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) is soliciting quotes for Transportable Temporary Housing Unit (TTHU) Bath and Shower Items. This requirement supports FEMA’s mission to provide direct housing assistance to disaster survivors with disabilities by maintaining a ready stock of ADA-compliant plumbing fixtures. This is a Total Small Business Set-Aside intended to establish up to three Blanket Purchase Agreements (BPAs). Quotes are due March 4, 2026.
Scope of Work
The contractor shall furnish all materials and resources to provide specific bath and shower items, including:
- Roll-In Showers: Model Number 5LBS6030E75B or equal.
- Water Stopper Kits: T-shaped kits.
- Safety/Grab Bars: Various lengths (12", 18", 24", and 48").
- Padded Shower Seats: With legs.
All items must be new, unused, and compliant with ADA, UFAS, and American National Standard A117.1 accessibility requirements. Deliveries are required within 30 calendar days of an order to the FEMA Manufactured Housing Storage Site in Cumberland, MD.
Contract & Timeline
- Type: Multiple-Award Blanket Purchase Agreement (BPA) / Firm Fixed-Price.
- Duration: Five-year ordering period (Base year plus four option years).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: March 4, 2026, by 12:00 PM ET.
- Questions Due: February 17, 2026, by 12:00 PM ET.
Evaluation
FEMA intends to award up to three BPAs using the Highest Technically Rated Offeror with Reasonable Price (HTRO-RP) evaluation method. Submissions must include three volumes: Technical Quote, Past Performance, and Price Quote.
Additional Notes
Items must be delivered in original manufacturer packaging. If a product becomes unavailable during the contract term, the contractor must propose a substitute with written justification for approval by the Contracting Officer’s Representative (COR).