Transportable Temporary Housing Unit Bath and Shower Items
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, is soliciting proposals for Transportable Temporary Housing Unit (TTHU) Bath and Shower Items. This Total Small Business Set-Aside opportunity aims to procure essential household items to support displaced individuals with disabilities in TTHUs, ensuring FEMA maintains a ready stock. Quotes are due by March 4, 2026, at 5:00 PM ET.
Scope of Work
The contractor will furnish all materials, supplies, equipment, and resources to provide standard household bath and shower items. Key items include Roll-In Showers (Model 5LBS6030E75B or equal), T-shaped Water Stopper Kits, Safety/Grab bars (12", 18", 24", 48"), and Padded Shower Seats with Legs. All items must be new, unused, delivered in original packaging, and comply with American National Standard A117.1, Uniform Federal Accessibility Standards (UFAS), Americans with Disabilities Act (ADA), and 16 CFR Chapter II Subpart Consumer Product Safety Act. Delivery is required within 30 calendar days of order to the FEMA Manufactured Housing Storage Site (MHSS) in Cumberland, MD 21502.
Contract & Timeline
- Contract Type: Multiple Award Blanket Purchase Agreement (BPA), Firm Fixed Price.
- Ordering Period: Five (5) years from award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 332913 - Plumbing Fixture Fitting and Trim Manufacturing.
- Questions Due: February 17, 2026, 12:00 p.m. ET.
- Quotes Due: March 4, 2026, 5:00 p.m. ET.
- Published Date: February 20, 2026 (Amendment 1).
Submission & Evaluation
Offers must be submitted electronically in three volumes: Technical Quote, Past Performance, and Price Quote, with applicable page limitations. The government intends to award up to three BPAs based on the Highest Technically Rated Offeror with Reasonable Price (HTRO-RP) evaluation, considering technical capability, past performance, and price. A Past Performance Questionnaire is provided for reference.
Additional Notes
Amendment 1 clarifies that there is no incumbent contractor for this requirement, though a previous purchase order (70FB8025P00000017) for similar items had a total value of $99,453.48. The solicitation incorporates numerous Federal Acquisition Regulation (FAR) clauses, including requirements for SAM registration, Buy American Act compliance, and restrictions on AI language. The maximum dollar limitation for each individual purchase under the BPA is $118,886.58.