FEMA uses homes manufactured under 24 CRF 3280, the Manufactured Home Construction and Safety Standards (the Standards) to house survivors after disasters and other activities permitted under the Economy Act. In the spring of 2015, FEMA conducted an inventory of Manufactured Housing Units (MHU) in the agency's inventory and discovered that the agency had more than 80 different floor plans. The large number of floor plans causes issues for the agency.
The variety of floor plans effects operations and how disaster survivors perceive the differences between MHUs. Operational effects include variation in installation requirements, difficulty in standardizing FEMA group site (purpose built manufactured home parks for disaster survivors) design with the location of utility connections and different performance of HVAC systems. From the disaster survivor's perspective, occupants have expressed concern regarding anything from the kitchen layout to bedroom size when compared to the MHU that their neighbor received.
The goal of this contract is to have standardized floor plans and utility connection layouts for each of the four basic MHU types. Further FEMA would like to ensure that the floor plans have a variant that meets applicable UFAS requirements and examines issues related to the production of CONUS MHUs. If possible, FEMA would prefer to procure CONUS units exclusively. If all of these requirements are met FEMA will, in the future, limit the number of MHU types to eight (8).
This solicitation incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-83, effective July 2, 2015.
The North American Industrial Classification System (NAICS) code is 321991 and the Small Business Size Standard is 500 employees.
It is the responsibility of the contractor to be familiar with the applicable clauses and provisions as included in Section C of the RFP. The clauses may be accessed in full text at:
1. https://www.acquisition.gov/far/
2. http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The Government contemplates awarding a Firm Fixed Price type contract resulting from this solicitation.
Questions are due to the Contracting Officer, NLT 2pm EST, September 9, 2015.
Proposals are due to the Contracting Officer, NLT 2pm EST, September 18, 2015 via the instructions listed in the Section E.5 of the RFP.