, installation, maintenance, and deactivation of Transportable Temporary Housing Units (TTHUs) to support disaster recovery efforts across the contiguous United States. The contract is structured as a multiple-award, Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a partial small business set-aside, emphasizing the importance of rapid and effective housing solutions in emergency situations. Interested parties should note that the anticipated award date is August 2025, with a minimum guarantee of $12,500 and a maximum ceiling of $2.6 billion. For further inquiries, potential bidders can contact Angelina W. Bachemin at fema-loghouse-ctadmin@fema.dhs.gov.
    Direct Lease for DR-4830-GA Hurricane Helene
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking property management companies to participate in the Direct Lease program in response to Hurricane Helene (DR-4830-GA) in Georgia. The objective is to secure a portfolio of furnished, turnkey residential properties, including corporate apartments, vacation rentals, and bank-owned properties, that are within a 30-60 minute commute from the affected areas, ensuring they meet safety, sanitary, and functional standards. This initiative is crucial for providing temporary housing solutions for individuals displaced by the disaster, with leases expected to last a minimum of 18 months and include provisions for accessibility and maintenance. Interested parties must submit their information by February 12, 2025, and can contact FEMA at fema-dr4830ga-directleaserfi@fema.dhs.gov for further details.
    Direct Lease for DR-4856 California Wildfires and Straight-line Winds
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking property management companies to provide direct lease housing assistance in response to the California Wildfires (DR-4856-CA). The objective is to acquire a portfolio of furnished, turnkey residential properties, including 1- to 4-bedroom units, within a 25-mile radius of the affected areas, ensuring they are safe, sanitary, and functional for eligible disaster applicants. This initiative is critical for providing temporary housing solutions for individuals displaced by the disaster, with properties required to be ready for immediate occupancy for a lease term of at least 18 months. Interested parties must respond to the Request for Information (RFI) by 5:00 PM PST on February 11, 2025, and can contact Demetria Carter at demetria.carter@fema.dhs.gov for further details.
    Request For Information (RFI) - Outbound Mail Operations Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking information from qualified contractors to support outbound mail operations related to its Individuals and Households Program (IHP). The objective is to establish a contractor-operated mail processing system capable of managing high volumes of correspondence generated by disaster assistance requests, ensuring privacy, accuracy, and timely delivery of services to disaster applicants. This initiative is critical for effective communication and aid distribution following Presidentially-declared emergencies, reflecting FEMA's commitment to disaster recovery logistics. Interested vendors must submit their capabilities statements by February 14, 2025, to the designated contacts, Oneko Dunbar and Marcia Irizarry Snyder, via the provided email addresses.
    Request For Information (RFI) - Inbound Mail Operations Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide inbound mail operations services to support its Individuals and Households Program (IHP). The objective is to establish a robust contractor mail operation capable of efficiently processing large volumes of applicant correspondence during disaster situations, ensuring privacy, accuracy, and timely responses. This initiative is critical for managing disaster-related communications, particularly in the wake of Presidentially-declared disasters, where rapid processing of applicant correspondence is essential. Interested vendors must submit their capability statements and responses to specific questions by February 14, 2025, to the designated contacts, Oneko Dunbar and Marcia Irizarry Snyder, via the provided email addresses.
    Global Freight Analysis Subscription
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking a contractor to provide a cloud-based Global Freight Analysis Subscription service to support its Logistics Analysis Office (LAO). This service aims to enhance FEMA's capabilities in accessing, analyzing, and monitoring real-time and historical freight market data across various transportation modes, thereby optimizing logistics operations and improving decision-making during disaster response and recovery efforts. The system will facilitate benchmarking of freight spend, carrier service, and operational efficiency while ensuring compliance with federal guidelines and security protocols. Interested parties should contact Janine Bennett at janine.bennett@fema.dhs.gov or Lakisha Hyman at lakisha.hyman@fema.dhs.gov, with responses to the Request for Information (RFI) due by February 7, 2025.
    FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
    Buyer not available
    The Federal Emergency Management Agency (FEMA) is seeking technical support services for the Hermit’s Peak/Calf Canyon Claims Review, aimed at facilitating the efficient processing of claims related to the significant damages caused by the Hermit’s Peak and Calf Canyon fires in New Mexico. The contractor will be responsible for various operational tasks, including claimant intake, documentation collection, evaluation of claims for compensatory damages, and ensuring compliance with regulatory guidelines, all while maintaining a claimant-centric approach. This procurement is crucial for expediting compensation to affected individuals and will be executed through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure over a five-year period, with a base year and four option years. Interested contractors can direct inquiries to Rachel Woods or Sharon Edwards via their respective emails, and should prepare for the anticipated solicitation release around February 2025.
    Air Ground Support Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for Air Evacuation Aviation Planning and Operational Ground Support Services. This procurement aims to secure contractor-managed multi-functional air operational support resources to assist in federal responses to national events, with a contract period anticipated to include a one-year base and four one-year options. These services are critical for effective emergency response and disaster planning, ensuring that the government can efficiently mobilize air support when needed. Interested vendors should note that the Request for Proposal (RFP) is expected to be released around the week of February 24, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Felicia Castillo at felicia.castillo@fema.dhs.gov.
    FEMA Disaster Overseas Transportation Support (DOTS) Virgin Islands & Puerto Rico (VIPR)
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is hosting an Industry Day Webinar on February 19, 2025, to discuss the Disaster Overseas Transportation Support (DOTS) program for the Virgin Islands and Puerto Rico. This event aims to provide participants with an overview of the DOTS program, contract details, and opportunities for industry collaboration, reflecting FEMA's commitment to enhancing disaster response capabilities in these regions. Registration for the webinar is mandatory and must be completed by February 9, 2025, with a limit of ten participants per company; attendees will receive a unique Zoom link upon registration. For further inquiries, interested parties can contact Edward Rudd at Edward.ruud@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov.