RFI- FEMA Disaster Ops for Transportation Services (DOTS) VIPR
ID: 70FB7025I00000001Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYINCIDENT SUPPORT SECTION(ISS70)WASHINGTON, DC, 20472, USA
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking industry insights via a Request for Information (RFI) for disaster transportation services in Puerto Rico and the U.S. Virgin Islands (USVI). The objective is to gather capabilities from firms that can provide comprehensive transportation services for delivering critical Initial Response Resources (IRR) such as food, water, and medical supplies to areas affected by disasters, addressing challenges related to damaged infrastructure and resource distribution. This initiative is crucial for enhancing disaster response capabilities, with FEMA planning to award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to facilitate rapid deployment and logistics management. Interested contractors must submit their capabilities packages by February 28, 2025, and can direct inquiries to Edward Rudd at Edward.ruud@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) is hosting an Industry Day for its Disaster Overseas Transportation Support (DOTS) program, specifically for Puerto Rico and the U.S. Virgin Islands. The objective is to obtain all-inclusive, multimodal transportation services from the Continental U.S. to these territories to enhance disaster response capabilities. FEMA aims to award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts which will allow for rapid proposal responses to Task Order Requests. Key components of the contract include rapid deployment capabilities (48 hours post-award), managing a monthly movement of approximately 4,000 trailers, and providing crucial services like cross-docking and freight forwarding of life-saving resources. Contractors must have personnel with substantial expertise in shipping and logistics, including compliance with safety regulations. The support operations will include a secured staging yard near the designated ports and effective communication between FEMA and contractors to ensure seamless coordination of resources. Contractors are expected to provide detailed operational plans addressing various contingencies. The document serves as a call for interested industry participants to submit their capabilities and indicate their willingness to respond to the forthcoming Request for Information (RFI), which is a vital step towards securing government contracts under this initiative. Responses are due by February 28, 2025.
    The Federal Emergency Management Agency (FEMA) has issued a Request for Information (RFI) aimed at gathering industry insights for disaster transportation support in Puerto Rico and the U.S. Virgin Islands (USVI). This RFI, which is not a solicitation for proposals or contracts, seeks capabilities from firms capable of providing comprehensive transportation services for delivering critical Initial Response Resources (IRR) such as food, water, and medical supplies to remote areas impacted by disasters. FEMA highlights existing challenges in accessibility and resource distribution due to damaged infrastructure and limited readiness in warehousing and personnel. Key services requested include air, maritime, and ground transportation, container management, cross-docking operations, and 24/7 operational support with advanced tracking systems. Also included are specific questions outlining expectations for industry capabilities in responding to adverse weather, asset management, coordination with FEMA, and retrograde support logistics. Interested contractors must submit their capabilities packages by February 28, 2025, to assist FEMA in establishing effective disaster response logistics. The document stresses the need for timely responses and compliance with federal requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Immigration Detention and Transportation in Puerto Rico
    Buyer not available
    The Department of Homeland Security (DHS), specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to modify an existing contract with MVM, Inc. for immigration detention and transportation services in Puerto Rico. This modification, justified under FAR Subsection 6.302-1, will extend the current contract by six months, with an option for an additional six months, totaling $4,676,420.78, due to the time-sensitive nature of the services and the sole-source determination that MVM, Inc. is the only responsible vendor capable of fulfilling the requirements within the necessary timeframe. The anticipated costs are considered fair and reasonable based on historical pricing, and ICE plans to publicize this modification while ensuring that future acquisitions will be competitively awarded. For further inquiries, interested parties may contact Corey A. Soileau at Corey.Soileau@ice.dhs.gov.
    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.
    VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30 project located in St. Thomas, U.S. Virgin Islands. This project involves the reconstruction and expansion of Veterans Drive into a continuous four-lane roadway over approximately 0.39 miles, with an estimated cost between $80 million and $90 million, focusing on enhancing safety for pedestrians and vehicles, improving drainage, and other related work. Interested contractors must submit both technical and cost proposals, with bid documents expected to be available around November 6, 2025, and must be registered in the System for Award Management (SAM) for proposal submission and payment. For further inquiries, contact Shirley A. Anderson at eflhd.contracts@dot.gov or by phone at 703-948-1407.
    Presolicitation Notice For Subsistence Prime Vendor Support For Puerto Rico
    Buyer not available
    The Defense Logistics Agency (DLA) is preparing to solicit offers for Subsistence Prime Vendor support for military and federally funded customers in Puerto Rico, with a solicitation expected to be issued in December 2025. The contract will be a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the Prime Vendor to supply a wide range of food items, including perishable and semi-perishable products, to various military facilities and visiting U.S. Navy ships in the region. This procurement is crucial for ensuring that authorized DLA customers receive timely and adequate food supplies during military operations and training exercises. Interested vendors should note that the estimated contract value is $32 million, with a maximum potential value of $48 million, and they can find the Request for Proposal (RFP) SPE300-25-R-0015 on the DLA Internet Bid Boards System (DIBBS). For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matt Ligato at matthew.ligato@dla.mil.
    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.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Buyer not available
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    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.
    Request for Information about Commercially Available Helicopter Services in Alaska.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 Portsmouth, is seeking information regarding commercially available helicopter services in Alaska through a Request for Information (RFI). The Coast Guard requires aircraft services capable of providing unscheduled transits to and from remote, unmanned sites, with specific performance specifications including the ability to carry a minimum of 500 pounds, conduct external sling loads, and operate under daytime Visual Flight Rules. This procurement is crucial for supporting operations in Alaska, particularly during the months of April to November, with potential winter operations as weather permits. Interested vendors should submit their capabilities briefs, including company details and service descriptions, to Dr. Vaughn Hammond at vaughn.m.hammond@uscg.mil, as no solicitation currently exists and responses will inform future requirements.
    Online Database of Preventive and Travel Health Information-Enterprise and Aerial Route Intelligence Subscription Services-Request for Information
    Buyer not available
    The Department of Homeland Security (DHS), Office of Health Security (OHS), is seeking qualified vendors to provide an enterprise-level online database and alert service for preventive and travel health information, as part of a Request for Information (RFI). The objective is to enhance DHS workforce health readiness and epidemiological monitoring through a subscription service that includes features such as aerial route risk mapping, continuous updates on infectious diseases, vaccination requirements, and access to medical facilities. This service is critical for ensuring timely, evidence-based information for risk assessment and travel planning for up to 1,000 users, thereby supporting the health and safety of DHS personnel. Interested parties must submit their capability statements by December 10, 2025, and can contact Mark Namoco at mark.namoco@hq.dhs.gov or Brendan Benisek at Brendan.Benisek@hq.dhs.gov for further information.