FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement
ID: FEMA_CID_BPA_70FA2026Q00000001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYPREPAREDNESS SECTION(PRE20)WASHINGTON, DC, 20472, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide Disaster Continuous Improvement Support Services for its Continuous Improvement Division (CID). The procurement aims to secure a range of services, including Program Management Support, Data Collection and Analysis, Training, Technical Assistance, and Disaster Readiness Operations, with an estimated total value of $41.5 million over a five-year period, consisting of a base year and four option years. This BPA is critical for enhancing FEMA's operational effectiveness and disaster response capabilities. Interested vendors must submit their questions by January 16, 2026, and their quotations by February 13, 2026, with further inquiries directed to Contracting Officer Gregory Crouse at gregory.crouse@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The CID BPA Recompete - 70FA2026Q00000001 outlines a five-year blanket purchase agreement (BPA) from May 2025 to May 2030, with a base period and four option periods. The total estimated cost for the BPA is $967,963.05, primarily allocated to travel and other direct costs (ODC), with no labor costs indicated. Each period, including the base year and the four option years, has an ODC of $500.00. The travel costs vary per period, starting at $228,989.52 for the base period and ranging between $162,513.37 and $238,260.90 for the option periods. The document also lists numerous government labor categories, all requiring a bachelor's degree except for the Senior Methodological Analyst/Expert, which requires a master's, with specific government estimated hours and minimum years of experience. Key personnel are identified with an asterisk. The offeror is instructed to insert total estimated hours for each unique labor category.
    This government file, dated November 17, 2025, serves as a record for questions, clarifications, and comments related to Solicitation Reference 70FA2026Q00000001. Within the context of federal government RFPs, federal grants, and state and local RFPs, this document indicates an active phase where potential bidders or interested parties are submitting inquiries regarding a specific solicitation. The file's brevity suggests it is a cover sheet or a placeholder for more detailed discussions, highlighting the ongoing communication between the issuing government entity and external stakeholders during the procurement or grant application process.
    This document outlines a Request for Quotation (RFQ) for Enterprise Program and Technical Support Services for FEMA's Continuous Improvement Division (CID), solicited under GSA’s Multiple Award Schedule. The anticipated outcome is a single-award Blanket Purchase Agreement (BPA) with an estimated value of $41.5 million. The BPA will have a base period of 12 months and four 12-month option periods. Services required include Program Management Support, Data Collection, Analysis, Product Development, Training and Technical Assistance, Systems Support, Disaster Readiness and Operations, Disaster After-Action Reviews, and Program Consulting and Support. The document details labor categories, pricing, travel costs, and invoicing instructions, emphasizing the non-personal nature of the services and the role of the Contracting Officer's Representative (COR) for technical direction and surveillance. It also highlights the importance of Contractor Performance Assessment Reporting System (CPARS) evaluations.
    Lifecycle
    Similar Opportunities
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Homeland Security, Department Of
    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.
    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.
    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.
    Plum Case Support for the Federal Emergency Management Agency (FEMA), Office of the Chief Information Officer (OCIO), Virginia Disaster Operations Center (VA-DOC)
    Homeland Security, Department Of
    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.
    DHS Medical Supplies BPA Modification
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    Individual Assistance Kiosk Prototypes
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking vendors to design, develop, and deliver prototypes of Mobile Kiosk Units intended for use in disaster response scenarios. These kiosks will serve as self-service options for disaster survivors, allowing them to apply for assistance, upload documents, check case statuses, and access information about services from other agencies, thereby streamlining routine tasks and enabling staff to focus on more complex cases. Key requirements for the kiosks include ADA compliance, internet connectivity, privacy features, and security measures, with optional enhancements such as battery backup and remote monitoring capabilities. Interested parties should contact Ross Wakeman at ross.wakeman@fema.dhs.gov for further information, and responses to the Request for Information are due by February 7, 2026.
    National Clinical Vaccination (NCV) Contract Extension
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is extending the National Clinical Vaccination (NCV) Contract to secure contractor-managed licensed medical professionals for COVID-19 vaccine administration. This extension aims to support federal assistance to state, local, tribal, and territorial partners in response to Major Disaster Declarations related to the COVID-19 pandemic, in accordance with various legislative acts including the Robert T. Stafford Act and the Public Health Service Act. The services are critical for ensuring effective vaccine distribution and administration during ongoing public health emergencies. Interested parties can reach out to Michael Bonds at michael.bonds@fema.dhs.gov or call 202-257-8893 for further details regarding this opportunity.
    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) as part of a combined synopsis/solicitation (RFQ 70FB8026Q00000007). The procurement includes standard household items such as sofas, armchairs, dining sets, and bed frames, which are essential for supporting disaster survivors housed in TTHUs. This initiative is critical for maintaining a ready stock of furniture to assist individuals during emergencies, ensuring compliance with safety and regulatory standards. Interested vendors must submit complete proposals by January 12, 2026, with questions due by December 30, 2025; for further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    VIDEO OPERATIONS CENTER INFRASTRUCTURE LICENSING AND MAINTENANCE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure software licensing and maintenance services for the Video Operations Center (VOC) infrastructure, which currently utilizes the Poly/HP Clariti solution. The primary objectives of this procurement include ensuring security through centralized equipment patching, supporting ongoing mission needs for Video Teleconferencing (VTC) communications, and maintaining the infrastructure to guarantee service uptime. This procurement is critical for enabling effective collaboration across various platforms, including Zoom and Microsoft Teams. Interested vendors can contact Karen Wilson at karen.wilson@fema.dhs.gov or by phone at 202-577-2570 for further details.
    B401 Tenant Buildout
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking contractors for the B401 Tenant Buildout project at the Mount Weather Emergency Operations Center in Virginia. The project involves the buildout of a preexisting structure, requiring contractors to provide all necessary labor, materials, and equipment, with a focus on quality control, safety, and security protocols. This HUBZone set-aside opportunity is estimated to be valued between $5 million and $10 million, with key deadlines including a pre-proposal site visit on January 26, 2026, and proposal submissions due by February 13, 2026. Interested vendors must possess a Virginia contractor's license and can direct inquiries to Matthew A. Raible at Matthew.Raible@fema.dhs.gov or by phone at 540-542-2248.