Kitchen Millwood and Electrical
ID: 70FBR925Q00000007Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 9: EMERGENCY PREPAREDNESS ANSAN FRANCISCO, CA, 94107, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 10:00 PM UTC
Description

The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified contractors for the installation of kitchen millwork and electrical connections at its Region 9 office in San Francisco, California, in support of Disaster 4482-CA. The project entails designing, fabricating, and installing kitchen components, including cabinets, sinks, appliances, and electrical wiring, with a completion timeline of 45 days from the contract award. This procurement is critical for enhancing operational capabilities for FEMA responders, ensuring they have the necessary facilities to effectively manage disaster response efforts. Interested contractors must submit their proposals by 2:00 PM PT on January 23, 2025, and can contact Demetria Carter at demetria.carter@fema.dhs.gov for further information.

Point(s) of Contact
Files
Title
Posted
Jan 24, 2025, 3:04 AM UTC
The Federal Emergency Management Agency (FEMA) has issued Request for Quotation (RFQ) 70FBR925Q00000007 for the installation of kitchen millwork and electrical connections at a site in San Francisco, California, in connection with Disaster 4482-CA. The solicitation seeks quotations from potential contractors by January 23, 2025, with a delivery deadline of 45 days post-award. Interested parties should provide a technical proposal detailing their experience while adhering to the specified performance standards, along with a price proposal that breaks down cost line items. Technical approach and past performance will be evaluated to determine the best value for the government, with primary emphasis on the technical approach. The document mandates compliance with federal, state, and local regulations and includes specific clauses related to pricing, invoicing, and the prohibition of certain telecommunications equipment. The RFQ aims to ensure quality service while maintaining governance over cost-effectiveness and project requirements. The period of performance for the awarded contract is set for 45 days from the date of award.
The document outlines the furniture layout requirements for the FEMA Region 9 Presidio facility. It specifies the necessity for organized and modular furniture arrangements aimed at optimizing space utilization and enhancing operational efficiency. Key considerations include accommodating staff needs, ensuring accessibility, and adhering to safety regulations. The layout design must support various functions, including collaborative workspaces and individual workstations, to foster productivity. Attention should also be given to aesthetic aspects to create a welcoming environment. Overall, the document serves as a guideline for prospective vendors and contractors to deliver an effective furniture layout that meets FEMA's operational standards and employee requirements at the Presidio location.
The FEMA Region 9 Presidio document outlines an office and cubicle numbering plan, detailing the layout of offices, meeting spaces, and shared facilities such as printers in the workspace. The document mentions various room numbers, including offices designated by numbers 101 to 109 and common areas like the conference room, breakroom, and meeting room. Two copier/printer units are also identified as C-1 and C-2. This organizational layout aims to provide clear identification and functional arrangement within the FEMA office environment, ensuring efficient space utilization and ease of navigation for employees and visitors. Understanding this numbering plan facilitates better management of federal operations, aligns with the agency's operational needs, and supports overall workplace productivity.
The document outlines the power and water supply distribution framework for FEMA Region 9, specifically at the Presidio. It emphasizes the importance of resilient infrastructure and efficient resource allocation to ensure reliable service delivery in the region. Key points include the assessment of existing utility systems, the identification of potential vulnerabilities, and strategies for enhancing supply reliability during emergencies. It discusses the necessity of collaborating with local agencies and stakeholders to improve overall infrastructure resilience. The document serves as a foundational overview that informs upcoming federal grants and RFP opportunities aimed at upgrading and maintaining critical utility services within Region 9, ensuring community preparedness and sustainability.
The FEMA Region 9 Presidio document outlines a comprehensive plan for space allocation, focusing on establishing necessary office space square footage to meet operational needs. The key ideas include the assessment of current facilities and projected requirements based on various administrative functions. The document supports these ideas by highlighting factors such as personnel capacity, functional space allocation, safety regulations, and accessibility standards to ensure efficient daily operations. It also emphasizes alignment with federal guidelines and local building codes. The structured approach includes sections detailing specific square footage allocations for different departments, expected growth considerations, and recommendations for optimizing available space. Overall, this plan is essential for enhancing FEMA's operational effectiveness in the Region 9 area, ensuring that all personnel have adequate space to fulfill their responsibilities while adhering to regulatory requirements.
The document outlines mandatory insurance requirements for contractors engaged with Presidio Commercial. Prior to the commencement of any work, contractors must provide a certificate of insurance demonstrating specified coverage levels from a company with a minimum A.M. Best rating of "A-" "VIII." Key insurance requirements include: commercial general liability ($2 million per occurrence, $3 million aggregate); automobile liability ($1 million combined single limit); statutory workers’ compensation with employer's liability of $1 million; and additional insured endorsements naming relevant parties. Increased liability coverage is also specified, alongside professional liability to cover potential errors or omissions. Effective communication requires a certificate holder's address for submissions. This document emphasizes compliance with insurance standards to protect all parties involved in the project, reflective of the rigorous expectations often associated with government-related contracts and grants.
Jan 24, 2025, 3:04 AM UTC
The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) has issued a Statement of Work (SOW) for the installation of kitchen millwork and electrical integration at its Region 9 office in San Francisco. The goal is to support FEMA responders in their operations following disasters. The contractor will be responsible for designing, fabricating, and installing kitchen millwork, which includes cabinets, sinks, appliances, plumbing connections, and electrical wiring for workstations. The project includes completing the installation within 45 days of contract award while complying with applicable building codes. The contractor must ensure the design respects the historical significance of the Presidio National Historic Landmark District. Clear communication with FEMA's Contracting Officer is essential for coordination and approval. Additionally, the contractor must provide qualified personnel, maintain proper safety measures, and obtain necessary licenses and insurance, ensuring all work aligns with Federal regulations. The SOW outlines specific deliverables, timelines, and responsibilities, requiring regular updates and reports to ensure progress tracking and project accountability.
Jan 24, 2025, 3:04 AM UTC
The document outlines a federal government RFP and grant framework, emphasizing the procurement processes targeted at improving infrastructure and service delivery at various governmental levels. It discusses the protocols for drafting, submitting, and evaluating proposals, along with compliance requirements that organizations must meet to qualify for funding. Key topics include the purpose of the funding opportunities, including the enhancement of public services, economic development, and community welfare. The document highlights the importance of transparency and accountability in the use of allocated funds, outlining expectations regarding reporting and performance metrics. Additionally, it addresses specific eligibility requirements for applicants, including financial stability and experience relevant to the projects proposed. The summary showcases the overarching aim of fostering collaboration between federal, state, and local entities to ensure efficient use of resources, enhance the quality of public services, and promote sustained community engagement in governmental initiatives. This document serves as a guideline for potential applicants to navigate the complexities of obtaining federal and state grants, ultimately supporting impactful community projects.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Armed Security Guard Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Armed Security Guard Services through a Blanket Purchase Agreement (BPA). The primary objective is to ensure the rapid deployment of 35 armed guards within 24 to 48 hours following a service call, primarily at disaster-related sites and facilities across the United States during declared disasters. This initiative is crucial for maintaining security and safety for federal employees and visitors in emergency situations, enhancing FEMA's operational support capabilities. Interested contractors must submit their responses, including company information and capability statements, by April 28, 2025, to the primary contact, Sherri Brown, at Sherri.Brown@fema.dhs.gov, or the secondary contact, Meeka Tilahun, at Meeka.Tilahun@fema.dhs.gov.
USACE SPK DB Construction - DDJC Tracy Mass Notification and Fire Alarm Integration, Tracy, California
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the design and construction of an integrated mass notification and fire alarm system at the Tracy Army Depot in California. The project aims to replace and/or combine existing disparate systems from three different manufacturers, ensuring interoperability and compatibility among all equipment, while also installing a backup receiving system in an additional building. This initiative is critical for enhancing safety and operational efficiency at the depot, with a construction magnitude estimated between $10 million and $25 million. Interested contractors should contact Jennifer Wheelis at jennifer.l.wheelis@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further details, and note that the bid due date has been extended as per Amendment 0001 issued on April 4, 2025.
PKA - B549 Repair Multiple Fire Alarm Panels
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "PKA - B549 Repair Multiple Fire Alarm Panels" project at Travis Air Force Base in California. The project involves the design and construction services necessary to upgrade outdated fire alarm systems, including the demolition and replacement of existing components, with a contract value estimated between $500,000 and $1,000,000. This initiative is crucial for maintaining safety standards in federal facilities and ensuring effective emergency response capabilities. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or MSgt Joshua Boak at joshua.boak@us.af.mil.
Y--03 - CON - Disaster, Grizzly Flats Guard Station R
Buyer not available
The Department of Agriculture, specifically the U.S. Forest Service, is soliciting proposals for the design and construction of the Grizzly Flats Guard Station Rebuild project, aimed at enhancing firefighting capabilities within the Eldorado National Forest. This initiative involves constructing essential facilities, including an engine garage and four barracks, while adhering to sustainable building practices and ensuring backup power capabilities through solar energy and generators. The project is critical for restoring operational capacity to support firefighting efforts across approximately 50,000 acres of forest and surrounding communities, with an estimated construction cost exceeding $10 million. Interested certified small businesses must submit their proposals by October 30, 2024, and direct inquiries to Christopher Keck at christopher.keck@usda.gov or by phone at 402-657-3092.
2025-2029 National Mobile Food Service Unit (MFSU) Support IDIQ
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the 2025-2029 National Mobile Food Service Unit (MFSU) Support through an Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This procurement aims to secure mobile food services for fire suppression and other emergency incidents, requiring contractors to provide comprehensive meal services, including hot and cold meals, shift provisions, and supplemental items, all prepared on-site at various locations across the western United States. The initiative is crucial for ensuring effective logistical support during emergencies, enhancing the operational readiness of incident response teams. Interested small businesses must submit their proposals by April 24, 2025, at 09:00 MST, and can direct inquiries to Dana Price at dana.price2@usda.gov or by phone at 703-431-6656.
USCG STA Washington Bldg 92 Berthing Water Damage Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide labor, materials, and equipment for water damage repairs at Station Washington, Building 92, located at Joint Base Anacostia-Bolling in Washington, D.C. The project involves the installation of new flooring, drywall, insulation, and painting in areas affected by previous water damage, covering approximately 2,000 square feet, and must adhere to safety and environmental regulations. This procurement is set aside exclusively for small businesses under NAICS code 238310, with a size standard of $19 million, and interested contractors must submit their quotes by noon on April 8, 2025, via email to the designated Contracting Specialist, Samuel Salerno, at Samuel.T.Salerno@uscg.mil. Questions regarding the solicitation must be submitted in writing by April 3, 2025, and a site visit is encouraged to ensure bidders understand the project specifics.
National Fallen Firefighter Memorial
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), intends to negotiate a sole source contract with the National Fallen Firefighters Foundation (NFFF) for the management of the National Fallen Firefighters Memorial Weekend. The contract aims to procure services that include organizing memorial events, consulting with fire service groups and families, and providing support for survivors of fallen firefighters, ensuring the event is conducted with the honor and dignity it deserves. This annual event, which recognizes the sacrifices of firefighters, is crucial for community support and healing, and the NFFF is uniquely qualified to manage it due to its established relationships and expertise in this area. Interested parties may submit capability statements to the primary contacts, Jane Huwig-Leister and James Suerdieck, by December 13, 2024, at 5:00 p.m. Eastern.
70Z03025QCLEV0056 - U.S. Coast Guard Sector Northern Great Lakes Housing Units Flooring Replacement Project
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the flooring replacement project at the Sector Northern Great Lakes Housing Units located in Lake Isabella, Michigan. The project requires the provision of all labor, materials, equipment, and supervision necessary for the removal of old flooring and installation of new flooring in various housing units, with completion expected by September 1, 2025. This initiative is crucial for maintaining the quality of living conditions for Coast Guard personnel and their families. Interested contractors should prepare to submit their proposals, with an estimated contract value between $25,000 and $100,000, and direct inquiries to Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL.
Call When Needed Mobile Shower Facilities Units
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for Call When Needed Mobile Shower Facilities Units (CWNMSU) through a Blanket Purchase Agreement (BPA) to support fire suppression and other emergency incidents nationwide. Contractors will be responsible for providing all necessary equipment, trained personnel, and compliance with federal regulations, including wage determinations, to ensure operational readiness during emergencies. This initiative is crucial for maintaining sanitation facilities for personnel involved in fire response efforts, reflecting the government's commitment to effective disaster management. Interested vendors must submit their proposals by May 7, 2024, at 9:00 AM MT, and can direct inquiries to Dana Price at dana.price2@usda.gov or (202) 205-0913.
F-35 Controlled Temperature Storage
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking bids for the construction of a Controlled Temperature Storage facility at the Defense Distribution Depot San Joaquin in Tracy, California. The project involves providing all necessary labor, materials, and equipment to install a new temperature-controlled storage room within an existing warehouse, including insulation, lighting, HVAC, and fire protection systems. This initiative is crucial for the proper storage of sensitive materials related to the F-35 program and is set aside exclusively for small businesses, with a contract value estimated between $1 million and $5 million. Interested vendors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by April 22, 2025, and can direct inquiries to Paul Holbert at paul.holbert@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.