Personal Assistant Services for DR4856-CA
ID: 70FBR925Q00000023Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Home Health Care Services (621610)

PSC

Q533

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 11:00 PM UTC
Description

The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking quotes for Personal Assistant Services (PAS) in Los Angeles County, California, in response to disaster declaration FEMA-4856-CA. The procurement aims to provide essential support to FEMA employees engaged in recovery operations, including logistical assistance and personal care, while ensuring compliance with ADA standards. This contract is a 100% Small Business set-aside, with a base performance period of 30 days and two optional 30-day extensions, emphasizing the importance of local economic support during disaster recovery efforts. Interested contractors must submit their proposals by 4:00 PM PT on April 4, 2025, to the Contracting Officer, Demetria Carter, at demetria.carter@fema.dhs.gov, with a copy to kimberly.sanders@fema.dhs.gov.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The Federal Emergency Management Agency (FEMA) has issued a Request for Quotation (RFQ) 70FBR925Q00000023, soliciting quotes for Personal Assistant services within Los Angeles County, California, following Disaster Declaration 4856. This urgent request emphasizes the immediate need for services under a 100% Small Business set-aside, impacting local enterprises. Contractors must submit their quotes by April 3, 2025, 2:00 PM PT, with proposals evaluated on experience, personnel qualifications, past performance, and price. An active registration with the System for Award Management (SAM) is mandatory for proposal consideration. The contract has a base performance period of 30 days, with two optional 30-day extensions. It is governed by the Service Contract Act, necessitating compliance with specified wage determinations. The solicitation aims to engage firms primarily operating in Los Angeles County, reinforcing local economic support amid the ongoing disaster relief efforts. Detailed billing instructions and contract provisions are outlined to facilitate performance tracking and cost reporting. This RFQ underscores the government’s commitment to swift regional assistance and regulatory compliance in procurement processes.
Apr 3, 2025, 8:05 PM UTC
The document outlines a Statement of Work (SOW) for Personal Assistant Services (PAS) by FEMA in response to the Southern California wildfires under disaster declaration FEMA-4856-CA. FEMA aims to provide assistance and support to a FEMA employee engaged in recovery operations. The contractor is expected to deliver essential PAS, including logistical support and personal care, ensuring compliance with ADA standards. Services will include transportation to the duty station and assistance with daily activities such as bathing and mobility. The contract spans an initial 30-day period with five optional extensions, focusing on maintaining consistency in support. The contractor must provide qualified personnel, ensuring that assistants are female, fluent in English, and capable of accommodating specific physical requirements. Progress reports and communication with FEMA's representatives are necessary throughout the contract's duration, emphasizing adherence to safety regulations and operational needs. This SOW underscores FEMA's commitment to optimizing worker effectiveness during disaster recovery efforts while addressing the needs of employees with disabilities. Overall, it highlights the federal government's initiative to enhance disaster response by ensuring appropriate support services.
This government document outlines important notices related to solicitations governed by Executive Orders 14168 and 14173. Notice #1 details that updates in the System for Award Management (SAM) may not reflect current policy changes, meaning certain representations related to affirmative action compliance and contract terms remain required despite their exclusion from agency solicitations. Contracting officers will disregard specific representations in award decisions, and entities are neither required nor able to remove these representations from their SAM registration. Notice #2 informs contractors that their orders will conform to DHS FAR Class Deviation 25-01, aligned with the mentioned executive orders. The document serves as guidance for entities engaging with federal contracts, emphasizing compliance with existing regulations and clarifying procedural expectations in the award process.
The provision titled "Disaster or Emergency Area Representation" relates to federal contracts specifically set within Los Angeles County, California. It requires offerors to declare whether they reside or primarily conduct business in this designated area. An offeror qualifies as doing so if their main office has been in the area for the last twelve months, generating a significant portion of their gross revenues and employing a majority of their permanent workforce there. If they do not meet these criteria, the provision outlines additional factors, such as physical office locations, contractual history within the area, and local organization memberships, which may support their representation. Offerors that claim local residency must provide documentation upon request by the Contracting Officer, which may also be required at the time of offer submission. This provision aims to prioritize local businesses in disaster or emergency-related contracts, enhancing economic support in affected areas during recovery efforts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for technical support services related to the Hermit’s Peak/Calf Canyon Claims Review. The primary objective of this procurement is to provide professional and technical assistance to the Hermit’s Peak/Calf Canyon Claims Office, ensuring efficient and claimant-centric processing of claims resulting from the significant damages caused by the Hermit’s Peak and Calf Canyon fires in New Mexico. Key tasks include assisting with claim intake, documentation collection, and evaluating claims for compensatory damages, with an emphasis on maintaining compliance with regulatory guidelines and delivering timely responses to claimants. The anticipated solicitation release is expected around mid-April 2025, and interested contractors can direct inquiries to Rachel Woods at Rachel.Woods@fema.dhs.gov or Sharon Edwards at Sharon.Edwards3@fema.dhs.gov. This contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a performance period of five years, including a base year and four option years.
TRANSITIONAL SHELTERING ASSISTANCE PROGRAM OVERVIEW
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking information from qualified contractors regarding the Transitional Sheltering Assistance (TSA) Program, which aims to enhance temporary lodging solutions for disaster survivors. The TSA program provides short-term sheltering for individuals and families affected by disasters, having successfully accommodated over 319,000 households in the past five years, and FEMA is looking to streamline processes and expand collaborations with private-sector lodging providers to activate housing solutions quickly post-disaster. Interested contractors are invited to submit their capabilities in developing survivor processing portals, system integrations, and payment management, with responses due by April 2025, as the anticipated project launch is estimated for October 2025. For further inquiries, interested parties may contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or Keturah Stroy at keturah.stroy@fema.dhs.gov.
Planning and Exercise Technical Assistance
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide advanced technical assistance through the Planning and Exercise Division Technical Assistance Contract (PEDTAC). The primary objective of this procurement is to fill critical skills gaps within FEMA by acquiring specialized expertise in complex disaster planning, exercise execution, and strategic advisory services, thereby enhancing the agency's operational capabilities and preparedness for national disaster response. This initiative is vital for ensuring effective coordination among federal, state, local, tribal, and territorial agencies, as well as for developing and refining emergency response plans and training programs. Interested vendors must submit their responses by April 14, 2025, to Karley Hoyt at karley.hoyt@fema.dhs.gov, with a focus on demonstrating their corporate capabilities and relevant experience in emergency management.
Request for Information - Planning & Exercise Technical Assistance
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors through a Request for Information (RFI) for the Planning and Exercise Division Technical Assistance Contract (PEDTAC). This initiative aims to gather insights from vendors capable of providing advanced technical assistance to enhance FEMA's disaster planning and exercise execution capabilities, addressing critical skill gaps within the agency. The contract will focus on delivering specialized expertise in areas such as strategic advisory services, geospatial analytics, training, and IT support, which are essential for improving national disaster preparedness and response. Interested parties must submit their responses by April 14, 2025, and can direct inquiries to Karley Hoyt at karley.hoyt@fema.dhs.gov.
Louisiana - Rental of Portable Toilets and Hand Washing Stations and Associated Services
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking local businesses in Louisiana to provide rental services for portable toilets and hand-washing stations in Baton Rouge. The procurement requires the contractor to supply four portable toilets and hand-washing stations, along with regular cleaning, maintenance, delivery, setup, and removal services, all while ensuring compliance with safety regulations and responding to service calls within 12 hours. This initiative is part of FEMA's ongoing disaster recovery efforts, emphasizing the importance of local sourcing and timely service provision in emergency situations. Interested vendors must submit their quotes by 12:00 PM CST on April 18, 2025, and direct any inquiries to Contracting Officer Destiny Dyson at destiny.dyson@fema.dhs.gov by April 14, 2025.
Catastrophe Model Licenses
Buyer not available
The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking to procure commercial catastrophe modeling licenses for storm surge and inland flooding as part of its National Flood Insurance Program (NFIP). The objective is to enhance FEMA's risk analysis and insurance capabilities, enabling quicker recovery from disasters while minimizing financial impacts. This procurement will involve multiple-award blanket purchase agreements (BPAs) for software licenses, which must include geographic coverage for all U.S. states, stochastic event simulations, and ongoing technical support. Interested vendors are invited to submit capability statements by April 25, 2025, detailing their modeling capabilities and compliance with federal standards. For further inquiries, contact Bryan Falcone at bryan.falcone@fema.dhs.gov or Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov.
HMA Training Support Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide training support services for its Hazard Mitigation Assistance (HMA) programs. The procurement aims to secure reliable and effective training development and delivery services, including the creation and maintenance of training courses, logistical support, and project management for various mitigation programs. This opportunity is critical for enhancing the capabilities of FEMA's training initiatives, which play a vital role in disaster preparedness and resilience. Interested 8(a) certified small businesses must submit proposals by May 7, 2025, with inquiries directed to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
FEMA DOT Inspections-Craig Field (Qty 83)
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the inspection and necessary repairs of eighty-three trailers located at Craig Field in Selma, Alabama. The objective is to conduct Department of Transportation (DOT) inspections to ensure that these trailers, which were staged in response to Hurricane Helene, are recertified and made roadworthy before the staging yard's closure. This procurement is critical for maintaining operational readiness in disaster response efforts, ensuring that equipment can be effectively utilized in future emergencies. Interested contractors must submit their proposals by April 9, 2025, and all work is required to be completed within 20 days after the order is received. For further inquiries, contact Edward Ruud at Edward.Ruud@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov.
Selma Dumpster Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide dumpster services in Selma, Alabama. This procurement is part of a total small business set-aside initiative, focusing on solid waste collection services as outlined under NAICS code 562111. The services are crucial for maintaining cleanliness and sanitation in the community, particularly in response to emergency situations. Interested parties can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further details, and additional information can be found at the provided link.
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.