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
    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
    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.
    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 Continuous Improvement Division (CID) Blanket Purchase Agreement
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide Disaster Continuous Improvement Support Services for its Continuous Improvement Division (CID). The procurement aims to secure a range of services, including Program Management Support, Data Collection and Analysis, Training, Technical Assistance, and Disaster Readiness Operations, with an estimated total value of $41.5 million over a five-year period, consisting of a base year and four option years. This BPA is critical for enhancing FEMA's operational effectiveness and disaster response capabilities. Interested vendors must submit their questions by January 16, 2026, and their quotations by February 13, 2026, with further inquiries directed to Contracting Officer Gregory Crouse at gregory.crouse@fema.dhs.gov.
    Furniture for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide furniture for Transportable Temporary Housing Units (TTHUs) intended for disaster survivors. The procurement involves a Blanket Purchase Agreement (BPA) for standard household furniture items, including sofas, armchairs, dining sets, and beds, which are essential for ensuring that eligible individuals have the necessary furnishings during their temporary housing period. This initiative is critical for maintaining a ready stock of units to support FEMA's Individual Assistance Direct Housing Program, with a performance period spanning five years, including one base year and four option years. Interested vendors must submit their proposals by January 12, 2026, and can direct inquiries to Ejona Lika or Tamara Beach at FEMA via the provided email addresses.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for a contract to supply Appliances & Safety Equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and safety equipment such as NOAA weather radios and strobe lights, to support disaster survivors housed in TTHUs. The initiative is critical for maintaining a ready stock of housing units to facilitate FEMA's Individual Assistance Direct Housing Program. Interested small businesses must submit their proposals by January 5, 2026, with questions due by December 16, 2025. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Homeland Security, Department Of
    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.
    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.
    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 – 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.
    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.
    Justification and Approval For Other Than Full and Open Competition – Mobile Home Pad Leases DR-4559-LA and/or 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 recovery efforts in Lake Charles, Louisiana. This procurement is aimed at securing necessary facilities for individuals displaced by disasters DR-4559-LA and DR-4570-LA, highlighting the importance of providing temporary housing solutions in emergency situations. The justification for this contract is 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 details.
    NFIP Actuarial Services
    Homeland Security, Department Of
    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, and guidance related to ratemaking and insurance pricing, which are essential for maintaining a financially sound flood insurance structure. This full and open solicitation (RFP No. 70FA6025B00000004) includes a firm-fixed-price contract with a 12-month base period and four one-year options, with proposals due by January 7, 2026. Interested parties can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with key dates including a question submission deadline of December 3, 2025.