FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement

SOL #: FEMA_CID_BPA_70FA2026Q00000001Solicitation

Overview

Buyer

Homeland Security
Federal Emergency Management Agency
PREPAREDNESS SECTION(PRE20)
WASHINGTON, DC, 20472, United States

Place of Performance

Washington, DC

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

Program Management/Support Services (R408)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 17, 2025
2
Last Updated
Feb 3, 2026
3
Submission Deadline
Feb 13, 2026, 5:00 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 Department of Homeland Security (DHS) / FEMA is soliciting proposals for a single-award Blanket Purchase Agreement (BPA) for Disaster Continuous Improvement Support Services for its Continuous Improvement Division (CID). This BPA, valued at an estimated $41.5 million, aims to enhance FEMA's capabilities in disaster continuous improvement and foster a culture of learning. Proposals are due February 13, 2026, at 12:00 PM ET.

Scope of Work

The BPA will provide Enterprise Program and Technical Support Services, including:

  • Program Management Support
  • Data Collection, Analysis, and Product Development
  • Training and Technical Assistance
  • Systems Support
  • Disaster Readiness and Operations
  • Disaster After-Action Reviews (AARs)
  • Program Consulting and Support Key personnel roles include BPA Program Manager (10 years experience), CIIS Project Lead (8 years experience), CIIS Senior System Engineer, CITAP Project Lead, and Disaster After-Action Review Lead. Services must comply with DHS policies for safeguarding Controlled Unclassified Information (CUI), Personally Identifiable Information (PII), and Sensitive PII (SPII), requiring background investigations and IT security/privacy training.

Contract Details

  • Contract Type: Single-award GSA Blanket Purchase Agreement (BPA) under GSA's Multiple Award Schedule (MAS) Professional Services Category (FAR 8.4). Call Orders will be hybrid Time and Materials and/or Fixed Price.
  • Estimated Value: $41,500,000.00 (inclusive of options), not guaranteed.
  • Period of Performance: A 12-month base period with four 12-month option periods, totaling 60 months (May 2025 - May 2030).
  • NAICS Code: 541611 (Administrative Management and General Management Consulting Services) with a $21.5 Million size standard.
  • Product Service Code (PSC): R408 (Program Management/Support Services).
  • Set-Aside: Unrestricted.
  • Eligibility: Firms must hold an active GSA MAS contract under the Professional Services Category. The specific NAICS code is not required on the GSA schedule, but firms must meet the size standard.

Submission & Evaluation

  • Vendor Questions Due: January 16, 2026, 12:00 PM ET.
  • Quotation Due Date: February 13, 2026, 12:00 PM ET.
  • Submission Method: Electronically via email to gregory.crouse@fema.dhs.gov. Files exceeding 10MB must be submitted in parts; hyperlinks are not accepted.
  • Quotation Structure: Two phases. Phase I (Technical Quotation) is limited to 15 pages and addresses Technical Approach and Two Sample Project Scenarios (Attachment C). Phase II (Technical & Business Quotation) has a 30-page limit for technical aspects and no limit for business, covering Staffing Plan & Key Personnel, Corporate Experience, Management Approach, and Price.
  • Evaluation Criteria: Award will be based on the most advantageous proposal to the Government. Non-price factors (Technical Approach, Sample Project Scenarios, Staffing Plan, Corporate Experience, Management Approach) combined are significantly more important than price. A "Low Confidence" rating on any factor will remove the offeror from consideration.
  • Pricing: Offerors must use the provided Attachment D (Pricing Worksheet), detailing labor categories and rates from their GSA Schedule. The latest pricing worksheet indicates a total estimated cost of $970,463.05, with labor costs listed as $0.00 for offerors to populate, and pre-defined travel and ODC costs. Best discounted rates are encouraged.

Key Documents & Context

The solicitation includes attachments such as the Performance Work Statement (PWS), Quality Assurance Surveillance Plan (QASP), Project Scenarios, Pricing Worksheet, and a Solicitation Questions Template. Recent amendments and Q&A clarify personnel experience requirements, labor categories, and submission guidelines. The incumbent contractor is CNA Corporation (BPA #70FA2020A00000001). Supporting documents like FEMA Instructions 107-1-1 and 107-1-2, and the CIP 2022-2026 Implementation Plan, provide critical context on FEMA's continuous improvement processes and strategic objectives, which are highly relevant for bidders.

People

Points of Contact

Gregory CrousePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Feb 3, 2026
Version 1
Solicitation
Posted: Dec 17, 2025
View
FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement | GovScope