Appliances & Safety Equipment for the Transportable Temporary Housing Units
ID: 70FB8026Q00000004Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYCOMMUNITY SURVIVOR ASSISTANCE SECWASHINGTON, DC, 20472, USA

NAICS

Major Household Appliance Manufacturing (335220)

PSC

KITCHEN EQUIPMENT AND APPLIANCES (7320)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for a contract to supply Appliances & Safety Equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and safety equipment such as NOAA weather radios and strobe lights, to support disaster survivors housed in TTHUs. The initiative is critical for maintaining a ready stock of housing units to facilitate FEMA's Individual Assistance Direct Housing Program. Interested small businesses must submit their proposals by January 5, 2026, with questions due by December 16, 2025. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) has issued Solicitation No: 70FB8026R00000003 for a Multiple-award Blanket Purchase Agreement (BPA) for Appliances & Safety Equipment for Transportable Temporary Housing Units (TTHUs). This BPA, with a 5-year ordering period, will allow FEMA to issue firm-fixed-price Delivery Orders on an as-needed basis to provide standard household items to disaster survivors. The solicitation outlines terms for ordering, packaging, inspection, acceptance, and delivery, including a 30-calendar-day delivery requirement to FEMA sites in the CONUS. It also details invoicing procedures, contractor responsibilities for maintaining SAM registration, and agency protest guidelines, including contacts for the Contracting Officer and Ombudsman. This ensures efficient and compliant procurement of essential supplies for disaster relief efforts.
    FEMA's Statement of Work outlines requirements for contractors to provide appliances and safety equipment for Transportable Temporary Housing Units (TTHUs). This initiative supports FEMA's mission to offer direct assistance to disaster survivors by maintaining a ready stock of housing units. Contractors must supply new, unused, and compliant items, including microwaves, refrigerators, electric ranges, weather radios, and various safety devices, all meeting specified fire, safety, energy, and accessibility standards. Substitutions for unavailable products require written approval. Packaging, labeling, and delivery protocols are strict, with items shipped to FEMA's Manufactured Housing Storage Site in Cumberland, MD, within 30 calendar days of order. The ordering period spans five years, with government inspection and acceptance managed by the COR. Damaged items must be repaired or replaced within 72 hours at the contractor's expense.
    This government file outlines a Request for Proposal (RFP) for various appliances and safety equipment, including microwave ovens, refrigerator/freezers, electric ranges/ovens, range vent hoods, and dehumidifiers. It also specifies safety items such as NOAA weather radios, strobe lights, bed shakers, dual connectors for weather alert systems, 2-in-1 strobe lights for fire, and RV door locks. The document provides detailed descriptions, maximum dimensions, and specific requirements for each item, including color options (black, white, silver), certifications (UL, FCC, NOAA), warranties, and energy efficiency standards (Energy Star, FAR 23.107-3, UFAS/ADA compliance). For safety equipment, compatibility with weather alert systems is a recurring requirement. The file also includes pricing information from various vendors, distinguishing between
    The document, titled "Appliances & Safety Equipment Past Performance Form," is a template used within government RFPs, federal grants, or state and local RFPs to collect detailed past performance information from contractors. It requires comprehensive data on previous contracts, including project numbers and names, contracting parties, unique identification numbers (UEI and CAGE), contract types (FFP, CR, T&M, LH), award and completion dates, and dollar values. The form also requests information on the contractor's role (prime or subcontractor), joint venture partnerships, place of performance, and points of contact for contracting officers (CO) and contracting officer representatives (COR). This form is crucial for evaluating an offeror's experience and capability in fulfilling similar government contracts related to appliances and safety equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Furniture for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide furniture for Transportable Temporary Housing Units (TTHUs) intended for disaster survivors. The procurement involves a Blanket Purchase Agreement (BPA) for standard household furniture items, including sofas, armchairs, dining sets, and beds, which are essential for ensuring that eligible individuals have the necessary furnishings during their temporary housing period. This initiative is critical for maintaining a ready stock of units to support FEMA's Individual Assistance Direct Housing Program, with a performance period spanning five years, including one base year and four option years. Interested vendors must submit their proposals by January 12, 2026, and can direct inquiries to Ejona Lika or Tamara Beach at FEMA via the provided email addresses.
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) services. This procurement involves non-personal services for hauling, installation, maintenance, and deactivation support for Transportable Temporary Housing Units (TTHUs), as well as the development and construction of group sites for disaster survivors. These services are critical for providing rapid housing support in response to disasters across the contiguous United States. Interested parties can reach out to FEMA LogHOUSE at fema-loghouse-contracting@fema.dhs.gov for further details, as the contracts are awarded to select contractors with the capacity to respond on short notice.
    Generators - 400kW & Below
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of generators rated at 400kW and below. This contract aims to support FEMA's emergency response operations by providing various sizes of generators, associated shipping, external fuel tanks, and on-site training, with a base performance period from February 21, 2026, to February 20, 2027, and an option year extending to February 20, 2028. The generators must meet specific technical specifications, including Tier 4 Final EPA compliance, and will be delivered to multiple locations, including both domestic and overseas sites. Interested small businesses must submit their proposals by 12:00 PM EST on January 13, 2026, and are encouraged to contact Oneko Dunbar at Oneko.Dunbar@fema.dhs.gov for further information.
    Generators - 401kW & Above
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to procure generators rated at 401kW and above. This procurement aims to support FEMA's emergency response operations by providing essential power generation equipment, including necessary fuel tanks and on-site training, to ensure compliance with environmental regulations. The contract will span from February 2026 to February 2029, with a minimum guaranteed amount of $540,000, and proposals must be submitted by January 13, 2026, at 12:00 PM EST. Interested vendors should contact Oneko Dunbar or Danielle Sweetney for further information and ensure they are registered in the System for Award Management (SAM) prior to submission.
    Mobile and Transportable Microreactor System
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is issuing a Request for Proposal (RFP) for the development, testing, and deployment of mobile and transportable microreactor systems aimed at enhancing national energy resilience and supporting critical DHS missions. The project seeks to deliver ten microreactor units capable of providing continuous electrical output of 1–5 MWe, with a core life of 3 to 10 years without refueling, to be utilized in both fixed-site and expeditionary environments, particularly during emergency response and disaster recovery operations. This acquisition is significant as it represents the first federal microreactor system designed for diverse operational conditions, with a total estimated contract value of $722 million for two contract awards. Interested offerors must submit their proposals by January 9, 2026, at 4:00 PM Eastern Standard Time, and can direct inquiries to Darin Andrew Jones at Darin.Jones@hq.dhs.gov or John Whipple at John.Whipple@hq.dhs.gov.
    Janitorial Services FEMA Region 1 FRC
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA) Region 1, is seeking proposals for janitorial services at the Federal Regional Center (FRC) located in Maynard, Massachusetts. The procurement aims to secure daily janitorial services for an 11-month base period from January 12, 2026, to December 12, 2026, with a focus on maintaining cleanliness and hygiene standards within the facility. This opportunity is a total small business set-aside under NAICS Code 561720, with a size standard of $22 million, emphasizing the importance of supporting small businesses in federal contracting. Interested parties must attend a mandatory site visit on December 22, 2025, submit questions by December 24, 2025, and provide their proposals by January 2, 2026, with all submissions directed to the designated FEMA contacts, Anhur Maklef and Karley Hoyt, via email.
    DISHWASHING MACHINE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 12 dishwashing machines, which are essential for sanitizing equipment used on specific vessels. The machines must meet stringent specifications, including a configuration of 460 volts, 60 Hz, 3 phase, and 8.3 amps, and must be packaged according to military standards to ensure safe delivery and compliance with Coast Guard requirements. Interested vendors must submit their quotes by January 9, 2026, at 10:00 AM Eastern Standard Time, and should direct any inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259. This opportunity is set aside for small businesses, and the contract will be awarded based on the lowest price technically acceptable.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases related to disaster response efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary leasing arrangements for non-building facilities to support displaced individuals during recovery operations. The justification for this contract is made publicly available in compliance with federal regulations, emphasizing the importance of timely and effective disaster response capabilities. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION – TRAVEL TRAILER/MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for the lease of travel trailer and mobile home pads in response to disaster recovery efforts for incidents DR-4559-LA and DR-4570-LA. This procurement aims to secure necessary facilities to support displaced individuals and families during recovery operations in Louisiana. The justification for this contract is made publicly available in accordance with federal regulations, emphasizing the importance of transparency in government contracting processes. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further information regarding this opportunity.
    Justification and Approval For Other Than Full and Open Competition – Mobile Home Pad Leases DR-4559-LA and/or DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases related to disaster recovery efforts in Lake Charles, Louisiana. This procurement is aimed at securing necessary facilities for individuals displaced by disasters DR-4559-LA and DR-4570-LA, highlighting the importance of providing temporary housing solutions in emergency situations. The justification for this contract is publicly available in compliance with federal regulations, and interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.