USACE National Hurricane Program
ID: W912DR25X14T2Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST BALTIMOREBALTIMORE, MD, 21201-2526, USA

NAICS

Other Computer Related Services (541519)

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking to assess interest and capabilities among firms for the operation and maintenance of the HURREVAC hurricane evacuation management system, which is supported by FEMA. The primary objectives include ensuring real-time tracking and support for emergency management during tropical events, maintaining system performance with a 99% uptime goal during hurricane season, and providing user support for over 35,000 government users. This initiative is crucial for effective emergency management and coordination during hurricanes, emphasizing the importance of input from small businesses and socio-economically diverse entities to enhance competition. Interested parties must submit their company details, capabilities, and relevant past project experience by March 10, 2025, and can contact Sharon Alexander at sharon.l.alexander@usace.army.mil or 410-962-0191 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE), Baltimore District, issued a Sources Sought Notice to gauge interest and capability among firms for upcoming operation and maintenance services of HURREVAC, a hurricane evacuation management system supported by FEMA and USACE. The project aims to ensure real-time tracking and support for emergency management during tropical events, serving over 35,000 government users. Key responsibilities include data monitoring, system performance upkeep with a 99% uptime goal during hurricane season, user support during active tropical threats, and coordination with USACE and FEMA for issue resolution. This notice emphasizes the significance of input from small businesses and other socio-economically diverse entities as USACE looks to maximize competition. Submissions must include company details, capabilities, and relevant past project experience by March 10, 2025. This notice is not a solicitation for proposals but serves as a tool for the government to understand industry capabilities before making acquisition decisions.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    FEMA Hurricane Helene Critical Public Facility - 911 Center in Mitchell County, North Carolina
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the FEMA Hurricane Helene Critical Public Facility project, which involves the establishment of a 911 Center in Mitchell County, North Carolina. This procurement is set aside for small businesses and aims to secure services related to the lease and rental of miscellaneous buildings, as outlined under NAICS code 532490. The successful contractor will play a crucial role in enhancing emergency response capabilities in the region, ensuring that critical public safety infrastructure is effectively supported. Interested parties should reach out to Karri Mares at Karri.L.Mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details, and they should be aware of the total small business set-aside requirements as they prepare their proposals.
    Parcel Based Address Correction
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Parcel Based Address Correction services. The primary objectives include accurate parcel-level address correction, real-time geocoding, flood mapping, and comprehensive parcel data provision, all of which must integrate with FEMA’s existing Java Address Correction Service (JACS). These services are critical for enhancing FEMA's disaster response capabilities, ensuring timely and accurate aid delivery to affected individuals during emergencies. Interested vendors must submit their capability statements by February 27, 2025, and can direct inquiries to Janine Bennett at janine.bennett@fema.dhs.gov or Ashley Hill at ashley.hill@fema.dhs.gov for further information.
    Hurricane Evacuation Charter Buses
    Buyer not available
    The Department of Defense, specifically the Marine Corps Recruit Depot in Parris Island, South Carolina, is soliciting proposals for a contract to provide Hurricane Evacuation Charter Buses. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ), aims to ensure the timely transportation of recruits during hurricane emergencies, requiring the mobilization of up to 180 buses within a 24-hour notice period. The services are crucial for maintaining safety and operational readiness during hurricane seasons, emphasizing the importance of effective evacuation protocols. Interested small businesses must submit their proposals by March 5, 2025, with inquiries accepted until February 24, 2025; for further information, contact Andrea Learn at andrea.n.learn.civ@usmc.mil or by phone at 843-228-3813.
    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.
    FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and DeactivationLogistics Housing Operations Unit Installation, Maintenance and Deactivation
    Buyer not available
    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.
    Fort Johnson Horizontal MATOC HUBZone Pool
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking proposals for the Fort Johnson Horizontal MATOC HUBZone Pool, a presolicitation notice for a 100% small business HUBZone set-aside contract. This opportunity involves the establishment of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at supporting horizontal construction projects, including the design and construction of roads, bridges, and various infrastructure improvements at Fort Johnson and potentially other USACE programs within the Southwestern Division. The anticipated Request for Proposal (RFP) will be issued around March 1, 2025, with a total shared capacity of $20 million and a minimum guarantee of $2,500, and interested HUBZone firms are encouraged to monitor the SAM.gov website for updates and to ensure their registration is current. For further inquiries, contact Demetrius Brooks at demetrius.d.brooks@usace.army.mil or Robert E. Buchanan at CESWF-CT-PreawardProposal@usace.army.mil.
    FY26 COASTAL STORM RISK MANAGEMENT CAROLINA BEACH & VICINITY, NEW HANOVER COUNTY, NORTH CAROLINA.
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the FY26 Coastal Storm Risk Management project in Carolina Beach and vicinity, New Hanover County, North Carolina. This presolicitation opportunity involves heavy and civil engineering construction, specifically focusing on the maintenance of dredging facilities to enhance coastal resilience against storm risks. The project is critical for safeguarding the local infrastructure and environment from potential storm damage, ensuring the safety and sustainability of the coastal community. Interested parties can reach out to primary contact Diana Curl at diana.d.curl@usace.army.mil or by phone at 910-251-4915, or secondary contact Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil or 910-251-4436 for further details.
    USACE Enterprise Acquisition Forecast as of December 2024
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE), has released an Enterprise Acquisition Forecast for December 2024, outlining anticipated federal contract opportunities for fiscal year 2025. This forecast includes a detailed spreadsheet that categorizes potential contracts by type, financial values, NAICS codes, and project descriptions, focusing on key areas such as geospatial and engineering services, flood control, and infrastructure improvements. The document emphasizes small business opportunities, including set-asides for disadvantaged companies and a broad agency announcement for advanced research and technology development, thereby supporting USACE's mission in environmental protection and infrastructure resilience. Interested contractors can access the forecast through the attached spreadsheet and should prepare to engage with the outlined initiatives as they arise.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide a range of engineering services, including design and consultation for various civil works projects, which are critical for infrastructure development and maintenance. Interested firms are encouraged to demonstrate their qualifications and past performance, as these will be key factors in the selection process. For further inquiries, potential applicants can contact Evan Cyran at evan.m.cyran@usace.army.mil or by phone at 410-962-6037, or Leigha Arnold at leigha.m.arnold@usace.army.mil or 443-749-2022.