Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
ID: 70FA3124R00000009Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCY

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    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.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    R6--FEMA ORR Strategic Initiatives Technical Assistance (SITA) (Master BPA)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking technical assistance through its Office of Response and Recovery (ORR) via a Master Blanket Purchase Agreement (BPA). This combined synopsis and solicitation for commercial items is restricted to sellers with relevant GSA Schedules. FEMA requires administrative and management consulting services to support its strategic initiatives. Sellers must have the specified items on their GSA Schedule or act as an authorized agent, with a focus on meeting or exceeding the stated requirements. The solicitation period will end on September 25, 2024. These services are crucial for FEMA's effective response and recovery operations during emergencies and disasters. The agency seeks a streamlined and efficient procurement process, emphasizing competed real-time bids. Interested sellers should register on the Unison Marketplace to access the solicitation details and submit their bids accordingly.
    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.
    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.
    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.
    FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and Deactivation
    Active
    Homeland Security, Department Of
    Presolicitation notice from the Department of Homeland Security, Federal Emergency Management Agency (FEMA) is seeking support services and construction for its Transportable Temporary Housing Unit (TTHU) mission. The TTHUs include manufactured homes and travel trailers and are used to provide housing to disaster survivors. The scope of work includes transportation, staffing of staging areas, installation and maintenance of housing units, deactivation and transportation to storage sites, site inspections, feasibility assessments, and design and construction services for various sites. The contract will be awarded through full and open competition with a partial small business set aside. The contract type will be Firm Fixed Priced (FFP) and Time and Material (T&M), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ). The base period of performance will be one year, with four one-year option periods.
    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.
    Emergency Response Trailers and Supplies (Amended)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through Customs and Border Protection (CBP), is seeking quotations for the procurement of five Emergency Response Trailers, with a focus on enhancing emergency response capabilities. The procurement is set aside exclusively for small businesses under NAICS code 333924, and bidders are required to comply with the Statement of Work (SOW) while submitting their quotes, a Price Proposal, and a Technical Capability Statement by September 18, 2024. The trailers will be utilized for various operational needs across multiple locations, emphasizing the importance of readiness in emergency situations. Interested vendors should note that the quote due date has been extended to September 23, 2024, and all inquiries must be directed to Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    Sources Sought for Emergency Transportation on an ADHOC or Just Needed Basis
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) - Rock Island District, is seeking qualified small businesses to provide emergency transportation services for flood fight supplies and equipment on an ad hoc basis. The procurement aims to identify logistics companies capable of mobilizing transportation within four hours and delivering essential materials such as pumps, sandbags, and barriers, primarily within the continental U.S., while adhering to strict operational protocols, including a two-hour response time for bids and compliance with adverse weather conditions. This initiative is crucial for ensuring timely resource availability to communities facing natural disasters, emphasizing the government's proactive approach to flood mitigation. Interested parties must submit their Capability and/or Product Statements via email to Allison Longeville by October 10, 2024, at 2 PM Central Time, with no reimbursement for costs incurred in response to this notice.
    OCONUS LOGISTICS SERVICE SUPPORT PUERTO RICO AND VIRGIN ISLANDS
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide OCONUS logistics service support in Puerto Rico and the Virgin Islands. The contractor will be responsible for sourcing, warehousing, and delivering a range of commercial items, including office supplies and cleaning products, with delivery timelines of five business days for Puerto Rico and seven for the Virgin Islands. This procurement is critical for ensuring timely and efficient supply chain operations for federal civilian and Department of Defense (DoD) customers in these regions. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Dominic L. Lackey at dominic.lackey@gsa.gov or Valeriya Orlova at Valeriya.Orlova@gsa.gov.
    Direct Lease Temporary Housing 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 proposals for Direct Lease Contractors, Property Managers, and Housing Solutions Vendors to provide temporary housing assistance in response to disaster DR-4796 in Iowa. The objective is to lease residential properties that can accommodate individuals displaced by severe storms, flooding, and tornadoes, ensuring compliance with safety and accessibility standards. This initiative is crucial for facilitating recovery efforts and providing essential housing solutions to affected communities. Interested small businesses must submit their proposals by September 23, 2024, and can direct inquiries to Stewart Knotts at stewart.knotts@fema.dhs.gov, noting that funding is contingent upon the availability of appropriated funds.