Inbound Mail Operations

The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) has a requirement for inbound mail operations support.

Solicitation Summary

The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) has a requirement for inbound mail operations support.

Solicitation in a Nutshell

Item

Details

Agency Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA)
Solicitation Number F2024066680
Status Pre-RFP
Solicitation Date 04/01/2025
Award Date 09/2025 (Estimate)
Contract Ceiling Value $20,000,000
Competition Type Small Bus Set-Aside
Type of Award  IDIQ – Agency Specific
Primary Requirement Operations & Maintenance
Duration Date of award – Oct. 31, 2030
Contract Type  Firm Fixed Price,Indefinite Delivery Indefinite Quantity
No. of Expected Awards N/A
NAICS Code(s):
561431

Private Mail Centers
Size Standard: $19.0 million annual receipts

Place of Performance:
  • Washington, District Of Columbia, United States
Opportunity Website: https://apfs-cloud.dhs.gov/record/66680/public-print/

Background

N/A

Requirements

  • The Contractor shall provide all management, personnel, services, supplies, equipment (except for Government Furnished Equipment described below), and facilities necessary to operate a comprehensive, inbound mail processing operation including the scanning, digitization, translation, uploading of data to FEMA and preparation for archival of FEMA applicant mail and fax/ eCorrespondence image review in accordance with the requirements of this SOW.
  • Inbound applicant mail operations include pickup/receipt of all inbound mail from the United States Postal Service (USPS), UPS, DHL, FedEx, or other commercially provided source.
  • The contractor shall process all mail in accordance with the service levels identified in this SOW [see Section 7, Performance Standards-Timeliness (Service Levels)].
  • The contractor shall be responsible for meeting Service Levels as identified in this SOW. Based on disaster activity, the rate of document arrival and workload volume will vary greatly. Holidays and weekends are considered regular calendar production days as required in order to ensure that Service Levels are met.
  • The Contractor shall perform phase-in activities that ensure their ability to assume full performance on or before the end of the phase-in period. The phase-in shall include actions to minimize disruption and start-up requirements. The phase-in actions shall consider recruiting, hiring, training, security requirements, and any other special considerations.
  • The Contractor shall be fully operational, including facilities, equipment, information technology, training, personnel and requisite supplies within ninety (90) calendar days from date of contract award.
  • All contractor facilities and employees dedicated to FEMA contract obligations must be located within the continental United States (CONUS).
  • Inbound correspondence from disaster applicants in geographical area(s) covered by each Presidential Declaration is mailed to the FEMA facility in Hyattsville, Maryland for pickup by the contractor. Note: Phase-in activities and/or transition period is not applicable to incumbent contractor.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.