Program and Technical Support
ID: 70FA4024I00000002Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYSUPPORT SERVICES SECTION(SS40)WASHINGTON, DC, 20472, USA

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    Sources Sought Notice: Homeland Security, Department of, Federal Emergency Management Agency (FEMA) is seeking program and technical support services. These services will be used to provide program management, consulting, and technical support to the Office of Policy and Program Analysis (OPPA) within a dynamic emergency management environment. The contractor will advise and assist OPPA Leadership and the Business Management Office (BMO) in providing service, advisement, communication, and coordination across all offices and divisions within OPPA. Additionally, the contractor will provide dedicated support to the Emergency Policy and Recovery Division (ERPD), Infrastructure Analysis Division (IAD), Policy, and Strategy. The contractor is expected to have senior-level experience and expertise in various areas including strategy and policy management, strategic planning, communications, event coordination, reporting and analytics, customer experience, and budget analysis. For more details, refer to the attached Request for Information (RFI) and Performance Work Statement (PWS). The place of performance for this contract is in Washington, DC (zip code: 20472), USA. For further information, contact Kimber Russell at kimber.russell@fema.dhs.gov.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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 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.
    FEMA LOG Incident Support - Mobile Logistics Office Unit Trailers
    Active
    Homeland Security, Department Of
    FEMA Logistics Incident Support The Federal Emergency Management Agency (FEMA) is seeking rugged, fifth-wheel trailers customized to function as offices, known as Mobile Logistics Office Units (MLOUs), to support its Logistics Operations Division. This notice is a presolicitation to allow contractors to prepare for the upcoming solicitation, anticipated to be released around August 5, 2024. This procurement is a total small business set-aside, with a NAICS code of 336212 and a size standard of 1,000 employees. The agency plans to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for five consecutive years. FEMA requires the delivery of customized trailers that can function as mobile offices. The awardee will manufacture the units in their U.S.-based facility and deliver them to FEMA's Distribution Center in Fort Worth, TX. A prototype will undergo a first article inspection before any production begins. The solicitation will employ a best value trade-off approach, with technical factors weighted more heavily than price. FEMA will use a two-step advisory process to streamline the selection, favoring offerors who have the highest technical merit and lowest risk. Interested parties should prepare their applications accordingly, as the solicitation period may be shorter than the standard 30 days. No proposals are due at this time, and contractors should be aware that the government will not reimburse any costs incurred in preparing responses to this presolicitation notice. For clarification or further information, contractors can contact the primary point of reference listed as: r7-ordering@fema.dhs.gov 202-880-7322 This summary provides an overview of the upcoming opportunity for potential applicants, enabling them to assess their interest and capacity to respond to the formal solicitation when it is issued.
    DG--RRCC Equipment Refresh
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking bids for the "DG--RRCC Equipment Refresh" project, which involves the procurement of commercial IT commodities and solutions. This opportunity is a Total Small Business Set-Aside, meaning only qualified small businesses may submit bids, and it requires adherence to the terms of the DHS FirstSource II IDIQ contract. The items must be Brand Name Only (Exact Match), and the solicitation will be conducted through an online competitive reverse auction on the Unison Marketplace platform, with bids due by September 12, 2024, at 1:30 PM Eastern Time. Interested sellers can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance.
    FEMA MWEOC Turf Reinforcement Construction FY24
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking small business contractors for the construction project titled "FEMA MWEOC Turf Reinforcement Construction FY24." The objective of this procurement is to convert a grass field and wooded area near the M4 Helipad at the Mount Weather Emergency Operations Center (MWEOC) into a permeable parking area that can support heavy vehicles, including the installation of engineered soils and turf, traffic lanes, and a shuttle bus stop. This project is critical for enhancing the operational capacity of a sensitive government facility and ensuring compliance with environmental regulations, particularly concerning naturally occurring asbestos management. Interested contractors must submit their proposals by September 9, 2024, after attending a mandatory site visit on August 19, 2024, and can obtain further details by contacting Kevin Hennigan at FEMA-NCCS-ACQ@fema.dhs.gov. The estimated contract value is between $1 million and $5 million, with a performance period of 180 calendar days from the notice to proceed.
    ICE Transportation Management Office- Analysis Support
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking qualified vendors to provide analysis support for its Transportation Management Office (TMO) as part of a Request for Information (RFI). The primary objective is to enhance operational efficiency in managing the transportation of non-citizens being removed from the U.S., focusing on data-driven insights, predictive analytics, and the modernization of processes within a complex transportation network. This initiative is crucial for addressing logistical challenges and ensuring compliance with federal regulations while optimizing resource management. Interested parties must submit their responses, including company information and comments on the draft Performance Work Statement, by 10:00 a.m. ET on September 16, 2024, to Brittany Tobias and Marland Clark via their provided email addresses.
    J--Cooling Tower Pipe Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide cooling tower pipe repair services through a combined synopsis/solicitation. This procurement, identified by solicitation number R6CoolingTowerRFQ01, is aimed at ensuring the maintenance and repair of plumbing, heating, and waste disposal equipment, which is critical for operational efficiency within FEMA facilities. Interested sellers must submit their bids via the Unison Marketplace platform, with the solicitation closing on September 12, 2024, at 1:00 PM Eastern Time. For further inquiries, potential bidders can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    FEMA/MWEOC Architect/Engineering IDIQ
    Active
    Homeland Security, Department Of
    Sources Sought HOMELAND SECURITY, DEPARTMENT OF is seeking Architect and Engineering services for the Mount Weather Emergency Operations Center (MWEOC) in Mount Weather, VA (zip code: 20135), USA. The services include Master Planning, Regional and Urban Planning, Scope of Work Development, Studies and Surveys, Furniture, Fixtures & Equipment, General and Critical Facilities Commissioning, and Title II Services. The project types include new facilities, additions and annexes, barrier removal, rehabilitation, fire protection, and highways/roads. Interested firms must possess a current/active Defense Counterintelligence and Security Agency (DCSA) Top Secret Facilities Clearance and be licensed to provide professional A/E services in Virginia. Please email FEMA-NCCS-ACQ@fema.dhs.gov by 10/16/2023 with firm name, UEI , confirmation of Top Secret facilities clearance, and confirmation of license in Virginia.
    FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and Deactivation
    Active
    Homeland Security, Department Of
    Presolicitation notice from the Department of Homeland Security, Federal Emergency Management Agency (FEMA) is seeking support services and construction for its Transportable Temporary Housing Unit (TTHU) mission. The TTHUs include manufactured homes and travel trailers and are used to provide housing to disaster survivors. The scope of work includes transportation, staffing of staging areas, installation and maintenance of housing units, deactivation and transportation to storage sites, site inspections, feasibility assessments, and design and construction services for various sites. The contract will be awarded through full and open competition with a partial small business set aside. The contract type will be Firm Fixed Priced (FFP) and Time and Material (T&M), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ). The base period of performance will be one year, with four one-year option periods.
    DOE’s Office of Enterprise Assessments: Professional Technical, and Management Support Services
    Active
    Energy, Department Of
    The U.S. Department of Energy's Office of Enterprise Assessments (EA) is seeking small businesses to provide professional, technical, and management support services in Washington, D.C. This Sources Sought notice aims to gather information on the capabilities of small businesses to fulfill the requirements outlined in the Draft Support Scope (DSS), which includes independent oversight and assessments related to nuclear and environmental safety, cybersecurity, and worker health across DOE facilities. The contractor will play a crucial role in enhancing safety measures and ensuring compliance with DOE policies and programs, with a focus on areas such as safeguards and security, emergency management, and risk assessment. Interested parties must submit their capability statements by September 17, 2024, to Kelley Vandecoevering and Ryan Miller at the provided email addresses, as participation will inform the upcoming procurement process but does not guarantee a contract award.