ATTHU & Grounds Maintenance, Removal, Replacement, & Storage
ID: 70FBR924R00000009Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 9Oakland, CA, 94607, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document describes a Request for Proposal (RFP) regarding a single-award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract issued by FEMA for the maintenance of Alternative Transportable Temporary Housing Units (ATTHUs) and related sites. The contract is 100% set aside for small businesses under the NAICS Code 561210. It includes specifications for both routine and emergency repairs categorized into minor and major repair classes, with defined cost limits for each category. The contract entitles FEMA to request specific services through set task orders, with a total maximum ceiling of $279,512,300 to be utilized throughout the contract's duration. The performance period spans one year with two potential one-year extensions based on satisfactory service and funding. The contract also stipulates a minimum award of $3,000,000, with invoicing protocols and correspondence procedures outlined for efficient administration. The need for careful management of repairs and site maintenance to ensure occupied housing units remain safe and operational is stressed, reflecting FEMA's operational objectives during disaster recovery efforts.
    The Performance Work Statement outlines the requirements for the maintenance and management of Alternative Transportable Temporary Housing Units (ATTHUs) following the August 2023 wildfire disaster in Hawaii. Under the Stafford Act, FEMA is tasked with providing temporary housing for individuals displaced due to the disaster. The contractor is responsible for the comprehensive maintenance of up to 400 ATTHUs, including routine maintenance, emergency repairs, and the removal or replacement of units as required. Key responsibilities include conducting daily inspections, overseeing utility connections, and ensuring compliance with federal, state, and local regulations, specifically those set by Maui County. The contractor must furnish all necessary equipment and maintain communication with FEMA representatives, ensuring a prompt response to maintenance issues reported by occupants. The document emphasizes the importance of timely repairs, safety measures, and the need for adherence to established building codes. A call center will be established for occupants to report issues, and all maintenance activities must prioritize the health, safety, and comfort of residents. The outlined procedures ensure that the ATTHUs remain functional and sanitary throughout their use, supporting FEMA's housing mission in response to the disaster.
    The document is a Request for Proposal (RFP) issued by FEMA, specifically solicitation #70FBR924R00000009, detailing the questions posed by potential bidders regarding the RFP (DR-4724-HI). The structure consists of a simple table identifying question numbers along with corresponding responses from FEMA. While the content of the specific questions and responses is not provided in the document, it serves to clarify the inquiry process for interested parties. This RFP is significant as it relates to federal grants and assistance pertaining to disaster recovery efforts, thereby facilitating crucial support measures in times of crisis. The document indicates FEMA's commitment to transparency and thorough communication, ensuring that potential vendors can adequately address the requirements of the proposal. The focus on clarity in responses also demonstrates an effort to foster competitive and informed bidding for federal disaster recovery contracts.
    The document outlines the requirements for submitting a Demonstrated Prior Experience Questionnaire pertinent to the ATTHU Maintenance, Repair, and Removal Contract. Offerors must send the completed questionnaire to the specified Contracting Officer by September 20, 2024. The submission is constrained to a total of three pages, with strict formatting guidelines. Each offeror is required to present examples of past projects, focusing on housing work, maintenance management, and procurement of supplies, specifically those relevant to single or multi-family housing projects. Responses must include key project details such as names, locations, customer information, project managers, values, and contract types, with each project example limited to one page. The document emphasizes that comprehensive examples demonstrating a range of relevant experiences will be favorably evaluated, particularly those that encompass all three required types of experience, as well as the ability to procure materials from outside Hawaii. This framework reflects the broader context of federal RFPs, underscoring the importance of prior experience in securing government contracts.
    The document outlines the delivery and performance requirements for a contract related to the Federal Emergency Management Agency (FEMA) operations in Maui County. It specifies the contract's duration, consisting of a one-year base period with two optional extensions of one year each. Performance will occur at various locations in Maui County, with FEMA facilitating access to its facilities. Key sections include details on deliverables, required reports, and timelines, managed through the Performance Work Statement. For instance, contractors must submit quality control plans and weekly reports, maintain emergency repair protocols, and establish communication with residents via a 24/7 call center. A comprehensive table categorizes reports based on delivery dates, descriptions, and templates provided by FEMA. Reports cover maintenance activities, inspections, and overall contract performance, ensuring transparency and quality oversight. The document emphasizes the importance of timely reporting and communication to effectively manage FEMA's housing operations during emergencies, reinforcing the agency’s mission to respond effectively to disaster situations and maintain operational standards.
    The document outlines FEMA's Performance Evaluation Plan (PEP) for the Alternative Transportable Temporary Housing Unit (ATTHU) Comprehensive Maintenance contract, emphasizing contractor performance assessment to ensure compliance and service quality. It introduces a structured approach for monitoring contractor performance, detailing roles and responsibilities of government personnel, including the Contracting Officer (CO) and the Contracting Officer’s Representative (COR). Key performance areas include Unit Maintenance, Contract Management, and Task Order Management, assessed through qualitative and quantitative metrics in categories like Quality, Schedule, and Cost Control. The evaluation methodology involves rigorous surveillance methods such as inspections, database analyses, and regular meetings, culminating in ratings provided in FEMA's Contractor Performance Assessment Reporting System (CPARS). Contractors are incentivized to submit a Quality Control Plan and can contest evaluations through a defined process. The summary emphasizes FEMA's commitment to high standards in disaster response services, ensuring accountability and quality service delivery during disaster recovery efforts.
    Appendix H outlines the documentation and forms necessary for contractors engaged with FEMA regarding the maintenance and management of Alternative Transportable Temporary Housing Units (ATTHUs). These documents facilitate data collection, quality assurance, and compliance monitoring throughout the contract period. Each attachment is categorized by its intended use: forms to be filled out by contractors, government-furnished information, and templates for proposal submissions. Key attachments include daily reports to the Contracting Officer's Representative (COR), management quality assurance plans, maintenance inspection logs, summary reports, and pre-priced repairs requests. Provisions are made for routine and emergency maintenance, outlining procedures for inspections, reporting, and emergency responsiveness to ensure safety and livability for occupants. Overall, the appendix serves as a comprehensive tool for managing ongoing operations and assessing contractor performance, reflecting FEMA’s commitment to maintaining high standards in disaster recovery through effective resource management and compliance oversight.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 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.
    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.
    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.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    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.
    Emergency Air and Ground Transportation 2024
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking contractors to provide comprehensive emergency air and ground transportation services for medical and non-medical evacuees during public health emergencies and disasters in 2024. The procurement aims to establish a system for the efficient movement of medical staff, patients, and essential cargo, utilizing a range of aircraft and ground vehicles across the Continental United States (CONUS), U.S. Territories, and internationally (OCONUS), including the transport of highly infectious patients using specialized containment systems. This initiative is critical for enhancing federal response capabilities during emergencies, with the contract structured as a 100% Small Business Set-Aside and anticipated to operate on a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) basis for one base year with four optional years. Interested parties must submit proposals by October 17, 2024, and can direct inquiries to Alan Jackson at alan.jackson@hhs.gov.
    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 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.
    REPLACE RAMP STORMWATER CONTAINMENT VALVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking contractors to replace the ramp stormwater containment valve at Joint Base Pearl Harbor-Hickam in Hawaii. The project involves removing the existing valve, actuator, and supports, and installing a new manual valve, metal access platform, and signage, all in accordance with the attached Statement of Work and relevant specifications. This procurement is crucial for maintaining environmental compliance and operational efficiency at the airbase. Interested small businesses must submit sealed offers by September 23, 2024, with a project budget estimated between $25,000 and $100,000, and are required to start performance within 30 days of notice to proceed. For further inquiries, contact Warren Sabugo at warren.m.sabugo.civ@army.mil or call 808-844-6421.