FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and DeactivationLogistics Housing Operations Unit Installation, Maintenance and Deactivation
ID: RFP-70FB8025R00000001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYFEMAWASHINGTON, DC, 20472, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Federal Emergency Management Agency (FEMA), under the Department of Homeland Security, is seeking contractors for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE II) contract. This procurement aims to provide comprehensive services including hauling, installation, maintenance, and deactivation of Transportable Temporary Housing Units (TTHUs) to support disaster recovery efforts across the contiguous United States. The contract is structured as a multiple-award, Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a partial small business set-aside, emphasizing the importance of rapid and effective housing solutions in emergency situations. Interested parties should note that the anticipated award date is August 2025, with a minimum guarantee of $12,500 and a maximum ceiling of $2.6 billion. For further inquiries, potential bidders can contact Angelina W. Bachemin at fema-loghouse-ctadmin@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The LogHOUSE II IDIQ Contract outlines a framework for the provision of housing support services during disaster response and recovery efforts, primarily utilizing Transportable Temporary Housing Units (TTHUs). This multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract is structured to ensure rapid and effective delivery of various housing-related services, including the transportation, installation, maintenance, and eventual deactivation of TTHUs. Key components of the contract include the allocation of responsibilities among contractors, project management standards, and compliance with safety regulations. It details operational phases—Phase-In, Operational Period, and Phase-Out—while emphasizing the need for appropriate staffing and trained personnel. The contract stipulates that all work is to be performed in accordance with federal, state, and local regulations, and includes provisions for compliance with technical and safety standards. Additionally, it facilitates a collaborative environment between contractors and government officials to ensure project alignment with disaster management objectives. Overall, this document serves as a comprehensive guideline for contractors aiming to respond to and mitigate disaster impacts by efficiently managing temporary housing resources.
    The document outlines a comprehensive series of Contract Line Item Numbers (CLINs) pertaining to transportation, installation, maintenance, and deactivation of travel trailers and manufactured homes in disaster response scenarios. It specifies services including transportation permits, staging area management, site inspections, installation procedures, and emergency repairs to ensure compliance with federal and state regulations. Each service includes key details such as pre-approval requirements from the Contracting Officer Representive (COR) for expenditures exceeding $3,500, and various conditions related to site assessments and installations. The document emphasizes the necessity for thorough inspections, maintenance training, and remediation services to address potential hazards such as water damage and pest control. The overall purpose is to facilitate effective disaster response through detailed guidelines for contractors tasked with managing mobile housing units, ensuring they meet all operational and safety standards. This framework underscores the government's commitment to providing safe temporary housing solutions following disasters while adhering to regulatory compliance.
    The document outlines the pricing structure and negotiation procedures for various contract line item numbers (CLINs) related to FEMA's manufactured housing program. Key components include definitions of acronyms such as CO (Contracting Officer), TO (Task Order), and NTE (Not To Exceed). Each CLIN is associated with specific services such as transportation, staging, site inspections, and installations, denoting fixed unit prices that are to be negotiated either at the contract, task, or work order levels. Offerors must complete a CLIN chart pricing sheet detailing the base and ordering period prices. The document specifies procedures for invoicing and the importance of referencing the appropriate CLIN numbers. Various task categories such as maintenance, installations, and inspections are highlighted, along with the terms governing service levels and payment structures. Additionally, detailed service descriptions provide clarity on specific activities like site inspections and installations at private and commercial sites. In summary, this stringent framework aims to guide contractors in submitting proposals and invoices while ensuring compliance with FEMA’s pricing and service delivery requirements in disaster response scenarios.
    The document serves as a template for the Phase I Submission related to corporate experience under federal and local Request for Proposals (RFPs). It outlines a structured format where entities must disclose their past contract experiences, providing key details such as contract numbers, total values, names of government organizations or private companies involved, and contact information for points of contact (POC). A total of 22 entries are available for completion, emphasizing the importance of comprehensive documentation of previous work relevant to the solicitation. This systematic approach enables evaluators to assess corporate capabilities and experiences in successfully managing government contracts, which is a critical factor for proposal evaluation in competitive bidding processes. The emphasis on corporate experience reflects the intent to ensure that contracting entities demonstrate proven track records that align with the requirements of the federal government and its agencies, thereby facilitating informed decision-making during the selection process.
    The document outlines the government's Performance Evaluation Plan (PEP) for monitoring and assessing contractor performance in disaster recovery contexts, particularly under the Log HOUSE contract. It details the processes for inspecting and accepting contractor services and establishes clear performance areas, including transportation, site inspection, haul and installation, maintenance, and contract management. The government aims to ensure contractors meet established quality, schedule, management, and cost control requirements while providing a framework for the rating system through the Contractor Performance Assessment Reporting System (CPARS). Key roles and responsibilities within the government include the Contracting Officer (CO), Contracting Officer's Representative (COR), and Technical Monitor (TM), all of whom engage in active surveillance and evaluation of contractor performance. Various evaluation methods such as inspections, database analyses, and regular meetings are described to ensure compliance and address deficiencies. The evaluation outcomes will culminate in ratings that reflect the contractor's performance, thus enabling informed decision-making on contract management and future assignments. This structured approach highlights the government’s commitment to maintaining high service standards and effective responses in disaster recovery operations.
    The document outlines the Deliverables and Required Reports associated with a contract involving the Federal Emergency Management Agency (FEMA). It details numerous reports that contractors must submit following specific timelines, covering aspects such as quality control, transportation, site inspections, installation readiness, and maintenance of Transportable Temporary Housing Units (TTHUs). Key reports include the Subcontracting Plan, Quality Control Plan, FEMA Transfer Inspection Forms, Daily Dispatch Logs, and various site inspection reports, each with stipulated delivery dates and recipients. FEMA will validate deliverables through documentation and may provide specific training on necessary software. The purpose of these deliverables is to ensure proper oversight, quality management, and compliance with federal guidelines during disaster-related housing operations. The systematic structure facilitates clarity and accountability, ensuring stakeholders are informed throughout the contract's lifecycle. This comprehensive document serves as a crucial reference for contractors aiming to effectively fulfill their obligations within FEMA's protocols and thereby contribute to disaster recovery efforts.
    The LogHOUSE Administration Forms and Templates document serves as a comprehensive guide for FEMA contractors, outlining necessary forms and templates for effective data collection and reporting throughout contract execution. This section includes various attachments categorized by purpose, such as Contractor Forms [C], Government Furnished Information [GFI], and Task/Work Order Forms [F]. Each attachment is designed to streamline operations, enhance quality control, and facilitate communication between contractors and FEMA during disaster response efforts. Key forms include Daily Reports, Invoice Reports, Past Performance Questionnaires, Mission Scope of Work, and Quality Assurance Plans, among others. This structured approach ensures that contractors maintain accountability and adhere to federal guidelines during service provision, thus supporting efficient disaster recovery operations. The document emphasizes that the forms may evolve over the contract's life, with updates communicated by FEMA personnel, reflecting an adaptive and responsive approach to operational management.
    The LogHOUSE Design Appendix outlines construction design requirements for various site expansions, including commercial parks, group sites, and emergency group sites. It mandates site-specific work, as determined by FEMA, utilizing a "Definable Features Checklist." Key design considerations include maximizing site capacity, scheduling to meet deadlines, and ensuring compliance with local codes for utilities, drainage, and fire safety. The contractor is responsible for comprehensive design packages, progressing through conceptual, 50%, and 100% final designs, each requiring government approval and coordination with local authorities. Detailed descriptions of site features such as utility metering, parking, drainage, and accessibility requirements are emphasized. The document is structured into sections covering design requirements, stakeholder meetings, construction proposal breakdowns, and operational planning for staging areas. Overall, this document serves to facilitate streamlined construction processes while adhering to federal regulations and ensuring public safety and environmental compliance.
    The Past Performance Questionnaire is designed to gather crucial feedback on the performance of firms or agencies involved in federal contracts. It requires detailed information about the project, including the name of the firm, project name, performance period, contract type, and award dates as well as the financial aspects of the contract. Each assessing official must provide their contact information and specific contract references if applicable. The questionnaire evaluates various performance categories such as product quality, adherence to schedules, cost control, business relations, management of key personnel, reliability, customer support, and overall performance. Respondents can also comment on additional areas of interest. The information collected is imperative for past performance evaluations that inform future federal contract decisions. Respondents are instructed to provide factual and accurate feedback, supported by examples when necessary, and submit the completed questionnaire via email to FEMA’s designated address. This document illustrates the federal government's structured approach to assessing contractor performance in line with RFP processes.
    The document outlines the required elements of the Subcontracting Plan for the Department of Homeland Security (DHS), focusing on compliance with federal regulations under FAR 19.704. It serves as a checklist to ensure that subcontractors provide complete and acceptable plans prior to contract awards. Key components include setting specific percentage goals for subcontracting with small businesses, detailing the total dollar amounts earmarked for subcontracting, and outlining methods for achieving these goals. The plan mandates the appointment of an individual to oversee the subcontracting efforts and ensures equitable opportunities for small businesses. Additionally, it incorporates assurances regarding timely payments to small business subcontractors and compliance with reporting obligations via the Electronic Subcontracting Reporting System (eSRS). The checklist must be completed by the Contracting Officer (CO), reviewed by Small Business Specialists (SBS), and submitted to the Small Business Administration's Procurement Center Representative (PCR) for approval. The overarching purpose of the document is to foster the inclusion of small businesses in federal contracting, thus reinforcing the government’s commitment to supporting diverse suppliers in its procurement processes.
    The document outlines the Request for Proposal (RFP) inquiries associated with Solicitation #70FB8025R00000001, specifically for FEMA. It appears as a single-page format listing multiple question numbers, although no explicit questions or comments are detailed within the provided content. Each entry corresponds to specific questions or comments regarding the RFP, awaiting FEMA's responses. The structure indicates a systematic approach wherein stakeholders can submit queries for clarification on the solicitation’s terms, guidelines, and requirements. However, the lack of content in the response section suggests either incomplete documentation or a placeholder for forthcoming information. Overall, this document serves as a foundational component for facilitating communication and understanding between FEMA and potential proposers in response to the RFP, ensuring that all uncertainties are addressed during the proposal process.
    The Federal Emergency Management Agency (FEMA) has issued a Request for Proposal (RFP) for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE II). This competitive solicitation primarily targets contractors capable of providing temporary housing units as mandated by the Stafford Act. The categories of work include hauling, installation, maintenance, and deactivation of transportable temporary housing units (TTHUs) throughout the contiguous United States, emphasizing readiness for direct housing missions. The contract type is an Indefinite Delivery, Indefinite Quantity (IDIQ) format, with the goal of ensuring small business participation through a partial set-aside. The selected contractors will be required to provide services at a firm-fixed price, with a minimum guarantee of $12,500 and a maximum ceiling of $2.6 billion. The RFP outlines the structure and requirements for technical proposals, invoicing, performance evaluations, and compliance with various federal regulations. Additionally, it includes provisions for ensuring service compliance, such as invoicing procedures, performance assessments, and security training for contractors. These requirements aim to ensure that awarded contractors fulfill operational mandates effectively while adhering to FEMA's standards and contractual obligations.
    Similar Opportunities
    Manufactured Housing Units (MHUs) Re-Compete 2025
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is conducting a Sources Sought notice for the procurement of Manufactured Housing Units (MHUs) as part of its Market Research for the Re-Compete 2025 initiative. The objective is to identify firms capable of producing HUD-compliant MHUs that meet specific federal standards for safety, accessibility, and construction, ensuring timely delivery and adherence to FEMA's Fit and Finish standards. These units are critical for providing temporary housing solutions to disaster survivors, reflecting FEMA's commitment to effective disaster response. Interested parties are encouraged to submit their feedback by February 24, 2025, and can direct inquiries to fema-mhusrfi2025@fema.dhs.gov, noting that this RFI does not constitute a solicitation for proposals.
    Direct Lease for DR-4830-GA Hurricane Helene
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking property management companies to participate in the Direct Lease program in response to Hurricane Helene (DR-4830-GA) in Georgia. The objective is to secure a portfolio of furnished, turnkey residential properties, including corporate apartments, vacation rentals, and bank-owned properties, that are within a 30-60 minute commute from the affected areas, ensuring they meet safety, sanitary, and functional standards. This initiative is crucial for providing temporary housing solutions for individuals displaced by the disaster, with leases expected to last a minimum of 18 months and include provisions for accessibility and maintenance. Interested parties must submit their information by February 12, 2025, and can contact FEMA at fema-dr4830ga-directleaserfi@fema.dhs.gov for further details.
    MULTIFAMILY LEASE AND REPAIR (MLR) REQUEST FOR INFORMATION
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking information regarding the Multifamily Lease and Repair (MLR) program in response to Hurricane Helene, which has significantly impacted housing in Georgia. This initiative aims to provide temporary housing solutions for individuals and households displaced by the disaster by repairing or improving existing multifamily rental properties that meet specific criteria. The program is crucial for ensuring that eligible applicants have access to safe and adequate temporary housing, with FEMA covering costs up to $40,000 per unit for necessary repairs. Interested property owners must submit their responses by February 22, 2024, including detailed property information and compliance with accessibility standards, to the primary contact at FEMA via email at FEMA-DR4830GA-mlrrfi@fema.dhs.gov.
    Global Freight Analysis Subscription
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking a contractor to provide a cloud-based Global Freight Analysis Subscription service to support its Logistics Analysis Office (LAO). This service aims to enhance FEMA's capabilities in accessing, analyzing, and monitoring real-time and historical freight market data across various transportation modes, thereby optimizing logistics operations and improving decision-making during disaster response and recovery efforts. The system will facilitate benchmarking of freight spend, carrier service, and operational efficiency while ensuring compliance with federal guidelines and security protocols. Interested parties should contact Janine Bennett at janine.bennett@fema.dhs.gov or Lakisha Hyman at lakisha.hyman@fema.dhs.gov, with responses to the Request for Information (RFI) due by February 7, 2025.
    Direct Lease for DR-4856 California Wildfires and Straight-line Winds
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking property management companies to provide direct lease housing assistance in response to the California Wildfires (DR-4856-CA). The objective is to acquire a portfolio of furnished, turnkey residential properties, including 1- to 4-bedroom units, within a 25-mile radius of the affected areas, ensuring they are safe, sanitary, and functional for eligible disaster applicants. This initiative is critical for providing temporary housing solutions for individuals displaced by the disaster, with properties required to be ready for immediate occupancy for a lease term of at least 18 months. Interested parties must respond to the Request for Information (RFI) by 5:00 PM PST on February 11, 2025, and can contact Demetria Carter at demetria.carter@fema.dhs.gov for further details.
    Air Ground Support Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for Air Evacuation Aviation Planning and Operational Ground Support Services. This procurement aims to secure contractor-managed multi-functional air operational support resources to assist in federal responses to national events, with a contract period anticipated to include a one-year base and four one-year options. These services are critical for effective emergency response and disaster planning, ensuring that the government can efficiently mobilize air support when needed. Interested vendors should note that the Request for Proposal (RFP) is expected to be released around the week of February 24, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Felicia Castillo at felicia.castillo@fema.dhs.gov.
    Request For Information (RFI) - Outbound Mail Operations Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking information from qualified contractors to support outbound mail operations related to its Individuals and Households Program (IHP). The objective is to establish a contractor-operated mail processing system capable of managing high volumes of correspondence generated by disaster assistance requests, ensuring privacy, accuracy, and timely delivery of services to disaster applicants. This initiative is critical for effective communication and aid distribution following Presidentially-declared emergencies, reflecting FEMA's commitment to disaster recovery logistics. Interested vendors must submit their capabilities statements by February 14, 2025, to the designated contacts, Oneko Dunbar and Marcia Irizarry Snyder, via the provided email addresses.
    FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
    Buyer not available
    The Federal Emergency Management Agency (FEMA) is seeking technical support services for the Hermit’s Peak/Calf Canyon Claims Review, aimed at facilitating the efficient processing of claims related to the significant damages caused by the Hermit’s Peak and Calf Canyon fires in New Mexico. The contractor will be responsible for various operational tasks, including claimant intake, documentation collection, evaluation of claims for compensatory damages, and ensuring compliance with regulatory guidelines, all while maintaining a claimant-centric approach. This procurement is crucial for expediting compensation to affected individuals and will be executed through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure over a five-year period, with a base year and four option years. Interested contractors can direct inquiries to Rachel Woods or Sharon Edwards via their respective emails, and should prepare for the anticipated solicitation release around February 2025.
    Request For Information (RFI) - Inbound Mail Operations Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide inbound mail operations services to support its Individuals and Households Program (IHP). The objective is to establish a robust contractor mail operation capable of efficiently processing large volumes of applicant correspondence during disaster situations, ensuring privacy, accuracy, and timely responses. This initiative is critical for managing disaster-related communications, particularly in the wake of Presidentially-declared disasters, where rapid processing of applicant correspondence is essential. Interested vendors must submit their capability statements and responses to specific questions by February 14, 2025, to the designated contacts, Oneko Dunbar and Marcia Irizarry Snyder, via the provided email addresses.
    FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide Disaster Continuous Improvement Support Services through its Continuous Improvement Division (CID). The primary objective of this procurement is to enhance FEMA's Continuous Improvement Program (CIP) by integrating lessons learned from past disasters into future operations, which includes tasks such as program management, data analysis, training, and consulting. This initiative is crucial for improving disaster response and recovery capabilities, ensuring that FEMA can effectively adapt to increasing disaster-related challenges. Interested firms with an active GSA Multiple Award Schedule under NAICS 541611 should submit their proposals by February 24, 2025, with questions due by January 28, 2025. For further inquiries, contact Gregory Crouse at gregory.crouse@fema.dhs.gov, with an estimated contract value of $42 million over four option periods.