DRAFT Disaster Overseas Transportation (DOTS) US Virgin Islands & Puerto Rico (VIPR)

SOL #: DOTS_VIPR_00000014Pre-Solicitation

Overview

Buyer

Homeland Security
Federal Emergency Management Agency
INCIDENT SUPPORT SECTION(ISS70)
WASHINGTON, DC, 20472, United States

Place of Performance

Washington, DC

NAICS

Deep Sea Freight Transportation (483111)

PSC

Vessel Freight (V115)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 15, 2026
2
Response Deadline
Apr 24, 2026, 4:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Federal Emergency Management Agency (FEMA), under the Department of Homeland Security, has released a DRAFT presolicitation for Disaster Overseas Transportation Support (DOTS) in the U.S. Virgin Islands & Puerto Rico (VIPR). This upcoming opportunity intends to award multiple Indefinite Delivery – Indefinite Quantity (IDIQ) contracts with Firm-Fixed-Price (FFP) Contract Line Items (CLINs) to support disaster response logistics. This acquisition is a Small Business Set-Aside. The DRAFT is available for review, with the official solicitation expected to follow. The response date for this DRAFT is April 24, 2026, at 4:00 PM ET.

Scope of Work

The objective is to establish an IDIQ contract vehicle for all-inclusive, multimodal transportation and shipping services from Continental United States (CONUS) points of origin to Outside Continental United States (OCONUS) destinations in Puerto Rico (PR) and the U.S. Virgin Islands (USVI) for disaster response and recovery efforts. Services include:

  • Receiving, staging, shipping, and accounting for resources during steady state and emergency operations.
  • Transportation via air, maritime, and ground.
  • Movement of Initial Response Resources (IRR) such as water, meals, cots, and tarps.
  • Door-to-door, cross-dock, and freight forwarding services for FEMA life-saving resources.
  • Retrograde of commodities and breakbulk cargo.
  • Drayage, staging yards, and storage.
  • Compliance with the Jones Act.

Contract Details

  • Contract Type: Multiple Indefinite Delivery – Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) CLINs.
  • Period of Performance: Base Year (July 1, 2026 – June 30, 2027) plus two one-year option periods.
  • Minimum Contract Value: $3,000.00 per contract (may decrease if more than two contracts are awarded).
  • Maximum Contract Value: Total productive capacity of all offerors.
  • Set-Aside: Small Business.
  • NAICS Code: 483111 (Small Business Size Standard: 1,050 employees).

Submission & Evaluation (for upcoming solicitation)

  • Proposal Submission: Offerors must submit proposals in three volumes: Technical Proposal, Technical Proposal Continued, and Price, along with a cover letter.
  • Questions Due: May 8, 2026, by 12:00 PM ET.
  • Phase I Proposals Due: May 15, 2026, by 12:00 PM ET.
  • Phase II Proposals Due: May 26, 2026, by 12:00 PM ET.
  • Evaluation Factors: Best-Value Trade-Off (BVTO) approach, with non-price factors (Demonstrated Experience, Technical Capability & Management Approach, Assurance Plans, Past Performance) being more important than price.
  • Key Attachments: Performance Work Statement (PWS), Pricing Sheet (mandatory use), Past Performance Questionnaire (PPQ), Quality Assurance Surveillance Plan (QASP), and Wage Determinations.

Special Requirements

Contractors must provide cargo, port, liability, pollution, and environmental insurance. Personnel require background investigations. A Business Continuity Plan (BCP) is required, and key personnel include a Contracts Administration Program Manager and Contractor Operations Project Manager. Offerors must use the provided Pricing Sheet; failure to do so will result in an unacceptable proposal.

People

Points of Contact

Edward RuddPRIMARY
Danielle SweetneySECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Apr 15, 2026