FNARS FANS antenna removal- Denton, TX
ID: WX02969Y2024TFANSType: 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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for the removal of antenna towers in Denton, TX, issued by FEMA, part of the Department of Homeland Security (DHS). Responses are due by September 23, 2024, with the contract awarded to the lowest priced, technically acceptable proposal. Offerors are required to provide firm-fixed pricing and a detailed technical approach in compliance with the Statement of Work (SOW), which is available upon request. Key evaluation factors include the technical approach and the cost breakdown, with a focus on ensuring fair and reasonable pricing per federal regulations. Additionally, the RFQ emphasizes compliance with telecommunications regulations, requiring offerors to represent any use of covered telecommunications equipment or services per Section 889 of the National Defense Authorization Act. Offerors must also review the System for Award Management (SAM) listing for excluded entities. The estimated completion time is within 45 days after receipt of order. The document specifies that only one award will result from this RFQ, highlighting its competitive nature and adherence to federal procurement standards.
    The document outlines the Statement of Work (SOW) for the removal of two Fan Antenna towers at the FEMA National Continuity Programs facility in Denton, TX. The primary tasks include disassembling and removing the antennas and associated structures while ensuring the safe disposal of debris, restoring disturbed areas to their original condition, and maintaining safety compliance. Contractors are required to have certified personnel, provide necessary equipment, and coordinate site access with FEMA representatives. The project must be completed within 60 calendar days, and a series of documented deliverables and compliance with insurance requirements are mandated. The objective is to ensure a safe and efficient removal process while adhering to federal standards and regulations, highlighting the government's focus on maintaining infrastructure integrity and environmental responsibility.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    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.
    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.
    P--Hobucken and Holly Ridge Tower Demolition
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a small business to complete the Hobucken and Holly Ridge Tower Demolition project. The work includes demolishing and removing two communication towers and their foundations. The project must be completed within 125 days of the contract award date. The estimated cost for this procurement is $250,000.00 to $500,000.00. Bids are due on or about September 3, 2018, at 10:00 AM. Offerors must submit a bid bond of 20% of their proposal amount.
    ATTHU & Grounds Maintenance, Removal, Replacement, & Storage
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the maintenance, removal, replacement, and storage of Alternative Transportable Temporary Housing Units (ATTHUs) in Lahaina, Hawaii. This opportunity is a 100% small business set-aside under NAICS Code 561210 and involves a single or multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a base performance period of one year and two optional one-year extensions based on satisfactory performance and funding availability. The contract, valued at a maximum ceiling of $279,512,300, is critical for ensuring the safety and livability of temporary housing units for individuals displaced by the August 2023 wildfires. Interested parties must submit their Phase I proposals by September 20, 2024, and can direct inquiries to the Contracting Officer at fema-dr-4724-hi-maint-deactivation@fema.dhs.gov.
    Antenna Replacement
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking services for the replacement of antennas at the Baileys Crossroads tower site in Falls Church, VA. The objective of this contract is to have four antennas and coax lines removed and replaced. The existing equipment is not functioning properly and needs to be replaced to ensure proper radio communications support for FBI personnel during daily investigations and National Special Security Events in the area. The tower is leased from Adame Consulting LLC to house the FBI's Land Mobile Radio equipment.
    Temporary Wall Replacement at Denison Powerhouse, Denison, TX
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting bids for the Temporary Wall Replacement project at the Denison Powerhouse in Denison, TX. This contract involves the demolition and disposal of existing structures, including a temporary wall and wood plank flooring, as well as the design and construction of a new permanent wall and floor grating system that integrates with the existing powerhouse without requiring structural modifications. The project is critical for maintaining the structural integrity and safety of the facility, and it is being offered as a Firm-Fixed Price (FFP) contract under a competitive solicitation process. Interested contractors must commence work within 10 days of receiving the Notice to Proceed and complete the project within 730 days, with provisions for liquidated damages for delays. For further inquiries, potential bidders can contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil.
    F-35 Jet Blast Deflectors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the demolition of F-16 Jet Blast Deflectors and the installation of F-35 Jet Blast Deflectors at Naval Air Station JRB in Fort Worth, Texas. This procurement is part of a competitive process that has resulted in a Firm Fixed-Price contract awarded to Gutier, LLC, highlighting the importance of maintaining and upgrading military infrastructure to support advanced aircraft operations. Interested parties can reach out to primary contact Emily Crotta at emily.crotta@us.af.mil or by phone at 817-782-7832, or secondary contact Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil or 817-782-6194 for further details.
    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.