Wireline Telecommunications Services
ID: 70FA3025R00000001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYINFORMATION TECHNOLOGY COMMODITIES AND TELECOMMUNICATIONSWASHINGTON, DC, 20472, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT and Telecom - Network: Satellite Communications and Telecom Access Services (DG11)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a federal solicitation (No. 70FA3025R00000001) issued by the Federal Emergency Management Agency, focusing on wireline services. The amendment outlines the procedures for acknowledging receipt, submission modifications, and extends the due date for proposals to February 28, 2025. It addresses several Requests for Information (RFIs) received, including requests to extend the submission deadline and to increase page limits for proposals. Additional instructions are given regarding the proposal structure, including specific requirements for technical, management, past performance, and price proposals. Each volume has designated page limits and formats. The document emphasizes the need for electronic submission and provides guidelines for naming conventions and content formatting. Furthermore, a Past Performance Questionnaire is included, requesting assessment details from previous contractors to evaluate their performance, timeliness, and quality of delivery. The purpose of this amendment is to clarify the solicitation process while ensuring compliance with federal regulations, thereby facilitating a streamlined proposal submission by potential contractors. Overall, the document serves as a vital communication tool for offering parties participating in the competitive bidding process for federal contracts.
    The document outlines terms and conditions for a government contract, specifically under the Federal Emergency Management Agency (FEMA). It details contract administration responsibilities, highlighting that modifications to the Performance Work Statement must be authorized by the Contracting Officer. The sections cover various roles including the Contracting Officer, Contract Specialist, and Contracting Officer's Representative (COR), clarifying their authority and limitations in contract execution and administration. Additionally, the document specifies invoice procedures, including the requirement for contractors to submit electronic invoices and detailed descriptions of services and supplies. Pricing structures ensure that contractor prices align with lower or comparable tariffs and establish minimum and maximum contract limitations. Key clauses include stipulations against using prohibited telecommunications equipment and software, mandates for ongoing employee training in privacy and cybersecurity, and proper handling of Controlled Unclassified Information (CUI). Overall, the document emphasizes compliance, transparency, and the structured operation of contractual obligations within FEMA's procurement framework.
    The FEMA Wireline Services Program outlines the provision of local telecommunications equipment and services essential for FEMA's operations in both the Continental and outside the United States. The scope includes providing voice, data, and video services, ensuring compliance with NIST and DHS standards, and adapting to evolving technology for optimum connectivity during various operational scenarios, including disasters. The contractor is tasked with managing service delivery, quality assurance, and technical support, while also coordinating with local carriers for seamless service provision. Key performance objectives focus on maintaining reliable connectivity, resolving service disruptions rapidly, adapting to new technologies, and delivering timely invoicing. Additionally, the document emphasizes the importance of administrative services, billing consolidation, and inventory management. Security standards are highlighted since contractor personnel will need access to sensitive information. Transition procedures and compliance with federal regulations, including an emphasis on Section 508 for accessibility, are also crucial to the contract's execution. This document serves as a framework for attracting qualified contractors to meet FEMA's communication needs effectively, ensuring uninterrupted service essential for emergency management success.
    The Past Performance Form is a vital component used in federal and state/local RFPs, designed to collect and evaluate past performance data of contractors. It requires the offeror to provide critical information, including client contact details (name, agency, title, phone number, and email), contract period, contract type (e.g., Firm Fixed Price, Cost Reimbursable), contract value, associated level of effort, security classification, and a brief description of services rendered. The summary encapsulates the contractor’s previous work, emphasizing the outcomes and significance of the services provided. This form aids government agencies in assessing the reliability and capability of potential contractors based on their historical performance, ultimately influencing award decisions in procurement processes. It underscores the importance of transparency and accountability in government contracting by ensuring that prior engagements are documented and evaluated comprehensively.
    The document outlines a Past Performance Questionnaire for the FEMA Wireline Solicitation Number 70FA3025R00000001. It invites references to evaluate a contractor's past performance related to a specified service, as part of a proposal being prepared for FEMA. The questionnaire includes sections for providing current or historical contract information, along with a comprehensive evaluation section where references can rate various performance factors such as overall ability to meet requirements, timeliness, and quality of shipments. It specifies submission requirements, including deadlines and format, and allows for alternate points of contact. The purpose of this document is to gather objective data on the contractor's past performance to inform decision-making for the solicitation, ensuring that past service levels are considered in future contract awards.
    This document outlines the pricing and service requirements for telecommunications services as part of a federal contract, specifically geared towards Fixed Sites. It specifies the categories of services offered, including dial tone, trunking, internet, and ancillary equipment installation. Contractors are instructed to submit pricing based on commercial prices or GSA standards, ensuring all personnel and materials required for service delivery are supplied without additional cost for unspecified services. The pricing structure encompasses both flat-rate and measured-rate calling plans, with defined capabilities for basic service including management, operations, and implementation. The document also provides a detailed list of various Fixed Site locations where equipment and installation services will be provided, along with stipulations about taxes and surcharges. The document’s purpose is to establish a comprehensive pricing framework for telecommunications services required by the government, ensuring clarity in contractor obligations and facilitating budgetary planning for federal and state entities involved in disaster response and recovery. Overall, it reflects a structured approach to procurement in compliance with federal RFP guidelines.
    The Wireline Services Program has initiated Task Order #1, focusing on Administrative Services with a set total budget of $0.00. The anticipated period of performance for this task order is six months. The document outlines the framework for services to be provided under this program, emphasizing the importance of administrative support as part of broader wireline services operations. By establishing a clear timeline and budget designation, this task order serves as a preliminary step in the execution of the Wireline Services Program, aimed at enhancing operational efficiency and compliance within the administrative sector. The focus on administrative services indicates a strategic approach toward managing wireline communications and related functions, aligning with governmental goals of oversight and operational effectiveness.
    The document details the Contract Security Classification Specification mandated by the Department of Defense (DoD) for contracts involving classified information. It outlines necessary security requirements, including facility clearance, safeguarding levels, and specific access needs to various categories of classified information, such as communications security and intelligence information. The form must detail contractor and subcontractor information, including addresses and CAGE codes, and specify any follow-on contracts. It mandates strict control over information dissemination, requiring public releases to be reviewed and approved by appropriate authorities. Additional security requirements beyond those of the Industrial Security Manual (ISM) may apply and need to be communicated. The document also emphasizes the importance of handling classified information securely and provides a framework for inspections and ongoing security management. Overall, the specification ensures that pertinent security measures are in place to protect sensitive information throughout the contract's duration.
    The Federal Emergency Management Agency (FEMA) has issued a Request for Quote (RFQ) for Wireline Telecommunications Services to support its mission operations. The RFQ, identified as 70FA3025R00000001, was released on February 6, 2025. This procurement aims to establish reliable wireline telecommunications solutions essential for FEMA's operational efficiency. The document outlines specific requirements for potential vendors, such as service capabilities, pricing structures, and compliance with federal standards. Emphasis is placed on the need for high-quality communication infrastructure to ensure effective emergency response services. Through this RFQ, FEMA seeks to engage qualified contractors capable of delivering these vital services, enhancing its preparedness and responsiveness to national emergencies.
    The Federal Emergency Management Agency (FEMA) released a solicitation (#70FA3025R00000001) for wireline telecommunications services, aiming to establish a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period of one year and four optional twelve-month extensions. This solicitation is open to all qualified vendors and focuses on procuring diverse wireline communication equipment and services to support various disaster and non-disaster operations within and outside the Continental United States. Contractors must possess a Top Secret level Facility Clearance for eligibility, and all personnel involved need corresponding security clearances. The solicitation encompasses various key documents, including performance statements and pricing requests. Interested parties are required to submit proposals via email by February 21, 2025, while inquiries must be sent by February 13, 2025, with responses published through amendments on SAM.GOV. This solicitation highlights FEMA's commitment to effectively managing communications during emergencies and fulfilling agency requirements through competitive vendor engagement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Manufactured Housing Units (MHUs) Re-Compete 2025
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified manufacturers for the procurement of Manufactured Housing Units (MHUs) as part of the Re-Compete 2025 initiative. The objective is to provide temporary housing solutions for disaster survivors, ensuring that the MHUs comply with HUD standards and various accessibility regulations, as outlined in the Statement of Work (SOW). These units are critical for delivering effective and safe housing in disaster-affected areas, adhering to federal standards for quality and safety. Interested manufacturers must respond to the Request for Information (RFI) by February 24, 2025, and can direct inquiries to fema-mhusrfi2025@fema.dhs.gov for further details.
    RFI- FEMA Disaster Ops for Transportation Services (DOTS) VIPR
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking industry insights via a Request for Information (RFI) for disaster transportation services in Puerto Rico and the U.S. Virgin Islands (USVI). The objective is to gather capabilities from firms that can provide comprehensive transportation services for delivering critical Initial Response Resources (IRR), such as food, water, and medical supplies, to remote areas affected by disasters, addressing challenges related to damaged infrastructure and resource distribution. Interested contractors are invited to submit their capabilities packages by February 28, 2025, to assist FEMA in establishing effective disaster response logistics, with inquiries directed to Edward Rudd at Edward.ruud@fema.dhs.gov.
    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 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.
    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.
    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 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.
    CARIB ESFO- INTERNET/SIP TRUNK BAYAMON
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide high-speed fiber optic internet service (100 Mbps) for its Office of Law Enforcement (OLE) and Caribbean Ecological Services Office (CESFO) located in Bayamon, Puerto Rico. The objective of this procurement is to ensure reliable internet connectivity to support the consolidation of these offices within a shared leased space, with the service period commencing on March 13, 2025, and extending to March 12, 2026. This initiative underscores the critical need for robust communications infrastructure to facilitate effective operations and collaboration within government offices. Interested vendors must submit their quotations by March 7, 2025, and can direct inquiries to Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.