FEMA Request for Information Post-trauma Disaster Care
ID: 70FB7024I00000010Type: Sources Sought
Overview

Buyer

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

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is issuing a Request for Information (RFI) to gather insights on post-trauma disaster case management barriers, best practices, and innovations. The objective of this RFI is to assess the marketplace's capabilities to provide turnkey congregate sheltering services and to inform potential future enhancements to FEMA's Disaster Case Management (DCM) program, which supports state, local, tribal, and territorial governments in assisting disaster survivors. This initiative is crucial for improving the efficiency and accessibility of disaster recovery services, ensuring that all survivors receive the necessary support regardless of their background. Interested parties can direct their inquiries to Isaac Chapple at Isaac.Chapple@fema.dhs.gov or Edward Rudd at Edward.ruud@fema.dhs.gov, with no specific funding amount or contract award anticipated at this time.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) issued a Request for Information (RFI) to identify barriers, best practices, and innovative solutions related to post-trauma disaster case management. This RFI serves to gather market insights and capabilities regarding turnkey congregate sheltering services, as no contract will be awarded at this time. FEMA’s Disaster Case Management (DCM) program assists state, local, tribal, and territorial governments in providing support services to disaster survivors, emphasizing effective service delivery and community integration. The document outlines FEMA’s objectives to enhance DCM efficiency, empower local partners, and ensure accessibility for all survivors. Respondents are asked about their organizational capabilities, barriers to entry, best practices in service delivery, and innovative tools utilized in the industry. The RFI format specifies a structured response to ensure comprehensive feedback. The initiative demonstrates FEMA's commitment to optimizing disaster recovery efforts through improved case management frameworks and stakeholder collaboration.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FEMA Accessible Travel Trailers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the procurement of Accessible Travel Trailers under a combined synopsis/solicitation notice. The objective is to provide accessible travel trailers that comply with the Uniform Federal Accessibility Standards and the Architectural Barriers Act Accessibility Standards, specifically designed for disaster survivors, including individuals with disabilities. These trailers will serve as temporary housing solutions during emergencies, enhancing FEMA's capacity to support vulnerable populations in disaster situations. Interested contractors must submit their proposals by September 26, 2024, with a potential contract value of up to $99,932,500 over a five-year period. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Bernetta Burton at bernetta.burton@fema.dhs.gov.
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors to provide Hazard Mitigation Technical Assistance Program (HMTAP) services, specifically non-architectural and engineering services. The procurement involves the issuance of three Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each designated for different geographic zones across the United States, aimed at enhancing capacity for pre-disaster, during disaster, and post-disaster mitigation efforts. This initiative is crucial for supporting FEMA's mission to improve disaster resilience and compliance with environmental regulations, including flood risk management and assessments. Interested parties must submit proposals by August 19, 2024, with a total estimated funding amount of $1,583,902 for the project, and can direct inquiries to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    R6--FEMA ORR Strategic Initiatives Technical Assistance (SITA) (Master BPA)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking technical assistance through its Office of Response and Recovery (ORR) via a Master Blanket Purchase Agreement (BPA). This combined synopsis and solicitation for commercial items is restricted to sellers with relevant GSA Schedules. FEMA requires administrative and management consulting services to support its strategic initiatives. Sellers must have the specified items on their GSA Schedule or act as an authorized agent, with a focus on meeting or exceeding the stated requirements. The solicitation period will end on September 25, 2024. These services are crucial for FEMA's effective response and recovery operations during emergencies and disasters. The agency seeks a streamlined and efficient procurement process, emphasizing competed real-time bids. Interested sellers should register on the Unison Marketplace to access the solicitation details and submit their bids accordingly.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    Enterprise Acquisition Support Services and Acquisition Support Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Federal Emergency Management Agency (FEMA) is seeking Enterprise Acquisition Support Services and Acquisition Support Services. These services are typically used to provide support for FEMA's acquisition needs. The purpose of this notice is to inform industry that the two requirements, Enterprise Acquisition Support Services and FIMA Resilience Acquisition Support Services, will be consolidated into a single requirement. The consolidation aims to ensure that FEMA receives the necessary services to meet its needs. The procurement will be set aside for small businesses from all socioeconomic backgrounds. The Request for Proposal (RFP) will be issued in February 2024 on GSA MAS NAICS 541611. The requirement will result in a single award Blanket Purchase Agreement (BPA). Interested parties can refer to the attached Draft Performance Work Statement (PWS) and Statement of Objectives (SOO) for both requirements to better understand FEMA's needs. The new requirement will integrate both efforts into a single effort, and a new PWS combining both efforts will be published. The place of performance for this procurement is Washington, DC, with a zip code of 20472, in the United States. For more information, contact Kimber Russell at kimber.russell@fema.dhs.gov.
    FEMA R8 Control Room Consoles
    Active
    Homeland Security, Department Of
    The Federal Emergency Management Agency (FEMA) Region 8 is seeking sources for the procurement of Control Room Consoles for its Mobile Emergency Response Support (MERS) Operations Center located in Denver, Colorado. This sources sought notice aims to conduct market research to identify capable vendors who can meet the specified requirements, with a focus on small businesses as the opportunity is anticipated to be 100% set aside for them. The Control Room Consoles are critical for enhancing operational efficiency and response capabilities during emergencies. Interested parties are encouraged to submit a capabilities statement, including their Unique Entity Identifier (UEI), to the primary contact, Crystal Garcia, at crystal.garcia@fema.dhs.gov, as this notice is not a request for proposals and no solicitation is currently available.
    SOURCES SOUGHT: Advanced Contracting Initiative (ACI) Regional Contracts for Debris Management Services (RCDMS)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified sources for the Advanced Contracting Initiative (ACI) Regional Contracts for Debris Management Services (RCDMS) to be utilized during natural and man-made disasters across the continental United States (CONUS) and its territories. The procurement aims to identify businesses capable of providing comprehensive debris management services, including removal, hauling, disposal, and structural demolition, with a requirement for rapid response within 24 hours of a disaster event. This initiative is critical for ensuring effective disaster response and recovery operations, as it encompasses the management of various debris types resulting from catastrophic events such as hurricanes, floods, and terrorist attacks. Interested firms must submit their capability statements and completed Q&A forms by 2:00 PM Central Daylight Time on September 20, 2024, to Christopher McCabe at christopher.a.mccabe@usace.army.mil, and are encouraged to participate in a virtual industry day discussion in early October.
    Strengthening Global Protection Capacity Activity
    Active
    Agency For International Development
    The U.S. Agency for International Development (USAID) is issuing a Request for Information (RFI) titled "Strengthening Global Protection Capacity Activity" to gather insights from interested U.S. and non-U.S. non-profit or for-profit organizations regarding the enhancement of the humanitarian protection workforce. The objective of this RFI is to solicit feedback on improving protection services for communities affected by disasters, particularly in light of the increasing number of forcibly displaced persons and climate-related emergencies. This initiative is crucial for developing community-based approaches and identifying competency gaps within the protection sector, thereby strengthening the overall humanitarian response. Interested parties are invited to submit their responses, which should not exceed seven pages, by the deadline of September 30, 2024. For further inquiries, respondents can contact Michelle Buford at miharris@usaid.gov.
    FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and Deactivation
    Active
    Homeland Security, Department Of
    Presolicitation notice from the Department of Homeland Security, Federal Emergency Management Agency (FEMA) is seeking support services and construction for its Transportable Temporary Housing Unit (TTHU) mission. The TTHUs include manufactured homes and travel trailers and are used to provide housing to disaster survivors. The scope of work includes transportation, staffing of staging areas, installation and maintenance of housing units, deactivation and transportation to storage sites, site inspections, feasibility assessments, and design and construction services for various sites. The contract will be awarded through full and open competition with a partial small business set aside. The contract type will be Firm Fixed Priced (FFP) and Time and Material (T&M), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ). The base period of performance will be one year, with four one-year option periods.
    Level II Armed Security Guard Service in Support of FEMA DR-4796-IA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide Level II Armed Security Guard Services in support of disaster recovery operations for FEMA DR-4796 in Iowa. The primary objective is to ensure security for federal employees, visitors, and property at various FEMA facilities, including Joint Field Offices and Disaster Recovery Centers, during the recovery from severe storms and tornadoes. This procurement emphasizes the importance of local business participation, with a total small business set-aside and preference for firms located within the affected counties, as outlined in the Robert T. Stafford and Local Community Recovery Act of 2006. Interested parties must submit their proposals by September 19, 2024, and can direct inquiries to Stewart Knotts at stewart.knotts@fema.dhs.gov. Note that funding for this contract is contingent upon the availability of appropriated funds.