FEMA DOT Inspections-Craig Field (Qty 83)
ID: 70FB7025R00000016Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYINCIDENT SUPPORT SECTION(ISS70)WASHINGTON, DC, 20472, USA

NAICS

Automotive Mechanical and Electrical Repair and Maintenance (81111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the inspection and repair of eighty-three trailers located at Craig Field in Selma, Alabama. The objective is to conduct Department of Transportation (DOT) inspections and necessary repairs to ensure the trailers are roadworthy, as they were previously staged in response to Hurricane Helene and require recertification before being returned to FEMA's Distribution Centers. This procurement is critical for maintaining operational readiness in disaster response, with a contract type anticipated to be a Firm Fixed Price (FFP) awarded based on best value to the government. Proposals are due by April 16, 2025, and interested contractors must utilize the provided pricing template and adhere to federal guidelines for invoicing and compliance. For further inquiries, contact Edward Ruud at Edward.Ruud@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a firm fixed-price materials contract/order template for services related to inspection and labor/repair procurement through commercial catalogs or federal supply schedules. It specifies vendor details, item descriptions, quantities (83 each for inspection and labor/repair), and estimated pricing, including discounted unit costs and total firm fixed prices. The template emphasizes transparency in pricing and ensures that all purchasing adheres to established federal guidelines. The focus on firm fixed pricing supports budget predictability for government agencies, streamlining the procurement process by leveraging existing commercial and federal supply channels. This document serves as a critical tool for compliance and financial management in government contracts, ensuring that agencies can procure necessary services efficiently and effectively while maintaining accountability.
    The Federal Emergency Management Agency (FEMA) solicits proposals through Request for Proposal (RFP) #70FB7025R00000016 for Department of Transportation (DOT) inspections and necessary repairs of eighty-three trailers at Craig Field, Selma, AL. The contract is open for unrestricted competition, aiming for a Firm Fixed Price (FFP) award to the offeror providing the best value. Proposals must utilize Attachment B for pricing, and bids are due by April 9, 2025, with work completion required within 20 days post-award. The RFP incorporates provisions per the Federal Acquisition Regulations (FAR) and outlines essential contract terms, billing instructions, and invoice details. Contractors must comply with established governmental standards regarding small business participation, including designations for veterans and women-owned businesses. Additionally, it outlines strict requirements concerning billing processes using Standard Forms and company certifications, particularly regarding telecommunications equipment and compliance with non-discriminatory labor practices. This RFP exemplifies FEMA's commitment to effective resource management and compliance with federal contracting standards aimed at efficiency and accountability in meeting logistical needs during emergencies.
    The Department of Homeland Security (DHS), through the Federal Emergency Management Agency (FEMA), has issued a Statement of Work (SOW) for completing Department of Transportation (DOT) inspections on eighty-three trailers located at Craig Field, Selma, Alabama. These trailers, which consist of box trucks, chassis, and other types, were staged in response to Hurricane Helene, but their DOT inspections lapsed before they could be returned to FEMA's Distribution Centers (DCs). The objective is to ensure that all trailers pass recertification inspections and any necessary repairs are made to render them roadworthy prior to the staging yard's impending closure. The work must be completed within 20 days after the order is received, with operational hours set from 7 A.M. to 4 P.M. This SOW underscores the logistics involved in disaster response and the regulatory requirements that must be fulfilled for equipment to be utilized effectively in future emergencies.
    The federal solicitation, overseen by COR Samuel Silva and CO Edward Ruud, pertains to the repair of 83 vehicles, including trucks and trailers. Interested vendors are asked to provide photographs of the equipment types specified and seek clarification on the provision of repair materials. The government will not supply any materials; therefore, vendors must include costs for labor and necessary parts in their quotes. Specifically, pricing for labor should encompass repairs for all listed vehicles, taking into account potential future repair needs. Attachments D and E provide visual references and examples of potential repair parts, though Attachment E is not exhaustive. The inquiry and responses must adhere to a deadline of April 11, 2025, by 3 PM Eastern Time.
    The document titled "Attachment D – Trailer Photos" appears to be a visual component related to a government Request for Proposals (RFP), grant application, or similar project. It suggests an emphasis on trailers, potentially for use in federal or state-funded initiatives, possibly related to transportation, logistics, or emergency management. The lack of textual content indicates that the photographs likely serve to provide visual evidence or context for the proposal, aligning with the specifications or requirements set forth in the larger RFP documentation. This attachment's primary purpose is to supplement the main proposal by illustrating the condition, features, or specifications of the trailers in question. Such imagery could be critical for evaluators to assess compliance with safety standards, functionality, and suitability for intended use within the scope of the project being proposed. Overall, the inclusion of trailer photos underscores the importance of visual documentation in government contract procurement processes.
    The document outlines a list of potential repair parts necessary for maintaining or servicing equipment, likely related to transportation or infrastructure assets. Key components include various lighting systems (amber and red lights, emergency signals), electrical and mechanical parts (air lines, electric connections, springs, landing gear), as well as safety features like mudflaps and splash guards. Items such as tires, brake systems, and battery components are also highlighted, suggesting a focus on vehicle maintenance. The structure is a comprehensive inventory, emphasizing essential parts required for repairs. This inventory supports government contract needs or grant proposals by identifying critical components needed for effective vehicle or equipment operation, ensuring compliance with safety and performance standards as outlined in federal and local guidelines. Overall, the document plays a vital role in assisting agencies in procurement and maintenance planning for operational readiness.
    The Federal Emergency Management Agency (FEMA) has issued Request for Proposal (RFP) #70FB7025R00000016 to solicit bids for executing Department of Transportation (DOT) inspections and repairs on 83 trailers located at Craig Field, Selma, Alabama. This procurement is conducted under the Simplified Acquisition Procedures, with an anticipated Firm Fixed Price (FFP) contract awarded based on best value to the government. The submission deadline for proposals has been extended to April 16, 2025, and contractors must adhere to specific invoicing guidelines, requiring the use of Standard Forms 1034 and 1035 for billing. The contract encompasses a performance period of 20 days post-order receipt and necessitates compliance with various federal regulations and clauses, including those concerning telecommunications equipment and the involvement of small businesses. Furthermore, the document includes contact details for government officials overseeing the contract, thereby ensuring clear lines of communication for bidders. This RFP demonstrates FEMA’s commitment to maintaining operational readiness while fostering compliance with federal contracting requirements and promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    4-Wheel Portability Kit
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure eleven 4-wheel portability kits compatible with Kubota GL7000 and GL11000 Diesel Generators. These kits are essential for FEMA's Staging Field Operations, enabling reliable power supply in austere environments during disaster response efforts by facilitating the easy unloading and connection of generators. Interested vendors must submit their firm-fixed price quotes by December 22, 2025, with questions due by December 16, 2025, and are required to include a clear product image along with their submission. For further inquiries, potential bidders can contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or David Bailey Jr. at david.baileyjr@fema.dhs.gov.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION – TRAVEL TRAILER/MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for the lease of travel trailer and mobile home pads in response to disaster recovery efforts for incidents DR-4559-LA and DR-4570-LA. This procurement aims to secure necessary facilities to support displaced individuals and families during recovery operations in Louisiana. The justification for this contract is made publicly available in accordance with federal regulations, emphasizing the importance of transparency in government contracting processes. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further information regarding this opportunity.
    BWDS-90 Antenna Repair Georgia Emergency Management Agency
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking bids for the repair of BWDS-90 antennas for the Georgia Emergency Management Agency located in Atlanta, Georgia. The procurement requires firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes disconnecting existing antenna mounts, installing extension masts, and conducting comprehensive post-installation testing. This project is critical for maintaining the functionality of the FEMA National Radio System, ensuring effective communication during emergencies. Interested contractors must submit their proposals, including a technical approach and past performance references, by the specified deadline, with the award going to the lowest priced, technically acceptable offer. For further inquiries, contact Erin Cotter at erin.cotter@fema.dhs.gov or call 301-980-8545.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION – TRAVEL TRAILER/MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve a contract for the lease of travel trailer and mobile home pads in response to disaster recovery efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary facilities to support displaced individuals and families during recovery operations, highlighting the critical need for temporary housing solutions in disaster-affected areas. The justification for this contract is being made publicly available in compliance with federal regulations, and interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further information. The place of performance for this contract will be in Rosepine, Louisiana, ZIP code 70659.
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) services. This procurement involves non-personal services for hauling, installation, maintenance, and deactivation support for Transportable Temporary Housing Units (TTHUs), as well as the development and construction of group sites for disaster survivors. These services are critical for providing rapid housing support in response to disasters across the contiguous United States. Interested parties can reach out to FEMA LogHOUSE at fema-loghouse-contracting@fema.dhs.gov for further details, as the contracts are awarded to select contractors with the capacity to respond on short notice.
    Trailer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Horizon 30ft dual axle bumper pull trailer, designated as FTZ-30. This trailer, which features a steel frame, a gross vehicle weight rating (GVWR) of 21,000 lbs, and a payload capacity of 15,455 lbs, is intended for use at Camp James Rudder, Eglin Air Force Base, Florida. The procurement is set aside for small businesses under the Total Small Business Set-Aside program, emphasizing the importance of supporting small enterprises in fulfilling government contracts. Interested vendors should contact Christian Quinn at christian.j.quinn3.mil@army.mil for further details regarding the solicitation process.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases related to disaster response efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary leasing arrangements for non-building facilities to support displaced individuals during recovery operations. The justification for this contract is made publicly available in compliance with federal regulations, emphasizing the importance of timely and effective disaster response capabilities. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases associated with disaster recovery efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary leasing arrangements for non-building facilities to support displaced individuals following recent disasters. The justification for this contract is being made publicly available in compliance with federal regulations, emphasizing the importance of transparency in government contracting processes. Interested parties can reach out to Tisha Lee London, CPCM, at tisha.london@fema.dhs.gov or call 202-600-1842 for further details regarding this opportunity.
    AMENDMENT 1 - Q&A Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for janitorial services at the Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract, which is a total small business set-aside, requires comprehensive cleaning services to maintain a safe workspace environment for FEMA staff, covering approximately 22,500 square feet of office space. This procurement is crucial for ensuring operational readiness, particularly during Regional Response Coordination Center (RRCC) activations, which may require increased cleaning frequency. Interested vendors must submit their proposals by December 15, 2025, and can direct inquiries to Kendall Feaster at kendall.feaster@fema.dhs.gov, with a requirement for all quotes to remain valid for a minimum of 90 days.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.