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.