FEMA R8 Control Room Consoles
ID: R814092024CType: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 8 : EMERGENCY PREPAREDNESS ADENVER, CO, 80225, USA
Timeline
    Description

    The Federal Emergency Management Agency (FEMA) Region 8 is seeking sources for the procurement of Control Room Consoles for its Mobile Emergency Response Support (MERS) Operations Center located in Denver, Colorado. This sources sought notice aims to conduct market research to identify capable vendors who can meet the specified requirements, with a focus on small businesses as the opportunity is anticipated to be 100% set aside for them. The Control Room Consoles are critical for enhancing operational efficiency and response capabilities during emergencies. Interested parties are encouraged to submit a capabilities statement, including their Unique Entity Identifier (UEI), to the primary contact, Crystal Garcia, at crystal.garcia@fema.dhs.gov, as this notice is not a request for proposals and no solicitation is currently available.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Enterprise Acquisition Support Services and Acquisition Support Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Federal Emergency Management Agency (FEMA) is seeking Enterprise Acquisition Support Services and Acquisition Support Services. These services are typically used to provide support for FEMA's acquisition needs. The purpose of this notice is to inform industry that the two requirements, Enterprise Acquisition Support Services and FIMA Resilience Acquisition Support Services, will be consolidated into a single requirement. The consolidation aims to ensure that FEMA receives the necessary services to meet its needs. The procurement will be set aside for small businesses from all socioeconomic backgrounds. The Request for Proposal (RFP) will be issued in February 2024 on GSA MAS NAICS 541611. The requirement will result in a single award Blanket Purchase Agreement (BPA). Interested parties can refer to the attached Draft Performance Work Statement (PWS) and Statement of Objectives (SOO) for both requirements to better understand FEMA's needs. The new requirement will integrate both efforts into a single effort, and a new PWS combining both efforts will be published. The place of performance for this procurement is Washington, DC, with a zip code of 20472, in the United States. For more information, contact Kimber Russell at kimber.russell@fema.dhs.gov.
    ECC Dispatch Consoles
    Active
    Dept Of Defense
    The Department of Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is soliciting proposals for the procurement of Emergency Communication Center (ECC) Dispatch Consoles. The project involves the removal of existing workstations and the installation of new ergonomic E-911 workstations at both primary and alternate ECC locations, ensuring compliance with operational requirements for emergency response. This procurement is particularly significant as it aims to enhance the capabilities of emergency communication systems, thereby supporting critical operations. Interested small businesses, especially Women-Owned Small Businesses (WOSB), must submit their quotes by 12:00 PM CDT on September 24, 2024, and direct any inquiries to Christopher Mendoza at christopher.mendoza.17@us.af.mil or Ryan Ramjit at ryan.ramjit.2@us.af.mil.
    FEMA Request for Information Post-trauma Disaster Care
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is issuing a Request for Information (RFI) to gather insights on post-trauma disaster case management barriers, best practices, and innovations. The objective of this RFI is to assess the marketplace's capabilities to provide turnkey congregate sheltering services and to inform potential future enhancements to FEMA's Disaster Case Management (DCM) program, which supports state, local, tribal, and territorial governments in assisting disaster survivors. This initiative is crucial for improving the efficiency and accessibility of disaster recovery services, ensuring that all survivors receive the necessary support regardless of their background. Interested parties can direct their inquiries to Isaac Chapple at Isaac.Chapple@fema.dhs.gov or Edward Rudd at Edward.ruud@fema.dhs.gov, with no specific funding amount or contract award anticipated at this time.
    Maryland EOC, Hanover MD B&W Antenna Removal and Deliver
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the removal and delivery of a defunct Barker and Williams BWDI-90 Antenna System from the Maryland Emergency Operations Center (EOC) to the Mount Weather Emergency Operations Center. The procurement requires contractors to provide firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes disassembling, removing, and transporting the antenna and associated materials while ensuring compliance with safety and environmental regulations. This project is critical for maintaining effective continuity communications within FEMA's operational infrastructure, emphasizing the importance of timely and careful management of telecommunications systems. Interested parties must submit their quotes by September 23, 2024, and can direct inquiries to Erin Cotter at erin.cotter@fema.dhs.gov, with funding secured at or above the Independent Government Cost Estimate.
    HF Antenna Installation at Oregon Emergency Management
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals for the installation of a USAP 1942 HF Antenna at the Oregon Emergency Management facility. The project requires contractors to provide firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes detailed specifications for antenna and transmission line installation, adherence to the National Electrical Code, and completion within 30 calendar days post-award. This initiative is crucial for enhancing continuity communications as part of FEMA's emergency preparedness and response capabilities. Proposals are due by September 23, 2024, and must include a separate price breakdown and a detailed technical approach; interested parties can contact Erin Cotter at erin.cotter@fema.dhs.gov for further information.
    FEMA Accessible Travel Trailers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the procurement of Accessible Travel Trailers under a combined synopsis/solicitation notice. The objective is to provide accessible travel trailers that comply with the Uniform Federal Accessibility Standards and the Architectural Barriers Act Accessibility Standards, specifically designed for disaster survivors, including individuals with disabilities. These trailers will serve as temporary housing solutions during emergencies, enhancing FEMA's capacity to support vulnerable populations in disaster situations. Interested contractors must submit their proposals by September 26, 2024, with a potential contract value of up to $99,932,500 over a five-year period. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Bernetta Burton at bernetta.burton@fema.dhs.gov.
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors to provide Hazard Mitigation Technical Assistance Program (HMTAP) services, specifically non-architectural and engineering services. The procurement involves the issuance of three Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each designated for different geographic zones across the United States, aimed at enhancing capacity for pre-disaster, during disaster, and post-disaster mitigation efforts. This initiative is crucial for supporting FEMA's mission to improve disaster resilience and compliance with environmental regulations, including flood risk management and assessments. Interested parties must submit proposals by August 19, 2024, with a total estimated funding amount of $1,583,902 for the project, and can direct inquiries to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    Level II Armed Security Guard Service in Support of FEMA DR-4796-IA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide Level II Armed Security Guard Services in support of disaster recovery operations for FEMA DR-4796 in Iowa. The primary objective is to ensure security for federal employees, visitors, and property at various FEMA facilities, including Joint Field Offices and Disaster Recovery Centers, during the recovery from severe storms and tornadoes. This procurement emphasizes the importance of local business participation, with a total small business set-aside and preference for firms located within the affected counties, as outlined in the Robert T. Stafford and Local Community Recovery Act of 2006. Interested parties must submit their proposals by September 19, 2024, and can direct inquiries to Stewart Knotts at stewart.knotts@fema.dhs.gov. Note that funding for this contract is contingent upon the availability of appropriated funds.
    FEMA/MWEOC Architect/Engineering IDIQ
    Active
    Homeland Security, Department Of
    Sources Sought HOMELAND SECURITY, DEPARTMENT OF is seeking Architect and Engineering services for the Mount Weather Emergency Operations Center (MWEOC) in Mount Weather, VA (zip code: 20135), USA. The services include Master Planning, Regional and Urban Planning, Scope of Work Development, Studies and Surveys, Furniture, Fixtures & Equipment, General and Critical Facilities Commissioning, and Title II Services. The project types include new facilities, additions and annexes, barrier removal, rehabilitation, fire protection, and highways/roads. Interested firms must possess a current/active Defense Counterintelligence and Security Agency (DCSA) Top Secret Facilities Clearance and be licensed to provide professional A/E services in Virginia. Please email FEMA-NCCS-ACQ@fema.dhs.gov by 10/16/2023 with firm name, UEI , confirmation of Top Secret facilities clearance, and confirmation of license in Virginia.