HF Antenna Installation at Oregon Emergency Management
ID: WX02969Y2024TOregonType: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYNATIONAL CONTINUITY SECTION(CON50)BERRYVILLE, VA, 22611, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The RFQ (Request for Quote) from SAM.GOV requests proposals for the installation of HF antennas at Oregon Emergency Management, with a primary focus on meeting the technical requirements outlined in the Statement of Work (SOW). Issued on September 18, 2024, the quotes are due by September 23, 2024, at noon local time. The procurement is funded and aims to award the contract to the lowest priced, technically acceptable proposal. Proposals must include a separate price breakdown and a detailed description of the technical approach. The evaluation includes assessing the Offeror’s methodologies and ensuring the price is fair through various analysis techniques outlined in FAR 15.404-1. Additionally, the RFQ includes provisions regarding the prohibition of covered telecommunications equipment and requires disclosures about such services. The desired completion timeframe for the project is 45 days or sooner after award. Respondents need to provide specific information such as delivery time, shipping charges, and GSA contract number, if applicable. Only one contract award will be granted based on the RFQ submissions.
    The document outlines the Statement of Work (SOW) for the installation of a USAP 1942 HF Antenna at Oregon Emergency Management by FEMA's Office of National Continuity Programs. The project involves detailed specifications for the antenna and transmission line installation, including grounding, bonding, and weather sealing. The contractor is responsible for all labor, materials, and equipment necessary for the project, which must be completed within 30 calendar days following the award date. Key deliverables include the successful installation of the antenna, transmission line, testing documentation, and removal of debris. The SOW emphasizes adherence to the National Electrical Code and environmental considerations. The contractor must notify authorities of site access and ensure proper documentation, including reports and electronic files, is submitted to the Contracting Officer Representative upon project completion. This initiative is critical for enhancing continuity communications as part of FEMA's efforts to ensure emergency preparedness and response capabilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    FNARS FANS antenna removal- Denton, TX
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors for the removal of two Fan Antenna towers at its National Continuity Programs facility in Denton, TX. The project requires the disassembly and removal of the antennas and associated structures, ensuring safe disposal of debris, restoration of disturbed areas, and compliance with safety regulations. This procurement is critical for maintaining infrastructure integrity and environmental responsibility, with a focus on adhering to federal standards. Interested parties must submit their firm-fixed pricing and technical proposals by September 23, 2024, with the contract awarded to the lowest priced, technically acceptable offer. For further inquiries, contact Erin Cotter at erin.cotter@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.
    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.
    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.
    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.
    Antenna System include mounting hardware, power divider, interbay cables, and special brackets to mount on existing 8.5 foot tower face
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Media Activity (DMA), is soliciting proposals from qualified vendors to supply an FM antenna system, including mounting hardware, power divider, interbay cables, and special brackets for installation on an existing 8.5-foot tower face in Okinawa, Japan. The procurement requires a circularly polarized flat panel antenna system with specific technical specifications, including a minimum beamwidth of 70 degrees and the ability to withstand wind speeds of 200 MPH, emphasizing the importance of durability and performance in a marine environment. This contract is set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), and compliance with federal regulations is mandatory. Interested parties should contact Anthony Leander or Megan Gerety for further details, as the solicitation outlines critical requirements and delivery conditions that must be adhered to.
    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.
    59--ANTENNA, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of antennas under the title "59--ANTENNA, IN REPAIR/MODIFICATION OF." The procurement requires contractors to provide firm-fixed price or not-to-exceed pricing along with estimated costs for the repair of the specified antenna, with a quantity increase from 8 to 23 units. This equipment is critical for military operations, ensuring reliable communication and operational effectiveness. Interested contractors must submit their proposals by the extended deadline of October 17, 2024, and can direct inquiries to Shannon McNeill at 215-697-2198 or via email at SHANNON.R.MCNEILL.CIV@US.NAVY.MIL.
    CFSAN Security Radio Upgrade & Security Communications Support Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking proposals for the CFSAN Security Radio Upgrade & Security Communications Support Services contract. The primary objective is to enhance communication and emergency response capabilities at the College Park, Maryland campus by providing telecommunication devices, including 30 handheld radios with advanced features, and associated support services. This initiative is crucial for ensuring effective coordination, safety, and security during emergencies, while adhering to federal security requirements. Proposals are due by September 23, 2024, and interested parties can contact Matthew Tran at matthew.tran@fda.hhs.gov for further information.