Furniture for the Transportable Temporary Housing Units
ID: 70FB8026Q00000007Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Nonupholstered Wood Household Furniture Manufacturing (337122)

PSC

HOUSEHOLD FURNITURE (7105)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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) intended for disaster survivors. The procurement involves a Blanket Purchase Agreement (BPA) for standard household furniture items, including sofas, armchairs, dining sets, and beds, which are essential for ensuring that eligible individuals have the necessary furnishings during their temporary housing period. This initiative is critical for maintaining a ready stock of units to support FEMA's Individual Assistance Direct Housing Program, with a performance period spanning five years, including one base year and four option years. Interested vendors must submit their proposals by January 12, 2026, and can direct inquiries to Ejona Lika or Tamara Beach at FEMA via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This solicitation, 70FB8026Q00000007, from FEMA, outlines a Multiple-award, Blanket Purchase Agreement (BPA) for furniture for Transportable Temporary Housing Units (TTHUs) for disaster survivors. The BPA will result in Call Orders with firm-fixed-price (FFP) contract line-item numbers (CLINS). There is no guaranteed minimum award, and the maximum contract value will be determined at award. The period of performance is a one-year base ordering period and four one-year option periods, totaling five years. Deliveries will be made to CONUS locations, including the FEMA MHSS Selma facility, within 30 days of a Call Order. The contractor is responsible for packaging, shipping, and tracking, and must provide detailed spreadsheets of deliveries. Inspection and acceptance will follow FAR clauses, with non-conforming products subject to rejection and replacement within 72 hours. The document details contract administration data, including key government officials and invoicing procedures. It also incorporates various FAR clauses by reference and in full text, covering areas like Buy American, Government-furnished data, contractor commitments, use of FEMA name, government property, federal holidays, SAM maintenance, subcontracting with debarred entities, inverted domestic corporations, and contract terms for commercial products and services.
    FEMA's Transportable Temporary Housing Unit (TTHU) Furniture Statement of Work (SOW) outlines requirements for contractors to provide standard household furniture for displaced individuals. The scope mandates furnishing all materials and resources per SOW specifications. Key requirements include selecting Commercial Off the Shelf (COTS) furniture that meets the CLIN Table (Attachment A) specifications, complying with fire and safety standards, and adhering to various federal regulations such as ASTM and CFR flammability and consumer product safety acts. The SOW details a list of furniture items, packaging instructions, and delivery procedures, including tracking and notification protocols. Delivery locations are within the Contiguous United States (CONUS), specifically the FEMA Manufactured Housing Storage Site in Cumberland, MD. The ordering period is five years from the award date, with deliveries expected within 30 calendar days. Government inspection and acceptance follow FAR 52.212-4(a), and contractors are responsible for repairing or replacing damaged items at their expense.
    The document outlines a pricing template for furniture items, detailing specifications for various pieces such as sofas, armchairs, tables, dining sets, beds, mattresses, dressers, and nightstands. Each item includes maximum dimensions, unit of measure, and quantity. Crucially, the document specifies material requirements (e.g., fabric upholstery, finished wood, metal), neutral color palettes (brown, beige, dark blue, dark maroon, grey, black), and assembly requirements. A key focus is on safety and regulatory compliance, with multiple items explicitly stating adherence to various 16 CFR standards (1640, 1632, 1633, 1513), ASTM Furniture Flammability Safety Standards, and the Consumer Product Safety Act Regulations. Heavy-duty items also specify minimum load capacities. This template is likely part of a federal or state RFP, ensuring all procured furniture meets strict governmental and safety standards.
    The document outlines a framework for submitting questions and receiving responses related to a "Furniture BPA" (Blanket Purchase Agreement), likely within a government procurement context. It repeatedly emphasizes a specific file naming convention for submissions: "Furniture_Question_Company Name_MMDDYYYY.xlsx." The document also defines three categories for classifying questions or issues: "Critical" for factually incorrect information, "Substantive" for significant content issues causing conflicts or confusion, and "Administrative" for typographical, grammatical, or formatting errors. This structure suggests a formal process for contractors to engage with a government agency regarding a furniture procurement, ensuring clarity and addressing potential issues before or during the BPA's implementation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for a contract to supply Appliances & Safety Equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and safety equipment such as NOAA weather radios and strobe lights, to support disaster survivors housed in TTHUs. The initiative is critical for maintaining a ready stock of housing units to facilitate FEMA's Individual Assistance Direct Housing Program. Interested small businesses must submit their proposals by January 5, 2026, with questions due by December 16, 2025. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Homeland Security, Department Of
    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.
    4-Wheel Portability Kit
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure eleven 4-wheel portability kits compatible with Kubota GL7000 and GL11000 Diesel Generators. These kits are essential for FEMA's Staging Field Operations, enabling reliable power supply in austere environments during disaster response efforts by facilitating the easy unloading and connection of generators. Interested vendors must submit their firm-fixed price quotes by December 22, 2025, with questions due by December 16, 2025, and are required to include a clear product image along with their submission. For further inquiries, potential bidders can contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or David Bailey Jr. at david.baileyjr@fema.dhs.gov.
    FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement
    Homeland Security, Department Of
    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.
    Generators - 400kW & Below
    Homeland Security, Department Of
    The 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 stringent specifications, including Tier 4 Final EPA compliance, and will be delivered to multiple locations, both domestic and overseas. Interested vendors 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 or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov for further information.
    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.
    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.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    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.
    DR4673-FL Sole Source Justification - Palms at Pine Island
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking to enter into a sole source contract with The Palms at Pine Island for the lease of commercial pad sites in Florida to provide temporary housing for individuals displaced by Hurricane Ian (Disaster DR4673-FL). This procurement aims to secure Manufactured Housing Units (MHUs) and Recreational Vehicles (RVs) for affected survivors, addressing an urgent need for housing in the aftermath of the disaster. The contract, valued at up to $298,080.00, is structured as a firm fixed-price agreement for an initial six-month period, with options for two additional six-month extensions, justified by the limited availability of suitable sites within a 50-mile radius and the necessity for expedited action in an emergency context. Interested parties can reach out to Ashlee Young at ashlee.young@fema.dhs.gov for further information regarding this opportunity.
    Rental of transit furniture for use in residential buildings
    State, Department Of
    The U.S. Embassy in Paris, France, is seeking qualified contractors for the rental of transit furniture intended for use in residential buildings of the U.S. Mission to France. The procurement involves providing furniture and hospitality kits to support approximately 90 arriving and 90 departing employees and their families annually, with a focus on quality and safety standards, including compliance with EU/US regulations. The contract will be awarded based on the lowest priced technically acceptable offer, with a base period of one year and four optional one-year extensions, and a total contract value ranging from €10,000 to €4,510,000 (VAT included). Interested parties must submit their quotations electronically by January 8, 2026, to ParisContracting@state.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.