DEV MODE

Important Dates


Posted Date: 07/21/2025

Response Date: 08/06/2025

Archive Date: 08/21/2025

Request More Information

Contracting Specialists Available

(877) 252-2700

More Opportunities


Amendment # 3 70FB8025R00000018 - DHS FEMA Manufactured Housing Units (MHUs) 2025

Solicitation Number:

70FB8025R00000018

Primary NAICS:

321991 - Manufactured Home (Mobile Home) Manufacturing

Notice Type:

Combined Synopsis/Solicitation

Location:

Not Provided

Set Aside:

SBP

Description


Amendment #3 - Phase 2 proposals are extended to Wednesday, August 6, 2025 at 2:00PM/ET.  See attached Amendment #3. 

Amendment #2 - Responses to questions, extension of Phase I to Tuesday July 15, 2025 at 4:00PM/ET.  See attached Amendment #2. 

Amendment # 1 - Phase 1 is extended to Monday, July 14, 2025 at 2:00pm/ET.  Amendment #2 - Responses to Questions will be forthcoming the week of July 7, 2025.

NOTE: June 27, 2025 - The email address to submit question is fema-occpo-expf-oak@fema.dhs.gov.  The solicitation is updated to include the correct email address, 70FB8025R00000018_MHU Solicitation2025_Final_Rev2_June 27, 2025.

NOTE: In the solictiation, 70FB8025R00000018_MHU Solicitation2025_Final_Rev1, the date for questions on page 83 has been updated as follows:

Submitted no later than 2:00pm ET on June 30, 2025.

Classification:

Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)

Product Service Code: 5450 - Miscellaneous Prefabricated Structures

NAICS Code: 321991 - Manufactured Home (Mobile Home) Manufacturing

Place of Performance:

USA

Description:

The U.S. Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), intends to issue a solicitation in order to award multiple contracts for Manufactured Housing Units (MHUs), specifically:

MHU Type & Box Size:

NextGen Express One Bedroom 8’ X 48’

NextGen 14 Ft Wide One Bedroom 13’6” X 42’8”

NextGen 14 Ft Wide Two Bedroom 13’6” X 50’8”

NextGen 14 Ft Wide Three Bedroom 13’6” X 68’

These units shall be built to meet FEMA's performance specifications which are based on 24 CFR 3280 (MANUFACTURED HOME CONSTRUCTION AND SAFETY STANDARDS).

Optional Types of Housing Units available to FEMA under this contract include:

NextGen Three Bedroom, One Bath

One, Two and Three Bedroom Alternative Transportable Temporary Housing Units (ATTHU)

Standard Manufacturer Production Models of one-, two-, and three-bedroom HUD Standard manufactured homes.

The contract(s) will be Multiple Award, Indefinite Delivery/Indefinite Quantity (IDIQ). The production level for this requirement is set at two different levels to enhance the opportunity for Small Business and Other than Small Business offerors. Contractors shall have the ability to ramp up production to 50-75 units per week (Other than Small Business), 10-40 units per week (Small Business) within four (4) weeks of notice. The period of performance is a five (5) year ordering period. This requirement will be solicited as a full and open competition using FAR Parts 12 and 15.

Place of Performance:

All work shall be performed at the contractor’s facility, but contractor must have the capability to deliver to any state in the United States.

Performance Requirements:

After award of the initial IDIQ contract, FEMA will issue delivery orders to acquire the number of units needed per terms and conditions of the contract. The contractor(s) will be required to manufacture, and deliver manufactured homes that conform to the specifications listed in the solicitation to include the U.S. Department of Housing and Urban Development (HUD) Code.

Proposals shall be submitted in response to actual solicitation Request for Proposal (RFP) in strict compliance with the instructions to be provided in the solicitation.

Advisory Down Select Solicitation Approach:

FEMA intends to conduct this acquisition using an Advisory Down Select approach. Phase I will require the submission of written responses and documentation, in accordance with the instructions of the solicitation. Upon evaluation of the Phase I submission, the Contracting Officer will forward an Advisory Notification, advising offerors of the likelihood of being a viable competitor for this acquisition. Only those offerors who are determined to be among the most highly technically rated will be advised to proceed to Phase II. Phase II will consist of an oral presentation, along with evaluation of the offeror's past performance and price proposals.

This solicitation package contains Solicitation 70FB8025R00000018 and fifteen (15) attachments. Attachment 3, MHU NexGen Design Packages.

Contact Information


Anthony Collins

Send Email


Sherwin Turner

Send Email


USFCR is Here to Help

If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET

With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.

v20200529
Need Help?