Information Technology (IT) Supplies & Equipment RFI
ID: 70FB8025I00000005Type: Sources Sought
Overview

Buyer

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

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

IT AND TELECOM - MOBILE DEVICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7E21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking responses to a Request for Information (RFI) for Information Technology (IT) supplies and equipment to support disaster recovery efforts. The procurement aims to establish a multi-award Blanket Purchase Agreement (BPA) that facilitates the rapid acquisition of essential IT assets, including peripheral devices, end-user computing devices, and networking equipment, to enhance FEMA's operational capabilities during Presidentially-declared disasters. This initiative is critical for ensuring timely and efficient responses to emergencies, thereby supporting continuity of operations in disaster recovery scenarios. Interested vendors must submit their electronic responses by August 12, 2025, and direct any questions to FEMA contacts by August 6, 2025; further details can be obtained from Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or Donnell Cunningham at donnell.cunningham@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    FEMA has addressed vendor questions regarding an upcoming solicitation, clarifying key aspects for potential offerors. Experience from any sector (commercial, SLED, Federal) within the last five years, including ongoing or completed projects, is acceptable. While the BPA aims for vendors to supply all SOW items, partial proposals may be considered depending on the need. Authorized resellers are preferred, though no specific evaluative advantage is given. FEMA seeks to avoid past procurement delays and address current performance gaps. Estimated pricing is welcome in RFI responses, and the official solicitation is expected in two months. Vendors are not required to keep inventory; drop-shipping is allowed. New vendors to FEMA with prior federal experience are encouraged. Substitute products may be accepted if they meet specifications, delivery deadlines, are on the Approved TRM, and are coordinated with the Contracting Officer. The RFI response limit is five pages. Attachment A (TRM Disaster Products Guide) will be provided with the solicitation package. Lead time refers to the period from order placement to delivery, and specific delivery timelines will be outlined. Capability statements and RFI responses each have a five-page limit.
    The Federal Emergency Management Agency (FEMA) is establishing a multi-award Blanket Purchase Agreement (BPA) for Information Technology (IT) supplies and equipment. This Statement of Work (SOW) outlines the need for a streamlined procurement process to support disaster recovery efforts, enabling quick acquisition of essential IT assets for field and headquarters operations after major disaster declarations. The BPA covers a wide range of IT equipment, including peripheral devices, end-user computing devices, audio communication tools, data storage, networking equipment, IT consumables, printing/scanning devices, security devices, visual equipment, and IT-related supplies. It explicitly excludes IT services, software, and general office supplies. Contractors are required to provide specified IT equipment and supplies, ensure delivery within seven days of a call order award to designated FEMA locations, provide tracking information, and comply with FEMA's shipping, packaging, and labeling instructions. The period of performance is a one-year base with three one-year options, totaling four years. Contractors must also implement quality assurance measures, promptly address deficiencies, and maintain detailed documentation of support requests and resolutions. This initiative aims to standardize acquisitions, reduce lead times, and support continuity of operations during surge events.
    The Federal Emergency Management Agency (FEMA) has issued a Statement of Work (SOW) for a Blanket Purchase Agreement (BPA) focused on acquiring Information Technology (IT) supplies and equipment to support disaster recovery operations after major disaster declarations. This BPA aims to streamline procurement processes, allowing for rapid access to essential IT products needed for the Recovery Directorate’s operations. The agreement specifies the types of equipment covered, including peripheral devices, mobile computing devices, networking equipment, and various accessories, while explicitly excluding IT services such as software development and administrative supplies. The document outlines specific tasks for contractors, including timely delivery of ordered supplies, adherence to quality assurance standards, and maintaining documentation and records. The contracting period is set for one year, with options to extend for up to three additional years. Emphasizing compliance with federal regulations, the SOW also details the delivery locations, shipping and labeling requirements, and expectations for progress reports and post-award conferences. This procurement vehicle is critical for ensuring FEMA's operational readiness during disaster response efforts, enabling quicker and more efficient acquisition of technological resources necessary for recovery efforts.
    FEMA's Recovery Directorate seeks a multi-award Blanket Purchase Agreement (BPA) for IT supplies and equipment to support rapid response and recovery efforts during Presidentially-declared disasters. This Request for Information (RFI) aims to gather market information for planning purposes, specifically targeting a Small Business Set-Aside acquisition. The RFI outlines general information, proprietary data disclaimers, and emphasizes that responses are not binding offers. Key NAICS codes are 334118 and 423430, with PSCs 7E21 or 7B21. The anticipated start date is FY 2026 (October-December 2025). Interested contractors must submit electronic responses by August 12, 2025, and questions by August 06, 2025, to the specified FEMA contacts. Responses should include a cover page with company details, a capability statement (max 5 pages), and answers to specific RFI questions regarding socio-economic status, delivery/logistics, and capability to meet SOW requirements. The RFI also asks for suggestions on the best acquisition path and identification of any gaps in the Draft Statement of Work (SOW).
    The Federal Emergency Management Agency (FEMA) has issued a Request for Information (RFI) to establish a multi-award Blanket Purchase Agreement (BPA) aimed at facilitating rapid procurement of information technology supplies and equipment for disaster recovery efforts following Presidentially-declared disasters. With an anticipated 90 disaster declarations in 2024, FEMA seeks to streamline sourcing processes to ensure timely delivery of essential technological assets necessary for operational readiness. This RFI is meant for information gathering only, and responses are not binding contracts. The anticipated start date for the BPA is in FY 2026, with a small business set-aside acquisition strategy encouraged. Interested vendors must submit their responses, including company information, capability statements, and answers to specific RFI questions, via email by August 12, 2025. Respondents are required to identify any proprietary information in their submissions and are reminded to consider potential conflicts of interest. The information garnered from this RFI will assist FEMA in understanding the market landscape and capabilities of potential suppliers, thereby aiding in the efficient procurement strategy to meet the needs of disaster recovery operations.
    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.
    VIDEO OPERATIONS CENTER INFRASTRUCTURE LICENSING AND MAINTENANCE
    Buyer not available
    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.
    Draft RFP for Advanced Contracting Initiative – Regional Contracts for Debris Management Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is seeking industry partners for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI-RCDMS). This procurement aims to establish ten Regional Single Award Task Order Contracts (SATOCs) for rapid and comprehensive debris removal services across the United States and its territories, supporting FEMA and federal disaster response efforts under the Stafford Act. The contracts, valued at an estimated $37 billion over a five-year period, are crucial for managing debris following natural and man-made disasters, ensuring public safety and infrastructure restoration. Interested parties must submit feedback on the draft solicitation by 2:00 PM on December 12, 2025, and can direct inquiries to Christopher McCabe or Brunson Grothus via their provided email addresses.
    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.
    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.
    NFIP Actuarial Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for actuarial and geospatial support services for the National Flood Insurance Program (NFIP). The objective of this procurement is to acquire technical capabilities, analytics, advice, and guidance related to NFIP ratemaking and insurance pricing, with a focus on updating rating plans, conducting annual rate reviews, and providing support for product development and litigation. These services are crucial for ensuring the effective management and pricing of flood insurance, which plays a vital role in disaster recovery and risk mitigation. Interested contractors should note that the proposal due date is January 7, 2026, and they can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with a performance period of up to five years anticipated for the awarded contract.
    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.
    DHS Medical Supplies BPA Modification
    Buyer not available
    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.
    Level II Armed Security Guard
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure Level II Armed Security Guard services for Disaster Recovery (DR 4684-AL). This procurement aims to ensure the safety and security of facilities and personnel during emergency preparedness operations. The provision of armed security services is critical for maintaining a secure environment in disaster response scenarios. Interested vendors can reach out to Nicole L. Joseph at nicole.joseph@fema.dhs.gov or call 470-416-9313 for further details regarding this opportunity.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.