SOLICITATION NOTICE
23 -- Manufactured housing units, tiny homes, and travel trailers for the Crow Tribe of Montana
- Notice Date
- 10/24/2025 12:42:05 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- REGION 9 Oakland CA 94607 USA
- ZIP Code
- 94607
- Solicitation Number
- 70FBR826Q00000001
- Response Due
- 11/10/2025 1:00:00 PM
- Archive Date
- 11/11/2025
- Point of Contact
- Kamwren Nichols
- E-Mail Address
-
kamwren.nichols@fema.dhs.gov
(kamwren.nichols@fema.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) has a requirement multiple vendors to provide manufactured housing units, tiny homes, and travel trailers for the Crow Tribe of Montana. On August 6, 2024, severe storms and straight-line winds caused extensive damage to the homes and developments on the individual properties within the Aps�alooke Nation (Crow) Reservation in Montana. The event displaced numerous Tribal families which increased current housing shortages and further limited safe habitable occupancies. The U.S. President signed a Disaster Declaration on November 14, 2024, making funds available to the Federal Emergency Management Agency (FEMA) to provide disaster assistance to the Aps�alooke Nation (Crow) Reservation in Montana, and the Permanent Housing Replacement (Procurement of Mobile Homes, Tiny Homes, and Travel Trailers) program has been approved. The Office of Response and Recovery (ORR), Recovery Directorate is seeking to replace eligible applicant housing affected by the disaster. The services required are in support of the Individual Assistance (IA) program office, and disaster relief effort, DR-4847-CTM. The program was approved by FEMA on July 31, 2025. This is a small business set aside. As a result of this combined synopsis/solicitation, the Government intends on awarding multiple Blanket Purchase Agreement(s) (BPA) in accordance with the Federal Acquisition Regulation (FAR) 13.303 and reference the Statement of Work. The North American Industrial Classification System (NAICS) code is 336214, entitled Travel Trailer and Camper Manufacturing. The small business size standard is 1,000 employees. Instructions to Offerors Submission Requirements: Reference Solicitation Number: 70FBR826Q00000001. The contractor will fill out and sign the SF1449 and submit the Reps and Certs report located in www.sam.gov. In addition to the completed 1449 and Reps and Certs, Offeror must submit all required documentation below to be considered for award. Submission Structure (all three completed volumes and reps/certs are required) Volume I � Technical Approach Conformance to unit standards: Manufactured/mobile homes: HUD Code requirements and applicable site ratings for the Crow Reservation. Tiny homes: HUD Code or state modular/IRC (Appendix Q if applicable) or ANSI A119.5 park-model, as applicable to the unit offered. Travel trailers: NFPA/ANSI standards and RVIA-certified manufacturer. Delivery capability and schedule: Ability to furnish COTS units from inventory and meet delivery timelines to Crow Reservation sites. Inclusive setup: Ability to provide inclusive setup to prepared utility stubs as specified in orders, with complete turnover documentation (e.g., keys, manuals, VIN/serial, certification label photos, warranty registrations, certificate of origin/title). Volume II � Past Performance Relevant supply/delivery of manufactured/mobile homes, tiny homes, and travel trailers within the last three years, including quality, schedule, cost control, management, and customer service. Consideration may include Government knowledge and publicly available performance information. Volume III � Price Per-unit, all-inclusive firm-fixed pricing consistent with the solicitation and SOW. Complete the price schedule (Attachment 2) Offerors may submit quotes for some or all CLINs (manufactured/mobile homes, tiny homes, travel trailers). Representations and Certifications from SAM.gov (required to submit with quote) FAR 52.212-3(a) Offeror Representations and Certifications�Commercial Products and Commercial Services FAR 52.204-24(b) Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.226-3 Disaster or Emergency Area Representation FAR 52.226-4 Notice of Disaster or Emergency Area Set-Aside (acknowledgment) FAR 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area Evaluation Criteria and Basis for Award (how your quote package will be evaluated) Selection Criteria: Best Value � Comparative Analysis The Government intends on awarding multiple Blanket Purchase Agreements as a result of this solicitation. The Government intends to evaluate offers and award multiple Blanket Purchase Agreements without discussions. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint meeting the requirements outlined in the Statement of Work. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest priced offer; and waive informalities and minor irregularities in offers received. The Government reserves the right to award a mix of BPAs to local offerors, small businesses, and offerors outside of the local disaster area if the Government deems it beneficial to accomplish this requirement. Award will be made to the responsive, responsible Contractors who provide the Best Value to the Government. Each offer will be evaluated according to the following criteria. Offers are to be evaluated for Best Value using a Comparative Analysis on the basis of the following evaluation factors listed in descending order of importance: Technical, Past Performance and Price. Technical and Past Performance, when combined are approximately equal to cost or price. Factor 1: Technical Approach � Work Plan Offerors shall provide a detailed work plan that addresses plans and resources necessary to satisfy how the Offeror will meet or exceed requirements to provide the specified number of units in the prioritized counties as outlined in the SOW. The response shall include answers to the following questions: How do you propose to fulfill and comply with the requirements in the SOW? Has the Contractor adequately demonstrated a capacity to perform Permanent Housing Replacement services required as referenced in the SOW? Has the Contractor established that they have all equipment, personnel, tools, equipment, materials, transportation, servicing and supervision required to provide the required level of Permanent Housing Replacement Services that may be required of the Contractor in the SOW? Has the Contractor established the ability to provide multiple units in Aps�alooke Nation (Crow) Reservation as indicated in the SOW and solicitation? RATING SCHEME The adjectival rating scheme shown below will be used for evaluating the Technical Volume of each Contractor. Rating Definition High Confidence The Government has high confidence that the Contractor understands the requirement, proposes a sound approach and will be successful in performing the contract with little or no Government intervention. Some Confidence The Government has some confidence that the Contractor understands the requirement, proposes a sound approach, and will be successful in performing the contract with some Government intervention. Low Confidence The Government has low confidence that the Contractor understands the requirement, proposes a sound approach, or will be successful in performing the contract even with Government intervention. Factor 2: Past Performance - The Contractor�s offer shall be evaluated on its past performance record providing items like those outlined in the Statement of Work. A written past performance submission is required. For the purpose of this evaluation, �Past Performance� is defined as the Offeror�s performance (how well they performed) on active (to the extent completed) and completed contracts, projects, jobs, and endeavors. This includes the past performance of the prime Offeror and any proposed subcontractor for this effort. Emphasis is placed on demonstrated experience with projects similar in magnitude and complexity for this requirement completed with up to three (3) past performance references for work within the past three (3) years. The following shall be included for each reference. Project title Description of the project Role (Prime/Subcontractor) Contract number and, if applicable, task order number Dollar value and type of contract Government Agency/Client Period of Performance Current status, e.g., completed and/or if in progress, start and estimated completion dates Description and self-assessment of the work performed under each project and why it is relevant to this effort Specify, by name, any key individual(s) who participated in this program and are proposed to support the instant acquisition; also, indicate their contractual roles for both acquisitions The following table shows the ratings that will be used for Factor 2: Rating Description High Confidence The Government has high confidence that the Offeror will be successful in performing the contract with little or no Government intervention. Some Confidence The Government has some confidence that the Offeror will be successful in performing the contract with some Government intervention. Low Confidence The Government has low confidence that the Offeror will be successful in performing the contract even with Government intervention. Neutral Confidence No recent/relevant performance record is available, or the Offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. The Government will assess its level of confidence that the Contractor can successfully perform the requirements of the solicitation based on the projects submitted in response to this factor and other past performance information available to the Government. The Government will not restrict its consideration to the information provided in the proposal and may consider any other available information available in Contractor Performance Assessment Reporting System (CPARS), Federal Awardee Performance and Integrity Information System (FAPIIS) and/or first-hand knowledge. Consideration may be given to: (1) Quality of services provided, (2) Cost control, (3) Schedule/timeliness, (4) Management, and (5) Business relations/Customer Service of the offeror�s past performance. The Offeror will not be evaluated either favorably or unfavorably if it lacks relevant past performance however if the Government finds adverse past performance, the Contractor will not be considered for award. Factor 3: Cost/Price - The Contractor�s proposed pricing will be evaluated by ensuring the proposed rates are fair and reasonable. The Government will evaluate offers for award purposes by adding the total price for all items based on the estimated quantities provided in the pricing schedule. Additional RFQ Information: Offeror must have an active System for Award Management (SAM) registration by award date of the BPA; Offeror must complete and submit the SF1449 to include: Business Name; Address; Phone Number; Point of Contact: Email Address; UEI Number, DUNS Number and/or Cage Code. Quotes shall be complete and responsive to the solicitation and Statement of Work (SOW). The Contracting Officer (CO) will review pricing for conformity with Government price analysis standards and market sources. The Government intends to award multiple BPAs resulting from this combined synopsis/solicitation. BPA Calls will be firm-fixed-price; the Government is obligated only to the extent of authorized purchases under calls. Funding is at the call level. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-06, October 1, 2025. Offer Coverage: Offerors may submit quotes for one, some, or all unit types (manufactured/mobile homes, tiny homes, travel trailers). Submitting a quote for fewer than all unit types will not render the offer nonresponsive. Quote Consideration Order (Master BPA Establishment Only): Tiered award consideration will be applied solely to establish the Master BPAs, in the following order: 1. Local disaster area small business concerns that reside or primarily do business in the presidentially declared disaster area (Crow Reservation/Big Horn County, MT, and any counties designated for this incident). 2. Other-than-local firms in MT, operating within a 200-mile radius of the declared disaster area boundary. 3. Firms that reside or primarily do business anywhere in the State of Montana. 4. Firms located within the United States (nationwide). Documentation requirements: Tier 1: Submit local-area certification and supporting documentation (e.g., physical business address, local license, evidence of primary operations in the disaster area). Tier 2: Affirm the business address and distance from the disaster area boundary (=200 miles) with supporting documentation. Tiers 3�4: Provide business address and statewide/nationwide capability statements. Ordering and Funding: This BPA does not obligate funds. Orders (calls) will be funded at the call level. Competition Threshold: The micro-purchase threshold for supplies is $15,000.00. BPA Calls above this threshold will be competed to BPA holders to the maximum practicable extent. Questions Due: Offerors must submit questions not later than 2:00 p.m. (MDT) on Friday, October 31, 2025. Please email your questions to kamwren.nichols@fema.dhs.gov. Quotes Due: Offerors must submit their required information not later than 2:00 p.m. (MST) on Monday, November 10, 2025. Please email proposals to kamwren.nichols@fema.dhs.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f07190bd8a3641869a964971a3f64f9a/view)
- Place of Performance
- Address: Crow Agency, MT 59022, USA
- Zip Code: 59022
- Country: USA
- Zip Code: 59022
- Record
- SN07627720-F 20251026/251024230036 (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 |