Sources Sought Notice: IT Workstation Renovation
ID: 05072025Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 6Denton, TX, 76209, USA

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is conducting a Sources Sought Notice to identify qualified contractors for the IT Workstation Renovation project at the Federal Regional Center (FRC) in Denton, Texas. The project aims to remodel the Comm Center and Server Room to modernize workspace functionality and accommodate additional employees, involving extensive renovations, asbestos testing, and the disposal of outdated materials. This initiative is crucial for enhancing the safety, efficiency, and compliance of federal facilities, with a structured deliverable schedule to complete the work within 75 business days from contract award. Interested contractors are invited to a site visit on April 30, 2025, and must submit a facilities access form by April 28, 2025, while responses to the notice are due by May 7, 2025, to Contract Specialist Barbara Gonzalez at barbara.gonzalez@fema.dhs.gov.

    Point(s) of Contact
    FEMA Region VI Procurement Branch
    R6-Contracts@fema.dhs.gov
    Files
    Title
    Posted
    The R6 Denton Campus IT Workstation Renovation project aims to remodel the Comm Center and Server Room at the Federal Regional Center (FRC) in Denton, Texas, to modernize workspace functionality for additional employees. The scope includes extensive renovations, asbestos testing, and disposal of old materials. The project will enhance the existing facilities by removing outdated infrastructures like flooring, walls, and electrical systems while ensuring compliance with safety and accessibility standards. Key tasks include installing new flooring, updating HVAC systems, and enhancing security measures, along with thorough cleanup and waste disposal practices that prioritize recycling. A structured deliverable schedule outlines crucial phases such as planning, demolition, installation, cleanup, and final inspection, all to be completed within 75 business days from contract award. The project also includes rigorous safety protocols and security checks for contractor personnel, aligning with FEMA’s policies. This initiative underscores the government’s commitment to creating a functional, safe, and efficient work environment in federal facilities.
    The FEMA Form FF-900-FY-21-100 serves as an official Facility Access Request for individuals seeking entry into FEMA-controlled facilities, including the Mount Weather Emergency Operations Center (MWEOC). It outlines the necessary procedures for applicants, requiring them to complete and submit the form, which includes personal details such as name, employment status, and citizenship. The form highlights that access is conditional upon the approval of a government sponsor and adherence to security protocols. Additionally, it includes privacy provisions under the Privacy Act, ensuring that personal information is handled responsibly. The form mandates that all applicants must understand that false information may result in denial of access or legal consequences. The document emphasizes security measures necessary for protecting federal properties and the management of visitor access to sensitive areas. This request for information reflects FEMA's commitment to maintaining secure operational environments while facilitating necessary access for personnel involved in government functions.
    The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), is seeking qualified contractors to remodel the Comm Center and Server Room at the Federal Regional Center (FRC) in Denton, Texas, as part of a Sources Sought Notice. The aim of the project is to enhance functionality and modernize the workspace to accommodate additional employees. Interested contractors are invited to a site visit scheduled for April 30, 2025, and must submit a facilities access form by April 28, 2025. The notice emphasizes that this is for market research only and not a Request for Proposal (RFP). Responses to the notice, which should not exceed seven pages, must be sent by May 7, 2025. Contractors are required to provide company information, capabilities related to the project, confirmation of registration in SAM.gov, relevant past performance examples, and a potential cost estimate. The information gathered will inform future acquisition strategies. The relevant NAICS code for this project is 236220, indicating it pertains to commercial and institutional building construction.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals from qualified small businesses for a contract to supply appliances and safety equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and various safety devices, to support disaster survivors in temporary housing situations. The contract will facilitate FEMA's mission to maintain a ready stock of these items, ensuring efficient disaster response and recovery efforts. Interested vendors must submit their proposals by December 29, 2025, with questions due by December 16, 2025; for further details, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    Faraday Rooms
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is conducting market research for the installation of modular Faraday Rooms at its Washington, DC Field Office and potentially at 41 other field offices across the continental United States. The procurement seeks scalable EMI modular hard panel enclosures with specific features such as ESD flooring, LED lighting, advanced ventilation systems, and fire suppression capabilities, along with stringent shielding requirements for electromagnetic interference. This initiative is crucial for enhancing cybersecurity measures within the USSS, ensuring secure environments for sensitive operations. Interested vendors should submit their responses by December 23, 2025, at 12:00 PM Eastern Time, and can direct inquiries to primary contact LorieAnne Kliewer at lorie.kliewer@usss.dhs.gov or secondary contact Matthew Sutton at matthew.sutton@usss.dhs.gov.
    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.
    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.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the repair of water and mold damage at the Bonham Veterans Affairs Medical Center (VAMC), specifically targeting Building 1's 5th floor and Building 29. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to remediate damage caused by a water line break, following the guidelines set forth in the Statement of Work and adhering to the Veterans Health Administration's Moisture and Mold Management Program. This project is critical for maintaining a safe environment for patients and staff, emphasizing the importance of compliance with health and safety standards during the remediation process. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details, with the solicitation set to close on the specified deadline.
    Level II Armed Guard Service - State of Tennessee
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking immediate armed guard services in response to the catastrophic tornadoes that struck Tennessee on March 31st and April 1st, 2023. The procurement aims to secure at least eleven federal facilities, including Joint Field Offices and Disaster Recovery Centers, which require a minimum level of security as mandated by DHS guidelines. This urgent need arises from the Federal Protective Service's inability to provide the necessary guard services due to resource constraints, particularly in rural areas where security options are limited. Interested vendors can contact Nicole L. Joseph at nicole.joseph@fema.dhs.gov or by phone at 470-416-9313 for further details on this sole source contract opportunity.
    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.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.