Washington, DC Bids > Bid Detail

FEMA LogHOUSE II - DRAFT Work Statement

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159750869853859
Posted Date: Apr 9, 2024
Due Date: Apr 23, 2024
Solicitation No: 70FB8023B00000006RFI
Source: https://sam.gov/opp/5001051164...
Follow
FEMA LogHOUSE II - DRAFT Work Statement
Active
Contract Opportunity
Notice ID
70FB8023B00000006RFI
Related Notice
70FB8023B00000006
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
FEMA
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 09, 2024 05:32 pm EDT
  • Original Published Date: Apr 09, 2024 05:24 pm EDT
  • Updated Response Date: Apr 23, 2024 10:00 am EDT
  • Original Response Date: Apr 23, 2024 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 08, 2024
  • Original Inactive Date: May 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R706 - SUPPORT- MANAGEMENT: LOGISTICS SUPPORT
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington , DC
    USA
Description

Federal Emergency Management Agency (FEMA)



DRAFT SPECIFICATIONS in accordance with FAR 5.205 (c)



LOGistics Housing Operations Unit inStallation, maintenance and deactivation (LOGHOUSE) II



The Federal Emergency Management Agency (FEMA) has a requirement for the transition, and maintenance and deactivation of FEMA temporary transportable housing units in impacted disaster declared counties and states. This REQUEST FOR INFORMATION (RFI) is issued in accordance with FAR 52.215-3. This RFI does not constitute a request for price (RFP), request for quote (RFQ), or invitation for bid (IFB), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this RFI. All information contained in this RFI is preliminary and is subject to change if, and when, a solicitation is issued.



Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a competitive solicitation is released, it will be synopsized on the Governmentwide point of entry at https://www.sam.gov. It is responsibility of the interested parties to monitor this site for additional information pertaining to this RFI, Industry Day Events, or future solicitation.



FEMA's use of manufactured housing units (MHUs) is an alternative for Section 408 which requires FEMA to provide financial and, if necessary, direct services, to individuals and households. As part of direct assistance, in general - The President may provide temporary housing units, acquired by purchase or lease, directly to individuals or households. LOGHOUSE II is the service component that ensures these MHUs are transported (hauled), installed, maintained and uninstalled (deactivated). In order to support FEMA's manufactured housing program, the agency plans to award multiple award indefinite deliverable/indefinite quantity (IDIQ) contracts to provide hauling, installation, maintenance, and deactivation support as well as development and construction of group sites. This acquisition will provide FEMA with contractors who are ready to provide services that will support multiple, mobile, direct housing missions anywhere within the Contiguous 48 United States (CONUS). This acquisition provides services and does not include the acquisition of a major system. It is estimated that the multiple award IDIQ will have a five-year ordering period for an estimated IDIQ Total Ceiling of $2.62 Billion.



The Government anticipates ample competition and will solicit using FAR 6.2, Full and Open Competition after Exclusion of Sources and FAR 19.502-4, Partial Small Business set-asides of multiple award contracts.



For information purposes the following are the current LogHOUSE I Contractors:



Contract # 70FB8018D00000010 APTIM FEDERAL SERVICES LLC



Contract # 70FB8018D00000011 CH2M FACILITY SUPPORT SERVICES LLC



Contract # 70FB8018D00000012 DISASTER SOLUTIONS ALLIANCE LLC



Contract # 70FB8018D00000013 MLU SERVICES INC



Contract # 70FB8018D00000021 WINDSTORM MITIGATION INC



Contract # 70FB8018D00000022 TIMBERLINE CONSTRUCTION GROUP LLC



FEMA anticipates issuing the LOGHOUSE II solicitation in June 2024 and is seeking information from experienced vendors interested in providing the types of services.



FEMA seeks vendor input to strengthen the performance work statement and to assist with acquisition planning.



FEMA requests vendors to respond to some or all of the following:



1. Review the DRAFT Performance Work Statement (PWS) and Proposed Evaluation Procedures attached to this RFI.



2. Provide comments and/or recommended changes to the attached PWS and Proposed Evaluation Procedures.



RFI Responses Due Date/Time: April 23, 2024, 10:00 am EST



Please send all feedback ONLY to fema-loghouse-ctadmin@fema.dhs.gov


Attachments/Links
Contact Information
Contracting Office Address
  • HDQTRS OCPO OPS&MGMNT BRANCH 500 C STREET SW 3RD FLR
  • WASHINGTON , DC 20472
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >