National Fallen Firefighter Memorial
ID: 70FA2025R00000008Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYPREPAREDNESS SECTION(PRE20)WASHINGTON, DC, 20472, USA

NAICS

Other Social Advocacy Organizations (813319)

PSC

SUPPORT- MANAGEMENT: PUBLIC RELATIONS (R708)
Timeline
    Description

    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.

    Point(s) of Contact
    Sarah J. Huwig-Leister
    jane.huwig-leister@fema.dhs.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Reinsurance Broker Services for the National Flood Insurance Program. The primary objective of this procurement is to secure broker support services that will assist in the management and execution of FEMA's reinsurance program, which is critical for mitigating flood-related risks and ensuring the financial stability of the insurance program. These services are vital for maintaining the effectiveness of the National Flood Insurance Program, which plays a crucial role in disaster recovery and risk management across the United States. Interested parties can reach out to Glen Seipp at glen.seipp@fema.dhs.gov or Karen Sebro at karen.sebro@associates.fema.dhs.gov for further information regarding this opportunity.
    NFIP Actuarial Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for actuarial and geospatial support services for the National Flood Insurance Program (NFIP). The objective of this procurement is to acquire technical capabilities, analytics, advice, and guidance related to NFIP ratemaking and insurance pricing, with a focus on updating rating plans, conducting annual rate reviews, and providing support for product development and litigation. These services are crucial for ensuring the effective management and pricing of flood insurance, which plays a vital role in disaster recovery and risk mitigation. Interested contractors should note that the proposal due date is January 7, 2026, and they can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with a performance period of up to five years anticipated for the awarded contract.
    Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide janitorial services for the FEMA workspace at Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract will encompass daily cleaning services, with additional requirements for weekend cleaning during Regional Response Coordination Center activations, and includes a base period from February 2026 to January 2027, with four optional 12-month extensions potentially extending to January 2031. This procurement is critical for maintaining a safe and clean environment for FEMA staff, ensuring compliance with federal, state, and local regulations, and adhering to OSHA standards. Interested small businesses must submit their proposals by December 11, 2025, and are encouraged to attend site visits on December 8 and 10, 2025, with prior registration and security clearance requirements. For further inquiries, contact Kendall Feaster at kendall.feaster@fema.dhs.gov or by phone at 202-288-2189.
    National Clinical Vaccination (NCV) Contract Extension
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is extending the National Clinical Vaccination (NCV) Contract to secure contractor-managed licensed medical professionals for COVID-19 vaccine administration. This extension aims to support federal assistance to state, local, tribal, and territorial partners in response to Major Disaster Declarations related to the COVID-19 pandemic, in accordance with various legislative acts including the Robert T. Stafford Act and the Public Health Service Act. The services are critical for ensuring effective vaccine distribution and administration during ongoing public health emergencies. Interested parties can reach out to Michael Bonds at michael.bonds@fema.dhs.gov or call 202-257-8893 for further details regarding this opportunity.
    National Salute to America's Heroes Event
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide marketing services for the National Salute to America's Heroes (NSAH) event, which includes the US Army SaluteFest component. The objective of this procurement is to support the marketing efforts for this significant Memorial Day event, which honors American heroes. The services will be performed in Miami Beach, Florida, and are crucial for promoting the event and ensuring its success. Interested parties can reach out to Charles G. Trumpfheller at 502-624-8046 or via email at Charles.G.Trumpfheller.civ@army.mil for further details.
    Fireworks Testing Facility Support
    Buyer not available
    The Consumer Product Safety Commission (CPSC) intends to issue a sole source contract to Summit Point Training Facility (SPTF) for the support of a testing facility dedicated to the evaluation and storage of consumer fireworks. This procurement aims to secure a five-year contract for testing and storing regulated consumer fireworks, which are classified as 1.4G and are subject to federal regulations under the Federal Hazardous Substances Act (FHSA). The Summit Point Training Facility is uniquely qualified to provide these services, as it possesses the necessary facilities for safe testing and storage, making it the only responsible source available for this requirement. Interested parties may submit capability statements to the primary contact, Ankur Patel, at apatel@cpsc.gov by 12:00 PM Eastern Time on December 5, 2025, although this notice is not a request for competitive quotations.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Buyer not available
    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.
    DR4673-FL Sole Source Justification - Palms at Pine Island
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking to enter into a sole source contract with The Palms at Pine Island for the lease of commercial pad sites in Florida to provide temporary housing for individuals displaced by Hurricane Ian (Disaster DR4673-FL). This procurement aims to secure Manufactured Housing Units (MHUs) and Recreational Vehicles (RVs) for affected survivors, addressing an urgent need for housing in the aftermath of the disaster. The contract, valued at up to $298,080.00, is structured as a firm fixed-price agreement for an initial six-month period, with options for two additional six-month extensions, justified by the limited availability of suitable sites within a 50-mile radius and the necessity for expedited action in an emergency context. Interested parties can reach out to Ashlee Young at ashlee.young@fema.dhs.gov for further information regarding this opportunity.
    FASTC Emergency and Fire Services
    Buyer not available
    The Department of State is soliciting proposals for Emergency Medical Services (EMS) and Fire Suppression Services at the Foreign Affairs Security Training Center (FASTC) located in Fort Barfoot, Virginia. The contract requires a prime contractor to provide on-site Advanced Life Support (ALS) ambulances staffed with certified paramedics and EMTs, as well as fire suppression units equipped with trained firefighters capable of vehicle stabilization and extrication. These services are critical due to the hazardous nature of the training exercises conducted at FASTC, necessitating strict adherence to Virginia state certifications and safety standards. Proposals are due by November 7, 2025, and interested parties should direct inquiries to Kerryn Finik at FinikK@state.gov or Paige Goeke at GoekePA@state.gov.