Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    DHS FEMA Permanent Housing Construction (PHC) – Repairs

    Sol. DR-4847-CTM_PHC-RepairsPresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)WASHINGTON, DC
    Closed
    STATUS
    Closed
    closed Sep 15, 2025
    POSTED
    Sep 2, 2025
    Publication date
    NAICS CODE
    236118
    Primary industry classification
    PSC CODE
    Z2FZ
    Product & service classification

    AI Summary

    The Department of Homeland Security, FEMA, is seeking contractors for home repairs for eligible applicants affected by disaster DR-4847-CTM on the Crow Tribe Reservation in Montana. This presolicitation is for a construction services contract, expected to exceed the simplified acquisition threshold, with a focus on compliance with local building codes and regulations.

    Contract details

    Solicitation No.
    DR-4847-CTM_PHC-Repairs
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    September 2, 2025
    Response Deadline
    September 15, 2025
    NAICS Code
    236118AI guide
    PSC / Class Code
    Z2FZ
    Contract Code
    7022
    Issuing Office
    FEMA
    Primary Contact
    Martin D. Meade
    State
    DC
    ZIP Code
    20472
    AI Product/Service
    service

    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 Apsáalooke 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 Apsáalooke 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 Apsáalooke 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 Apsáalooke Nation (Crow) Reservation in Montana, and shall follow the Crow Nation laws, regulations, and polices, to include compliance with the Apsáalooke 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.

    Key dates

    1. September 2, 2025Posted Date
    2. September 15, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    DHS FEMA Permanent Housing Construction (PHC) – Repairs is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.