DRAFT Solicitation Alternative Transportable Temporary Housing Unit (Modular Homes)

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Hawaii
Level of Government: Federal
Category:
  • 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
Opps ID: NBD00159230273957429
Posted Date: Mar 21, 2024
Due Date: Apr 8, 2024
Solicitation No: 70FBR924R00000005
Source: Members Only
Follow
DRAFT Solicitation Alternative Transportable Temporary Housing Unit (Modular Homes)
Active
Contract Opportunity
Notice ID
70FBR924R00000005
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
FEMA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 21, 2024 04:25 pm EDT
  • Original Published Date: Mar 05, 2024 10:30 pm EST
  • Updated Response Date: Apr 08, 2024 12:00 pm EDT
  • Original Response Date: Mar 17, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 12, 2024
  • Original Inactive Date: Mar 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2330 - TRAILERS
  • NAICS Code:
    • 321991 - Manufactured Home (Mobile Home) Manufacturing
  • Place of Performance:
    Lahaina , HI 96761
    USA
Description

The U.S. Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), intends to issue a solicitation in order to award multiple contracts for Alternative Transportable Temporary Housing Unit (ATTHU) specifically:



(1) bedroom Uniform Federal Accessibility Standards (UFAS) compliant units. Units must be

under 500 Sq. Ft and not exceed 14 Ft. x 35 Ft.



(2) bedroom Uniform Federal Accessibility Standards (UFAS) compliant units. Units must be

under 800 Sq. Ft and not exceed 14 Ft. x 55 Ft.



(3) bedroom Uniform Federal Accessibility Standards (UFAS) compliant units. Units must be

under 1,000 Sq. Ft and not exceed 14 Ft. x 70 Ft.



The contractor shall be responsible for manufacturing, transporting, and installing transportable housing units. For purposes of this contract, FEMA calls these units Alternative Transportable Temporary Housing Units (ATTHUs). The contractor shall provide a full design package and build the ATTHUs in compliance with the requirements in this contract and the applicable Federal, state, and local laws and regulations. Key factors to keep in mind during the design and construction of the ATTHUs is to ensure the units are easy to connect to local utilities and use standard components for ease of maintenance. The ATTHUs shall be delivered to an installation location (known as a group site) that FEMA is building on the island of Maui (county of Maui). The contractor is responsible for ensuring all applicable laws and regulations are followed. (SEE ATTACHED PWS)



Performance Requirements:



After award of the initial IDIQ contract, FEMA will issue task orders to acquire the number of units needed per terms and conditions of the contract. The contractor(s) will be required to manufacture, and deliver and install units IAW the PWS and conform to the specifications listed in the solicitation.



This is a DRAFT, the Government’s anticipates releasing the FINAL solicitation within the next 72 hours.



Proposals and questions are not requested at this time. Proposals shall be submitted in response to actual solicitation Request for Proposal (RFP) in strict compliance with the instructions to be provided in the solicitation.



Advisory Down Select solicitation approach:



FEMA intends to conduct this acquisition using an Advisory Down Select approach. Phase I will require the submission of written responses and documentation, in accordance with the instructions of the solicitation. Upon evaluation of the Phase I submission, the Contracting Officer will forward an Advisory Notification, advising offerors of the likelihood of being a viable competitor for this acquisition. Only those offerors who are determined to be among the most highly technically rated will be advised to proceed to Phase II. Phase II will consist of an oral presentation, along with evaluation of the offeror's past performance and price proposals.


Attachments/Links
Contact Information View Changes
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 >