SOLICITATION NOTICE
R -- FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and Deactivation
- Notice Date
- 12/5/2023 11:50:18 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FEMA WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FB8023B00000006
- Archive Date
- 12/30/2024
- Point of Contact
- Angelina W. Bachemin
- E-Mail Address
-
fema-loghouse-ctadmin@fema.dhs.gov
(fema-loghouse-ctadmin@fema.dhs.gov)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- Pre-solicitation Notice IAW FAR 5.204 Notice ID 70FB8023B00000006 12/5/2023: FEMA LogHOUSE II�solicitation has NOT been issued. FEMA anticipates issuing a solicitation for the requirement by February 2024. There is currently no submittals requested from vendors. The email address for LogHOUSE II is: fema-loghouse-ctadmin@fema.dhs.gov� The Government has a nationwide requirement for support services and construction for its Transportable Temporary Housing Unit (TTHU) mission, to provide housing to disaster survivors. TTHUs include manufactured homes and travel trailers. The work will include: (1) the transportation of housing units to and from various locations; (2) the operation of and/or staffing of a temporary housing unit staging area; (3) the transportation of housing units to and from installation sites; (4) the installation and maintenance of the temporary housing units; (5) the deactivation and transportation of housing units to designated storage or staging sites; (6) site inspections and feasibility assessments for various sites; and (7) the design and construction services related to commercial park expansion, group sites, emergency group sites and temporary housing units staging areas. The Government plans to award a Firm Fixed Priced (FFP) and Time and Material (T&M), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) type contract via full and open competition with a partial small business set aside. The period of performance will be a five year ordering period.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f0ebfbec1f2d4fb58afc3b714c6d3bd4/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06902682-F 20231207/231205230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |