Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY
AI Summary
The Department of Homeland Security's FEMA is seeking vendors to provide manufactured housing units, tiny homes, and travel trailers for the Crow Tribe of Montana due to disaster-related housing shortages. This opportunity is a small business set-aside and involves multiple Blanket Purchase Agreements. Interested parties must submit pricing and relevant documentation by the extended deadline of November 12, 2025.
Amendment 0001_COMBINED SYNOPSIS/SOLICITATION
**Clarification from the Government**Any pricing submitted in response to this request for quote will not result in a contract. This action is to establish an ordering agreement only. If the offeror is selected, it will only result in award of a Basic Ordering Agreement (BPA), which is not considered a contract but rather an ordering framework for future RFQs under the ordering agreement. However, offerors are still required to submit good faith pricing in response to this RFQ, based on all available information. It is unknown at this time exactly which properties will be subject to housing replacement but in an effort to provide clarity, Attachment 7 is being provided which shows the site conditions for three properties requiring replacement and is representative of the general site conditions to be expected for all properties. Future requirements under this BPA will be competed with subsequent RFQs competed among the BPA holders. BPA holders will have the opportunity for a site visit for each specific property at that time and will submit pricing based on specific site conditions and unit type and will establish a realistic delivery schedule based on product availability.
As a result of this amendment, the following changes have been made to 70FBR826Q00000001.
End of Amendment 0001
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 Apsáalooke 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 Apsáalooke 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 Structure (all three completed volumes and reps/certs are required)
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.
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:
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.
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:
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.
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.
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.
MANUFACTURED HOUSING UNITS, TINY HOMES, AND TRAVEL TRAILERS FOR THE CROW TRIBE OF MONTANA 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
AI-powered intelligence for the right opportunities, the right leads, and the right time.