Parcel Based Address Correction
ID: 70FA4025I00000003Type: Sources Sought
Overview

Buyer

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

NAICS

Surveying and Mapping (except Geophysical) Services (54137)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) has issued a Request for Information (RFI) to identify potential vendors capable of providing Parcel Based Address Correction services. This RFI is intended for market research and does not result in contract awards. FEMA seeks high-quality data services for address correction, flood mapping, parcel data, and reverse address lookup, requiring integration with its existing Java Address Correction Service. Key requirements include: - **Address Correction**: Accurate parcel-level correction and real-time geocoding of addresses. - **Flood Mapping**: Creation of flood risk assessments linked to corrected addresses, updated as new data emerges. - **Parcel Data**: Providing comprehensive metadata for parcels associated with corrected addresses. - **Reverse Address Lookup**: Efficient identification of addresses from geospatial data. FEMA emphasizes the need for data accuracy, reliability, and a high service availability rate of 24/7. Interested vendors must submit capability statements by February 27, 2025, detailing their compliance with specified requirements and past performance on similar projects. The RFI reinforces FEMA’s commitment to improving disaster response and resource allocation through precise data management while ensuring strict adherence to federal regulations concerning contract allocations.
    The Performance Work Statement (PWS) from FEMA outlines requirements for a contractor to provide parcel-based address correction services essential for disaster response. These services include address correction, geocoding, flood mapping, and parcel data provision, integrating with FEMA’s existing Java Address Correction Service (JACS). The document specifies the need for high-quality data, maintaining a 99% accuracy rate and capacity for handling significant transaction volumes, especially post-disaster. Key deliverables include project plans, progress reports, and business continuity strategies that ensure operational readiness during emergencies. Additional security protocols involve background investigations and compliance with privacy laws concerning personally identifiable information (PII). The contractor must uphold 24/7 service availability, maintain response times under six seconds, and provide precise geolocation data through multiple data transaction calls. Overall, this PWS emphasizes effective data management and support in FEMA’s disaster assistance operations, crucial for timely and accurate aid delivery to affected individuals.
    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.
    70FBR425Q00000088 Request for Quote - DR4830-GA Direct Lease Program
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to participate in the DR4830-GA Direct Lease Program, which involves leasing residential properties for temporary housing in response to disaster relief efforts following Hurricane Helene. The procurement aims to secure a minimum of 20 residential units, with specific requirements for accessibility to accommodate individuals with Access and Functional Needs (AFN), while prioritizing local participation in the affected counties of Georgia. This initiative is crucial for providing safe and equitable housing solutions to individuals displaced by the disaster, ensuring compliance with federal regulations and standards. Interested vendors must submit comprehensive proposals by February 28, 2025, detailing available properties and pricing, with further inquiries directed to Ashlee Young at ashlee.young@fema.dhs.gov.
    FEMA DOT Inspections and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking information from vendors capable of performing Department of Transportation (DOT) inspections and repairs for its Logistics Management Directorate’s fleet equipment located at Craig Field in Selma, Alabama. This Request for Information (RFI) aims to assess vendor capabilities in areas such as pricing for inspections, completion timeframes for 53-foot trailers, and employee retention versus subcontracting practices, without committing to any contract awards. The information gathered will support FEMA's ongoing efforts to enhance logistical readiness in disaster response scenarios. Interested parties must submit their capabilities statements in a specified format by February 24, 2025, and should direct inquiries to Edward Rudd at Edward.ruud@fema.dhs.gov.
    Wireline Telecommunications Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide Wireline Telecommunications Services through a Request for Quote (RFQ) identified as 70FA3025R00000001. This procurement aims to establish reliable wireline communication solutions essential for FEMA's operational efficiency, particularly in supporting disaster response and recovery efforts both within and outside the Continental United States. The selected contractor will be responsible for delivering voice, data, and video services, ensuring compliance with federal standards, and maintaining high-quality communication infrastructure. Proposals must be submitted by February 28, 2025, with inquiries due by February 13, 2025. Interested parties can contact Hal Vernon at hal.vernon@fema.dhs.gov or Erik Young at erik.young@fema.dhs.gov for further information.
    USACE National Hurricane Program
    Buyer not available
    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.
    FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for its Continuous Improvement Division (CID), aimed at enhancing FEMA's disaster response capabilities through various support services. The procurement focuses on program management, data collection and analysis, product development, training, and conducting after-action reviews, all designed to foster a culture of continuous improvement within the agency. This initiative is critical for ensuring effective disaster management and operational efficiency, reflecting FEMA's commitment to learning from past experiences to improve future responses. Interested contractors should contact Gregory Crouse at gregory.crouse@fema.dhs.gov, with the contract period anticipated from May 2025 to May 2030 and a total estimated value of approximately $21.5 million.
    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.
    FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
    Buyer not available
    The Federal Emergency Management Agency (FEMA) is seeking technical support services for the Hermit’s Peak/Calf Canyon Claims Review, aimed at facilitating the efficient processing of claims related to the significant damages caused by the Hermit’s Peak and Calf Canyon fires in New Mexico. The contractor will be responsible for various operational tasks, including claimant intake, documentation collection, evaluation of claims for compensatory damages, and ensuring compliance with regulatory guidelines, all while maintaining a claimant-centric approach. This procurement is crucial for expediting compensation to affected individuals and will be executed through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure over a five-year period, with a base year and four option years. Interested contractors can direct inquiries to Rachel Woods or Sharon Edwards via their respective emails, and should prepare for the anticipated solicitation release around February 2025.
    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.
    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.