Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2025 SAM #8682
SOLICITATION NOTICE

Z -- DHS FEMA Permanent Housing Construction (PHC) � Repairs

Notice Date
9/1/2025 6:47:52 PM
 
Notice Type
Presolicitation
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
FEMA WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
DR-4847-CTM_PHC-Repairs
 
Response Due
9/15/2025 4:00:00 PM
 
Archive Date
09/30/2025
 
Point of Contact
Martin D. Meade, Phone: 2023046557, Tarrence Harmon, Phone: 8174031179
 
E-Mail Address
martin.meade@fema.dhs.gov, tarrence.harmon@fema.dhs.gov
(martin.meade@fema.dhs.gov, tarrence.harmon@fema.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), intends to issue a solicitation in order to award one, or multiple contracts to make necessary home repairs to eligible FEMA applicants, in support of Presidentially declared disaster relief mission, DR-4847-CTM for disaster assistance for the Crow Tribe of Montana. In accordance with the Federal Acquisition Regulation (FAR) 36.213-2, the purpose of this presolicitation notice is to inform interested parties of a construction requirement that is expected to exceed the simplified acquisition threshold. In accordance with the FAR Part 19.5, when issued, the solicitation will be 100 percent total set-aside for small businesses established in the State of Montana, with construction services performed within the Aps�alooke Nation (Crow) reservation in Montana. The primary U.S. Small Business Administration North American Industry Classification System (NAICS) Code is 236118, Residential Remodelers, with a $45.0 million small business size standard, effective January 1, 2022. The purpose of the procurement is to acquire construction services to repair Federal Emergency Management Agency (FEMA) eligible applicant�s damaged dwellings impacted by a severe storm and high winds, based on the U.S. Presidentially declared disaster relief effort for the Aps�alooke Nation (Crow Tribe of Montana). The small business prime contractor shall comply with FAR guidance at FAR 52.219-14, Limitations on Subcontracting. All prospective offerors must be registered in the System for Award Management (SAM.gov) prior to award of a contract. The purpose of this procurement is to acquire construction services to repair eligible applicant's dwellings, impacted on the Aps�alooke Nation (Crow) Reservation in Montana (Reservation), to a habitable condition per applicable Federal, State and Local codes. All repairs shall be made in a manner consistent with current local building codes, standards, permitting, inspection requirements, and all applicable local environmental planning and historic preservation (EHP) laws and regulations. The contractor(s) performing the repairs/improvements shall be licensed in the State of Montana and be a bonded building contractor to cover the scope of work described in the Statement of Work (SOW) and dollar threshold for the base Single or Multiple Indefinite Delivery � Indefinite Quantity (IDIQ) type contract award based on Firm-Fixed-Prices, and the terms and conditions of the base IDIQ contract, and associated Task Order contract(s). Currently, potentially 33 homes are estimated needing repairs. In accordance with the FAR 36.204, the estimated price range is between $1,000,000 and $5,000,000. Currently no agency-specific additional policies and procedures exits regarding the agency�s definitization of equitable adjustments for change orders under construction contracts. Place of Performance: All construction repair work will be performed on the Aps�alooke Nation (Crow) Reservation in Montana, and shall follow the Crow Nation laws, regulations, and polices, to include compliance with the Aps�alooke Nation (Crow) Tribe�s Tribal Employment Rights Ordinance (TERO). Performance Requirements: After award of the base IDIQ type contract(s), FEMA will issue Task Order contract(s) from the base contract to acquire the specific house project repair(s) per the individual Scope of Work or to supply repair estimates. Tentative date for issuing a formal solicitation is on or about September 15, 2025, with a response date 30 calendar days after solicitation issuance. The base IDIQ contract estimated period of performance end date is May 15, 2025, or for the period of performance for the Direct Housing period of assistance, to include the Permanent Housing Construction � Repairs (PHC-Repairs) program period, if extended. This is an advance notice (synopsis) of the Government�s anticipation of releasing the solicitation. At this time, proposals are not requested. Proposals shall be submitted in response to the formal solicitation Request for Proposal (RFP) in strict compliance with the instructions to be provided in the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/871c1604db674334a700daba7acb4fab/view)
 
Place of Performance
Address: Crow Agency, MT 59022, USA
Zip Code: 59022
Country: USA
 
Record
SN07573515-F 20250903/250901230034 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.