FEMA Hurricane Helene Critical Public Facility - Temporary Fire Department in Haywood County, NC
ID: W912PM25Q0027Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE/RENTAL OF MISCELLANEOUS BUILDINGS (X1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide temporary fire department services in response to Hurricane Helene in Haywood County, North Carolina. The procurement involves the rental and leasing of miscellaneous buildings and equipment necessary for establishing a critical public facility to support local emergency response efforts. This opportunity is vital for ensuring public safety and effective disaster management in the affected area. Interested parties should contact Karri Mares at Karri.L.Mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details, as this is a total small business set-aside under NAICS code 532490, with specific submission guidelines outlined in the attached Combined Synopsis/Solicitation.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    HELENA FLOODWALL CONSTRUCTION PROJECT
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is seeking sources for the Helena Floodwall Construction Project in Helena, Arkansas. This procurement aims to engage contractors specializing in heavy and civil engineering construction to undertake the construction and restoration of real property, which is critical for flood management and protection in the area. Interested parties are encouraged to reach out to the primary contact, Kimberly Bass, at kimberly.e.bass@usace.army.mil or by phone at 901-579-3648, or the secondary contact, Monica Moody, at monica.a.moody@usace.army.mil or 901-544-0838, for further details regarding this opportunity.
    USDA Forest Service All-Hazard Incident Sources Sought
    Buyer not available
    The USDA Forest Service is seeking qualified small business contractors to provide support services for all-hazard incident management, including wildfire suppression and hazardous fuels reduction projects. The procurement aims to identify capable firms that can deliver a variety of services such as food provision, heavy equipment rentals, medical services, and waste management, which are essential for protecting life, property, and natural resources during emergencies. This ongoing Sources Sought Notice serves as a market research tool to inform future procurement strategies and does not constitute a Request for Proposal. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov or 720-467-8317 for further information and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    Forest Service Wildland Fire Tent System Rentals
    Buyer not available
    The Department of Agriculture's U.S. Forest Service is seeking quotes for the rental of tent systems to support wildland fire suppression and all-hazard incidents across the United States. The procurement involves providing fully enclosed tent systems, equipped with essential features such as insulated walls, HVAC, lighting, flooring, and power generation capabilities, to serve as multi-use facilities for various operational needs. These tent systems are crucial for ensuring effective emergency response and operational flexibility during critical incidents. Interested small businesses must submit their proposals, including daily rates and compliance with performance standards, by the anticipated solicitation posting within 5-10 days of the synopsis publication, with a total estimated budget of $10 million over a five-year period. For further inquiries, contact Kimberly Luft at kimberly.luft@usda.gov or call 720-467-8317.
    NEARNG CERFP SYCTE and EXEVAL
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors to provide non-personal services for the Region VII SYCTE Structural Collapse Venue Site (SCVS) support, including the management of contractor role players, moulage, and weighted manikins. This procurement is crucial for ensuring that the National Guard Bureau has the necessary training and exercise support to maintain a prepared and balanced force ready for various missions. Interested vendors are encouraged to submit their quotes to the primary contact, Patricia Lee-Smith, at patricia.h.lee-smith.civ@army.mil by the specified response time in the solicitation, as late or incomplete offers will not be accepted. For further inquiries, vendors may also reach out to the secondary contact, Zachery Sehnert, at zachery.l.sehnert.civ@army.mil.
    Fire Engine Equipment Storage Solutions Performance Advantage Company (PAC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of fire engine equipment storage solutions through a Sources Sought notice. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 336390, which pertains to Other Motor Vehicle Parts Manufacturing. The goods and services sought are critical for the effective storage and management of fire engine equipment, ensuring operational readiness and safety. Interested parties can reach out to Brendan Roach at brendan.r.roach2.civ@army.mil or Cledis Henry at cledis.henry.civ@army.mil for further information regarding this opportunity, which will take place at Redstone Arsenal, Alabama.
    Fire Protection Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for fire protection repairs at the W7N7 USPFO Activity in Charleston, West Virginia. This procurement is a total small business set-aside and aims to address maintenance and repair needs for firefighting, rescue, and safety equipment, as well as environmental protection materials. The selected contractor will play a crucial role in ensuring the safety and operational readiness of fire protection systems. Interested parties should contact SSgt Jorden McCormick at jorden.mccormick@us.af.mil or 304-341-6206 for further details, as the presolicitation notice indicates a focus on small business participation in this opportunity.
    Fire Station Alerting System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Fire Station Alerting System through a Combined Synopsis/Solicitation notice. This procurement aims to enhance emergency response capabilities by implementing a reliable alerting system for fire stations, which is critical for ensuring timely responses to incidents. The opportunity is set aside for small businesses under the SBA guidelines, with a focus on the manufacturing of radio and television broadcasting and wireless communications equipment, categorized under NAICS code 334220. Interested vendors can reach out to Anthony Sweat at anthony.j.sweat.civ@army.mil or by phone at 804-633-8317, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
    W912PM25Q0012 - Removal of Dudley Creek Piling Clusters
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting quotes for the removal of Dudley Creek piling clusters in Swansboro, North Carolina. This project, set aside exclusively for small businesses, involves the removal of two existing mooring clusters at Dudley's Marina, with an estimated construction cost ranging from $100,000 to $250,000. The contractor will be responsible for all necessary materials and labor, ensuring compliance with safety regulations and best practices throughout the project duration. Quotes must be submitted electronically by March 17, 2025, and the contract will be awarded to the lowest priced, technically acceptable quote. For further inquiries, interested parties can contact Shaun McKenna at shaun.m.mckenna@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.
    Coastal Storm Risk Management, Carolina Beach and Vicinity, New Hanover County, North Carolina
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the Coastal Storm Risk Management project in Carolina Beach and vicinity, New Hanover County, North Carolina. This procurement aims to enhance coastal resilience and manage storm risks through construction activities categorized under Other Heavy and Civil Engineering Construction. The project is critical for maintaining the integrity of coastal infrastructure and protecting local communities from storm-related damages. Interested contractors should note that hand-carried bids will not be accepted, and they can reach out to Diana Curl at diana.d.curl@usace.army.mil or 910-251-4915, or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil or 910-251-4436 for further inquiries.
    Annual Mobile Fire Emergency Inspection IAW NFPA 1910
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Leonard Wood, Missouri, is seeking qualified contractors to provide annual mobile fire emergency inspections in accordance with NFPA 1910 standards. The procurement aims to identify parties capable of conducting comprehensive inspections of emergency vehicles, including fire engines and aerial devices, ensuring their operational readiness and compliance with safety regulations. This opportunity is critical for maintaining the reliability of fire service equipment, which is essential for public safety and effective emergency response. Interested parties must submit a capabilities statement by 2 PM CST on March 31, 2025, to Elizabeth Reyes at elizabeth.e.reyes2.civ@army.mil, with the potential for a contract valued under a blanket purchase agreement for a base year and four option years.