NATIONAL CROSS DOCK & INCIDENT BASE SUPPORT CONTRACT
ID: 70FB7025R00000005Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYINCIDENT SUPPORT SECTION(ISS70)WASHINGTON, DC, 20472, USA

NAICS

All Other Support Activities for Transportation (488999)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is preparing to issue a presolicitation for the National Cross Dock & Incident Base Support Contract. This opportunity involves establishing a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing logistical support for cross-docking operations and incident support bases, essential for enhancing FEMA's operational readiness during disaster response. The contract will cover a range of services, including management of cross-docking operations, equipment rental, transportation services, and staffing, with a performance period from June 9, 2025, to June 8, 2030, and the possibility of four additional renewal years. Interested contractors are encouraged to reach out to Edward Rudd at Edward.ruud@fema.dhs.gov or Marcia Irizarry Snyder at marcia.irizarrysnyder@fema.dhs.gov for further details, as no responses are expected until the official solicitation is released.

    Point(s) of Contact
    Marcia Irizarry Snyder, Contract Specialist
    marcia.irizarrysnyder@fema.dhs.gov
    Files
    Title
    Posted
    The document outlines the Past Performance Questionnaire (PPQ) related to a Request for Proposal (RFP) from the Department of Homeland Security (DHS), specifically FEMA, concerning the Cross Docks project. Offerors must provide details on prior contracts that resemble the current requirement, and references are requested to evaluate the contractor's previous performance. The completion of the questionnaire is crucial for assessing the contractor's quality of services, customer satisfaction, and adherence to timelines. The PPQ is structured into distinct sections: instructions for completion, confidentiality certifications, and performance evaluation metrics. Evaluators are prompted to rate the contractor on various performance elements, including service quality and satisfaction, and are invited to provide additional comments. The overarching purpose is to gather confidential and objective feedback to inform the evaluation of the contract offeror. The submission must be sent electronically to designated personnel by a specified deadline to ensure consideration.
    The document outlines a Request for Proposal (RFP) issued by the Federal Emergency Management Agency (FEMA) for a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing logistical support to Cross Docks and Incident Support Bases. The contract encompasses various services, including management of cross-docking operations, equipment rental, transportation services, and staffing for logistics support. The period of performance spans from June 9, 2025, to June 8, 2030, with four optional renewal years. Key offerings include operations personnel oversight, support equipment rental, shuttle services, and site security measures. The contracting process is governed by specific federal acquisition regulations (FAR) that dictate compliance standards. The detailed itemization of tasks and project requirements indicates a structured approach to ensuring efficient logistics operations for disaster response and recovery efforts. This RFP serves as a vital component in enhancing FEMA’s operational readiness and ability to efficiently deploy resources during emergencies.
    The document outlines the pricing structure and requirements for the National Cross-Docking and Incident Support Base (ISB) Operations involving J.B. Hunt Business. It details various Contract Line Item Numbers (CLINs) for essential services such as cross dock facility operations, empty trailer yard management, equipment provision, shuttle services, and personnel support. Each CLIN corresponds to specific sections of the Performance Work Statement (PWS), indicating operational capacities and requirements. The pricing sheet includes estimates for base periods and option periods associated with each service type, while outlining quantities needed, such as the number of trailers, drivers, and support staff. The overall pricing remains undetermined, as current figures list all unit prices and subtotals as $0.00. The document serves as a detailed guide for potential contractors to understand the operational needs and expected financial commitments necessary for compliance with government RFPs, federal grants, and state/local RFPs related to logistics and support operations.
    The Department of Homeland Security (DHS) establishes a rigorous Subcontracting Plan Review Checklist to ensure compliance with federal regulations outlined in FAR 19.704. This checklist is an essential tool for Contracting Officers (CO) to verify that proposed subcontracting plans from contractors meet required elements before the award of contracts. Key components of the plan include clear percentage goals for engaging small business concerns, total planned subcontracting dollar amounts, methods for establishing goals and identifying potential sources, and commitments to timely payments for small business subcontractors. The plan also mandates assurances that the offeror will cooperate with government reporting requirements and conduct a good faith effort to utilize small businesses in the bidding process. The document delineates responsibilities at varying levels, verifying adherence to subcontracting plans through required checks by Small Business Specialists and the Small Business Administration's Procurement Center Representatives. Successful completion and approval by CO are prerequisites for contract awards, ensuring a structured process for promoting small business participation in federal contracts. The framework enhances transparency and equity among contractors and small businesses, fostering a more inclusive contracting environment.
    The Department of Homeland Security's FEMA has issued a draft Performance Work Statement (PWS) focused on the National Cross Dock & Incident Base Support Contract. This contract addresses the necessity for effective logistics in disaster response, emphasizing cross-docking operations and empty trailer yards to enhance resource tracking and minimize costs. FEMA intends to award up to three Indefinite Quantity Indefinite Delivery (IDIQ) contracts to manage logistics during Level 1 or 2 disasters, supplementing operations when federal capacity is reached. Key services will include establishing cross-docking sites within 50 miles of Incident Support Bases (ISB), ensuring 24-hour operational capability, and providing secure empty trailer yards. Contractors will have responsibilities ranging from managing trailer accountability, providing material handling equipment, and facilitating shuttle services between various sites. Pulling together resources efficiently requires contractors to respond quickly to task orders, reaching operational capacity within specified timelines. The document outlines strict operational and security requirements, including background checks for contractor personnel, ensuring compliance with federal standards. Overall, this initiative aims to increase the efficiency and effectiveness of FEMA's logistics during emergency operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    National Flood Insurance Program (NFIP) Standard Operations
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractor support for the National Flood Insurance Program (NFIP) Standard Operations. The contractor will be responsible for coordinating with various stakeholders, including Write Your Own (WYO) insurance companies, to facilitate the delivery of the NFIP, which currently insures approximately 4.7 million flood policies. This initiative is crucial for enhancing disaster preparedness and resilience in flood management, ensuring effective administration under the Robert T. Stafford Disaster Relief and Emergency Assistance Act. Interested organizations must submit their qualifications by April 3, 2025, with the anticipated performance period running from December 2026 to December 2033. For further inquiries, contact Bryan Falcone at bryan.falcone@fema.dhs.gov or call 202-316-0527.
    Sources Sought - Production and Technical Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking input through a "Sources Sought" notice for production and technical services aimed at enhancing collaboration among various governmental levels and the private sector. The initiative focuses on developing reliable capabilities for effective data transfer and utilization, which is critical for improving disaster resilience and response frameworks, particularly in light of the significant property damage caused by disasters, estimated at over $155 billion. This opportunity emphasizes the importance of partnerships and technical expertise in risk management and emergency preparedness, encouraging participation from small businesses to diversify contributions in materials and technical services. Interested parties can reach out to Valerie Almodovar at valerie.almodovar2@fema.dhs.gov or Christopher Tulowitzky at christopher.tulowitzky@fema.dhs.gov for further information.
    SOURCES SOUGHT--Security Enterprise Services and National Maintenance
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified vendors for the Security Enterprise Services and National Maintenance Acquisition, aimed at providing comprehensive maintenance, repair, modification, and installation services for Electronic Security Systems (ESS) across its facilities. This initiative focuses on enterprise standardization, infrastructure modernization, and security convergence, ensuring compliance with federal and industry standards while enhancing FEMA's security infrastructure. The contract will cover various security systems, including Intrusion Detection Systems and Video Surveillance Systems, with a contract period of 12 months and an optional extension, emphasizing the need for qualified personnel with Top Secret Security clearances. Interested parties should contact Matthew Raible at matthew.raible@fema.dhs.gov or call 540-542-2248 for further details, with responses due by the specified deadline.
    FEMA Region VI Steady State Industry Day (March 25, 2025)
    Buyer not available
    The Federal Emergency Management Agency (FEMA) is hosting a virtual Steady State Industry Day on March 25, 2025, aimed at small businesses interested in potential procurement opportunities. This event will provide an overview of forecasted procurements for fiscal year 2025, focusing on construction services and a blanket purchasing agreement for fuel and moving services at the Federal Regional Center in Denton, Texas. The initiative emphasizes vendor engagement and networking, allowing participants to discuss operational challenges and collaborative solutions, with capabilities statements required prior to the event. Interested parties can register for the webinar and should direct inquiries to the FEMA Industry Liaison Program at FEMA-Industry@fema.dhs.gov.
    Unmanned Aerial Systems Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking information from potential sources for Unmanned Aerial Systems (UAS) services to enhance its disaster response capabilities. The objective is to procure UAS that can provide high-resolution imagery, transport a minimum payload of 200 pounds, and operate effectively in confined spaces for rescue missions, with services required across the Continental U.S., including Alaska and territories. This initiative is crucial for improving FEMA's operational efficiency during emergencies, as it aims to leverage advanced UAS technology to address challenges in disaster management. Interested parties should submit a Statement of Capability and respond to specific questions outlined in the attached documents by the specified deadline, with inquiries directed to Kimberly Coakley at Kimberly.coakley@fema.dhs.gov or Meaza Zeleke at meaza.zeleke@fema.dhs.gov.
    2025-2029 National Mobile Food Service Unit (MFSU) Support IDIQ
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the 2025-2029 National Mobile Food Service Unit (MFSU) Support Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to provide food service support in various incident response scenarios, particularly in natural resource conservation and forest fire suppression efforts. The services are critical for ensuring that personnel engaged in emergency operations receive timely and nutritious meals to maintain operational effectiveness. Interested small businesses are encouraged to reach out to Dana Price at dana.price2@usda.gov or call 703-431-6656 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    National Fallen Firefighter Memorial
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), intends to negotiate a sole source contract with the National Fallen Firefighters Foundation (NFFF) for the management of the National Fallen Firefighters Memorial Weekend. The contract aims to procure services that include organizing memorial events, consulting with fire service groups and families, and providing support for survivors of fallen firefighters, ensuring the event is conducted with the honor and dignity it deserves. This annual event, which recognizes the sacrifices of firefighters, is crucial for community support and healing, and the NFFF is uniquely qualified to manage it due to its established relationships and expertise in this area. Interested parties may submit capability statements to the primary contacts, Jane Huwig-Leister and James Suerdieck, by December 13, 2024, at 5:00 p.m. Eastern.
    FEMA Hurricane Helene Critical Public Facility - Temporary Fire Department in Haywood County, NC
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide temporary fire department services in response to Hurricane Helene in Haywood County, North Carolina. The procurement involves the rental and leasing of miscellaneous buildings and equipment necessary for establishing a critical public facility to support local emergency response efforts. This opportunity is vital for ensuring public safety and effective disaster management in the affected area. Interested parties should contact Karri Mares at Karri.L.Mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details, as this is a total small business set-aside under NAICS code 532490, with specific submission guidelines outlined in the attached Combined Synopsis/Solicitation.
    FEMA Region VI Grey Skies Industry Day (March 27, 2025)
    Buyer not available
    The Federal Emergency Management Agency (FEMA) is hosting the Grey Skies Disaster Acquisitions Industry Day on March 27, 2025, in Baton Rouge, Louisiana. This hybrid event aims to inform small businesses about FEMA's ongoing disaster procurement needs in Region VI, which encompasses Texas, New Mexico, Oklahoma, Arkansas, and Louisiana, focusing on services such as porta johns, armed guard services, and janitorial services. The initiative is designed to enhance collaboration between FEMA and potential vendors, providing insights into government requirements and challenges in emergency management, although it does not guarantee contract awards. Interested participants must register for the event, submit a capabilities statement in advance, and can expect further details regarding the agenda. For inquiries, contact the FEMA Industry Liaison Program at FEMA-Industry@fema.dhs.gov.
    Janitorial Service - New Mexico
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide janitorial services at the Joint Recovery Office (JRO) located in Santa Fe, New Mexico. The contractor will be responsible for comprehensive cleaning tasks within a facility of 94,829 square feet, including daily cleaning, routine disinfecting, and periodic window cleaning, with a contract period structured as a two-month base period followed by options extending up to 30 months. This procurement is crucial for supporting FEMA's disaster recovery efforts following the Hermits Peak and Calf Canyon Fires, ensuring operational safety and effective service delivery. Interested parties should contact Michael Bonds at michael.bonds@fema.dhs.gov or Arlene Warren at arlene.warren@fema.dhs.gov, with an estimated total contract value between $165,000 and $179,000, and the base period commencing on March 20, 2025.