FEMA Accessible Travel Trailers
ID: 70FB8024R00000030Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYCOMMUNITY SURVIVOR ASSISTANCE SECWASHINGTON, DC, 20472, USA

NAICS

Travel Trailer and Camper Manufacturing (336214)

PSC

TRAILERS (2330)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) seeks to procure accessible travel trailers (TTs) for disaster survivors, focusing on individuals with disabilities and specific access needs. Under the Individuals and Households Program, FEMA’s Logistics Management Directorate mandates that these TTs comply with the Uniform Federal Accessibility Standards (UFAS) and the Architectural Barriers Act Accessibility Standards (ABAAS). The project involves designing and manufacturing prototypes, including models that can sleep up to two or five or more people, with accessible amenities such as roll-in showers and transfer tubs. Contractors will be responsible for adhering to FEMA designs and may modify floor plans with prior approval. FEMA specifies numerous requirements for the trailers, including construction standards, electrical specifications, and inclusive features to enhance accessibility. Delivery logistics and documentation protocols, such as Certificate of Origin, are detailed, ensuring quick deployment for emergency needs. The overall goal is to ensure that these accessible TTs are readily usable by disaster survivors, thereby fulfilling FEMA's mission of assisting vulnerable populations post-disaster. The contract spans over five years, indicating an ongoing commitment to enhance emergency housing options.
    The document outlines the design specifications for FEMA Temporary Transportable Housing Units intended for use in disaster relief situations. It details accessibility requirements in compliance with federal standards, such as the Architectural Barriers Act and Uniform Federal Accessibility Standards. Key points include specifications for electrical, window, doorway, kitchen, and bathroom features to ensure these housing units are accessible to individuals with disabilities. Significant emphasis is placed on the height and placement of electrical outlets and switches, window operability, and bathroom features such as hand showers and flush controls. The document also highlights that no carpet is to be used within these units to maintain compliance and safety. Additionally, furniture arrangement must not obstruct accessible routes, ensuring efficient movement around the space. The overall purpose of these plans is to provide a comprehensive blueprint that adheres to accessibility criteria, ensuring comfort and safety for all occupants during emergency housing situations. This aligns with governmental objectives to promote inclusivity and facilitate a rapid response in times of disaster, reflecting the federal commitment to improving public welfare and emergency preparedness.
    The document outlines the pricing structure for accessible travel trailers and related transportation services under a federal contract. It specifies several types of travel trailers, including models that accommodate two or five or more people, featuring either roll-in showers or transfer tubs. Additionally, it includes provisions for transportation to various locations including Selma, AL, and Cumberland, MD, as well as other contiguous U.S. locations. Each item is categorized under Contract Line Item Numbers (CLINs) with a fixed pricing model, which is stated to cover specific expenses agreed upon in proposals. A miscellaneous expense category is also present, stipulating that contractors must develop a separate cost proposal for unlisted work, requiring approval for amounts exceeding $3,500. The contract has a base performance period of six months, with five potential option periods, indicating a long-term engagement. This document serves as part of governmental Requests for Proposals (RFPs), likely intending to enhance accessibility for disadvantaged populations while ensuring compliance with federal procurement standards.
    The document outlines the Accessible Travel Trailers IDIQ - RFP 70FB8024R00000030, specifically focusing on the Contractor Past Performance Evaluation Survey for Services. It details the evaluation criteria used to assess contractors based on the quality of service or product, timeliness of performance, and business relations. The evaluation employs a rating system that distinguishes between acceptable and unacceptable performance levels. For quality, an acceptable rating is given if the contractor's items required minimal rework and did not affect overall performance and acceptance timelines. Timeliness evaluations consider whether all items were delivered without significant delays or if delays impacted program operations. Business relations reflect the contractor's responsiveness and integrity in managing communications throughout the project. The assessment encourages evaluators to provide comments, especially for any instances of unacceptable performance. This document serves as a crucial component in the federal procurement process, helping agencies gauge contractor reliability and effectiveness in delivering services, thereby ensuring efficient project execution and accountability.
    The document pertains to the "Accessible Travel Trailers IDIQ" (Indefinite Delivery/Indefinite Quantity) contract, specifically numbered 70FB8024R00000030. It includes critical fields related to the contract details, such as contracting party information, identification numbers, contract type, award date, performance period, delivery schedules, and financial data. The form also gathers details about whether the entity is a prime contractor or a subcontractor, including the percentage of work performed as a subcontractor and contact information for relevant points of contact, such as the Contracting Officer (CO) and Contracting Officer's Representative (COR). The main focus of the document is to outline past performance and operational capabilities of the offeror under this specific government contract. It contributes to the evaluation process within federal and state RFPs by ensuring potential contractors provide relevant performance history, thereby informing decision-makers of their qualifications for future projects, particularly in the realm of accessible travel solutions. The structured format allows for the thorough capture of information vital for assessing the competencies of contracting entities.
    The document outlines the delivery schedule for accessible travel trailers as part of the federal government's Request for Proposals (RFP) 70FB8024R00000030. It requires vendors to provide specific information on each unit, including the vendor name, delivery location, manufacturer details, make and model, year, item number, sleep capacity per FEMA standards, length, full VIN number, and both proposed shipment and delivery dates to FEMA. The directive emphasizes the need for a minimum order guarantee of three prototypes, ensuring compliance with federal requirements for accessible travel trailers. This initiative aims to bolster FEMA's capacities in supporting disaster relief efforts through accessible housing options.
    The "Accessible Travel Trailers IDIQ" Request for Proposal (RFP) 70FB8024R00000030 seeks proposals to procure accessible travel trailers, emphasizing compliance with relevant standards and regulations. The document serves as a resource for potential offerors, guiding them in their submissions by outlining a structured format for inquiries, addressing topics such as submission requirements and necessary documentation. A defined section categorizes questions posed by offerors into critical, substantive, and administrative issues, promoting clarity in communication and responses from the government. Critical inquiries pertain to factual inaccuracies, whereas administrative issues focus on typographical or formatting errors. The document is formatted to facilitate understanding and engagement between the government and potential bidders, ultimately enhancing the procurement process. Overall, this RFP emphasizes accessibility and compliance, ensuring that the government can enhance travel options for individuals with disabilities, while providing a transparent framework for submissions and inquiries. The structured approach aims to support a smooth bidding process and ensure that all proposals are assessed fairly and consistently.
    The Request for Proposal (RFP) 70FB8024R00000030 outlines the terms and conditions for acquiring Accessible Travel Trailers under a Full and Open Competition, with special provisions for small businesses. The contract is a Multiple Awards Indefinite Quantity Indefinite Delivery (IDIQ) type, governed by specific Federal Acquisition Regulations. The contractor is required to supply a minimum of three trailers and may earn up to $99,932,500 throughout the contract’s lifecycle. The contract emphasizes environmentally friendly packaging and specifies that the contractor is responsible for damages during shipment. Each delivery order will have distinct performance periods, with a total project length of up to five years, including various ordering periods. The RFP also details contract administration, including how proposals will be solicited, the invoicing process, agency protest procedures, and compliance with federal clauses. The contractor obligations also include maintaining certain operational standards, ensuring compliance with environmental regulations, and adhering to stringent reporting requirements to fulfill the contract expectations effectively. Overall, this RFP aims to establish a reliable procurement process for Accessible Travel Trailers, ensuring efficiency, compliance, and support for small businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Emergency Response Trailers and Supplies (Amended)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through Customs and Border Protection (CBP), is seeking quotations for the procurement of five Emergency Response Trailers, with a focus on enhancing emergency response capabilities. The procurement is set aside exclusively for small businesses under NAICS code 333924, and bidders are required to comply with the Statement of Work (SOW) while submitting their quotes, a Price Proposal, and a Technical Capability Statement by September 18, 2024. The trailers will be utilized for various operational needs across multiple locations, emphasizing the importance of readiness in emergency situations. Interested vendors should note that the quote due date has been extended to September 23, 2024, and all inquiries must be directed to Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    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.
    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.
    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.
    Direct Lease Temporary Housing in Support of FEMA DR-4796-IA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for Direct Lease Contractors, Property Managers, and Housing Solutions Vendors to provide temporary housing assistance in response to disaster DR-4796 in Iowa. The objective is to lease residential properties that can accommodate individuals displaced by severe storms, flooding, and tornadoes, ensuring compliance with safety and accessibility standards. This initiative is crucial for facilitating recovery efforts and providing essential housing solutions to affected communities. Interested small businesses must submit their proposals by September 23, 2024, and can direct inquiries to Stewart Knotts at stewart.knotts@fema.dhs.gov, noting that funding is contingent upon the availability of appropriated funds.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    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.
    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.
    Sources Sought for Emergency Transportation on an ADHOC or Just Needed Basis
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) - Rock Island District, is seeking qualified small businesses to provide emergency transportation services for flood fight supplies and equipment on an ad hoc basis. The procurement aims to identify logistics companies capable of mobilizing transportation within four hours and delivering essential materials such as pumps, sandbags, and barriers, primarily within the continental U.S., while adhering to strict operational protocols, including a two-hour response time for bids and compliance with adverse weather conditions. This initiative is crucial for ensuring timely resource availability to communities facing natural disasters, emphasizing the government's proactive approach to flood mitigation. Interested parties must submit their Capability and/or Product Statements via email to Allison Longeville by October 10, 2024, at 2 PM Central Time, with no reimbursement for costs incurred in response to this notice.