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, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals from qualified small businesses for a contract to supply appliances and safety equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and various safety devices, to support disaster survivors in temporary housing situations. The contract will facilitate FEMA's mission to maintain a ready stock of these items, ensuring efficient disaster response and recovery efforts. Interested vendors must submit their proposals by December 29, 2025, with questions due by December 16, 2025; for further details, 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
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Buyer not available
    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.
    Plum Case Support for the Federal Emergency Management Agency (FEMA), Office of the Chief Information Officer (OCIO), Virginia Disaster Operations Center (VA-DOC)
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking to procure plum cases for hurricane response, specifically for the Office of the Chief Information Officer (OCIO) at the Virginia Disaster Operations Center (VA-DOC). The procurement includes 259 XPL9001 Plum Explorer Plum-Cases, 1 ENH9001 Plum Enhanced Plum-Case, and associated services such as a Plum Care Annual Service Package and a one-year license for the Cradlepoint Net Cloud Manager Platform, which will facilitate warranty, replacement, and software support for the devices. This equipment is crucial for ensuring effective disaster response and recovery operations, as the plum cases will be tested and updated at the VA-DOC before being deployed to Joint Field Offices (JFOs). Interested vendors can reach out to Karen Wilson at karen.wilson@fema.dhs.gov for further details regarding this opportunity.
    Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide janitorial services for the FEMA workspace at Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract will encompass daily cleaning services, with additional requirements for weekend cleaning during Regional Response Coordination Center activations, and includes a base period from February 2026 to January 2027, with four optional 12-month extensions potentially extending to January 2031. This procurement is critical for maintaining a safe and clean environment for FEMA staff, ensuring compliance with federal, state, and local regulations, and adhering to OSHA standards. Interested small businesses must submit their proposals by December 11, 2025, and are encouraged to attend site visits on December 8 and 10, 2025, with prior registration and security clearance requirements. For further inquiries, contact Kendall Feaster at kendall.feaster@fema.dhs.gov or by phone at 202-288-2189.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Buyer not available
    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
    Buyer not available
    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.
    HEATER, FUEL CUBE AND DUCTING RENTAL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the rental of a flameless diesel heater, a fuel cell, and associated ducting for use during painting operations on a 49ft Coast Guard Busl. The procurement includes an eight-week rental period for a 400k-750k BTU heater, a 250-gallon fuel cell with a pump, and two high-temperature ducts, with the rental period scheduled between December 22, 2025, and February 13, 2026, as determined by the Yard Point of Contact. This equipment is crucial for maintaining optimal working conditions during enclosed project operations, ensuring safety and efficiency. Interested vendors must submit their quotes via email to Shellby Hammond by December 17, 2025, at 12:00 PM (Eastern), referencing solicitation number 2126406Y61B5586003, and must comply with all relevant FAR clauses and requirements outlined in the solicitation.
    BWDS-90 Antenna Repair Georgia Emergency Management Agency
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking bids for the repair of BWDS-90 antennas for the Georgia Emergency Management Agency in Atlanta, Georgia. The procurement requires firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes disconnecting existing antenna mounts, installing extension masts, and conducting comprehensive post-installation testing. This project is critical for maintaining the functionality of the National Radio System (FNARS) and ensuring effective emergency communication capabilities. Interested contractors must submit their proposals, including a technical approach and past performance references, by the specified deadline, with the award expected to be made to the lowest priced, technically acceptable offer. For further inquiries, contact Erin Cotter at erin.cotter@fema.dhs.gov or call 301-980-8545.
    Justification and Approval For Other Than Full and Open Competition – Mobile Home Pad Leases DR-4559-LA and/or DR-4570-LA
    Buyer not available
    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.
    DR4673-FL Sole Source Justification - Palms at Pine Island
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking to enter into a sole source contract with The Palms at Pine Island for the lease of commercial pad sites in Florida to provide temporary housing for individuals displaced by Hurricane Ian (Disaster DR4673-FL). This procurement aims to secure Manufactured Housing Units (MHUs) and Recreational Vehicles (RVs) for affected survivors, addressing an urgent need for housing in the aftermath of the disaster. The contract, valued at up to $298,080.00, is structured as a firm fixed-price agreement for an initial six-month period, with options for two additional six-month extensions, justified by the limited availability of suitable sites within a 50-mile radius and the necessity for expedited action in an emergency context. Interested parties can reach out to Ashlee Young at ashlee.young@fema.dhs.gov for further information regarding this opportunity.
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Reinsurance Broker Services for the National Flood Insurance Program. The primary objective of this procurement is to secure broker support services that will assist in the management and execution of FEMA's reinsurance program, which is critical for mitigating flood-related risks and ensuring the financial stability of the insurance program. These services are vital for maintaining the effectiveness of the National Flood Insurance Program, which plays a crucial role in disaster recovery and risk management across the United States. Interested parties can reach out to Glen Seipp at glen.seipp@fema.dhs.gov or Karen Sebro at karen.sebro@associates.fema.dhs.gov for further information regarding this opportunity.