FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Severe Storms - DR-4847-CTM
PERMANENT HOUSING CONSTRUCTION – REPLACEMENT
REQUEST FOR INFORMATION
This Request for Information (RFI) is issued in accordance with Federal Acquisition Regulations (FAR) 15.201(d) & (e). This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary and is subject to change if, and when, a solicitation is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a competitive solicitation is released, it may be synopsized on the System for Award Management (SAM.gov) website. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI, or future solicitations.
BACKGROUND
FEMA provides direct housing assistance through Permanent Housing Construction – Replacement which provides a long-term permanent housing solutions for eligible applicants. Permanent Housing Construction refers to the process of building/purchasing the applicant’s primary residence to meet long-term occupancy standards, including compliance with local building codes and permanent utility connections. FEMA may purchase and install manufactured housing units or mobile homes as the applicant’s long-term residence, either to replace a destroyed home or as part of a permanent housing construction project.
Site preparation is also a critical part of the installation process and may include, but is not limited to:
- Removal of existing housing unit from the property with proper transport and disposal
- Grading
- Soil compaction
- Installation of foundation systems (concrete, or piers [Concrete Masonry Unit {CMU} or steel])
- Anchoring systems
- Skirting
- Utility connections (water, sewer, electric, propane), and
- Compliance with floodplain or other environmental compliance requirements
Vendors should address their ability to directly provide or subcontract out parts of the requirements in the DRAFT Statement of Work attached to this RFI (Attachment 1), such as, provide the housing unit, debris removal, site preparation, home set up, and utility connections in accordance with applicable tribal or local codes.
FEMA seeks information from industry partners to identify current manufacturing capabilities, delivery timelines, debris removal, site preparation options, utility connections, pricing ranges, and compliance with applicable standards for purchasing manufactured homes to support the DR-4847-Crow Tribe of Montana(CTM) Permanent Housing Construction – Replacement initiatives.
PROJECT SCOPE/REQUESTED INFORMATION
FEMA is seeking certified manufactured home vendors to provide information to support the purchase, delivery, and installation of new manufactured housing units / mobile homes, with site preparations for the Apsáalooke Nation (Crow) Reservation of Montana.
This RFI provides an opportunity for parties who own manufactured homes and companies who perform site preparations for manufactured homes that potentially qualify for participation in PHC-Replacement mission to express interest. If you are a manufactured home dealer and a company who specializes in site preparations for manufactured homes and are interested in this program, please respond with your capabilities, capacity, pricing, and past performance to provide these types of turnkey furnished residential houses.
The prime Contractor will be responsible for manufacturing, delivery to home site, debris removal, damaged dwelling removal, site preparation, installation, correct any new home defects, utilities connections, and coordinate the final inspection with FEMA personnel for acceptance of the functional U.S. Department of Housing and Urban Development (HUD) certified home. If the prime Contractor requires the Subcontracting of any of these requirements for work on the Crow reservation of Montana, the prime Contractor shall comply with all applicable Crow Tribe laws, regulations, and policies. For example, the Tribal Employment Rights regulation of the Crow Tribe requires Indian preference (or tribal preference where allowed) in employment by all employers subject to the Crow Nation Workforce Protection Act (Crow WPA) (For Subcontractors), and preference in Subcontracting to Indian-certified firms by all contract-awarding entities operating on lands over which the Crow Tribe has jurisdiction. A list of the Tribal Employment Rights Office of the Crow Tribe (TERO) approved Contractors is attached to this Request for Information announcement (Attachment 2). Other TERO requirements apply such as registering with the TERO, submitting a Compliance Plan, a 4% project fee based on monthly FEMA Construction Progress payments, Crow Monitors during any ground disturbance, and $200 per non-Indian worker permit fee. The TERO approved Contractors can be found in Attachment 2.
Vendors will use the following details as guidance for completing the submission of the Capability Package section below:
- Name of business/company, location of business, phone number or contact information, Montana business license number, facility location where houses are manufactured, and current available inventory, to include ADA/UFAS units.
- All applicable NAICS codes
- Unit Specifications
- Total number of manufactured homes available
- Size and floor plan options, and elevations for 1-, 2-, 3-, 4+ bedroom models
- Square footage ranges
- Number of available Americans with Disabilities Act (ADA)/Uniform Federal Accessibility Standards (UFAS) compliant units, to include ramps
- Interior finishes, HVAC, plumbing, and electrical systems
- Units require propane-fueled manufactured housing units and equipment, i.e., hot water heater, HVAC system, oven connections, etc.
- Fully equipped and potentially fully furnished to include: propane HVAC units, propane hot water heaters, full kitchen appliance package, tables, chairs, range, range hood and vent fan, refrigerator, couch, beds, and cabinets.
- Include at a minimum, a one-year warranty for both structural and workmanship
- Manufacturers/vendors must complete the haul and install of the unit, including obtaining the required permits
- Contractors must be registered in System for Award Management (SAM), SAM.gov
- Identify any Contractor Team Arrangements (See FAR Subpart 9.6), or joint venture (See FAR Part 19) in place, anticipated, or proposed, e.g., each party to the joint venture qualifies as small under the size standard for the solicitation, or the protégé is small under the size standard for the solicitation in a joint venture comprised of a mentor and protégé with an approved mentor-protégé agreement under the SBA mentor-protégé program.
- Construction Standards
- Compliance with HUD standards for Manufactured Housing (24 CFR Part 3280)
- Wind Zone ratings and other hazard resistant features
- Delivery, Installation, Debris removal, Site Preparation, Set up
- Lead times for production and delivery
- Transport capabilities to various areas on the Crow Reservation
- Installation, anchoring, and utility connection services
- Site preparation services, including debris removal, damaged housing removal, site grading, foundation installation, utility connections, and code compliance
- Warranty and Support
- Manufacturers and service warranties for housing unit, and equipment
- Maintenance support and parts availability
- Cost Estimates
- Unit cost ranges by size and bedroom count, to include ADA/UFAS units
- Price to haul and install housing units to Crow reservation
- Available units or production capabilities
- Delivery to home site, and installation pricing options
- Equipment, Furniture and appliance packages available and pricing
VENDOR REQUIREMENTS
FEMA is seeking certified manufactured home dealers in the surrounding areas of the Crow Reservation of Montana.
Vendors should be able to demonstrate the following:
- Manufactured home dealer’s license issued by the Montana Department of Justice.
- A minimum bond in the amount of $50,000 to demonstrate financial responsibility,
- Maintain a business location which is a permanent non-residential building where sales are made, records are kept, and a lot where a minimum of two double-wide units can be displayed.
- A display sign stating the name of the business and indicating that manufactured homes are offered for sale, trade, or consignment.
FEMA is seeking manufactured home vendors and contractors to complete the site preparation, in compliance with tribal and local building codes, and perform utility connections to permanently house FEMA applicants.
SUBMISSION OF CAPABILITY PACKAGES INSTRUCTIONS
Interested manufactured home dealers and site preparation contractors shall submit a brief capabilities statement package via e-mail to the e-mail address below. There is no page limitation on your submission. Respondents shall also provide a cover page with their property/company name, Unique Entity Identifier SAM.gov UEI, web address, business address, point of contacts, telephone number, e-mail addresses, size of your organization, and, if applicable, the small business socioeconomic category.
This documentation should address, at a minimum, the following to demonstrate the vendor's capability to perform the requirements:
(1) The manufacturer’s/vendor's technical capability to deliver the aforementioned housing units and services within the specified timeframe; and
(2) Pricing and Past experience with similar requirements along with the contract type/pricing methodology; and
(3) The vendor's ability to manage, as prime, the types and magnitude of housing units and services required.
Please provide additional information you deem relevant to respond to the specifics of this RFI. The Government is not requesting any proprietary information to be submitted, nor shall it be liable for any consequential damages for proprietary information included. Any information submitted to the RFI (e.g., capability statement, feedback on the draft Statement of Work, etc.) is subject to disclosure under the Freedom of Information Act, 5 USC 552 (a). All submissions will not be returned.
The applicable NAICS codes identified are (but not limited to): 238990, All Other Specialty Trade Contractors, 321991, Manufactured Home (Mobile Home) Manufacturing, 321992, Prefabricated Wood Building Manufacturing. and 459930 – Manufactured (Mobile) Home Dealers.
RESPONSE DEADLINE: RFI responses and comments are due as soon as possible but NLT, September 9, 2025, by 5:00 PM MT, via e-mail to the POC listed below. The e-mail subject line shall read: RFI Number Response: PHC – Replacement DR-4847-CTM
POINTS OF CONTACT: E-mail: FEMA-DR4847-CTM-PHC@fema.dhs.gov. Phone calls will not be accepted or returned.
All responses received and questions answered will be considered as part of the Market Research for this requirement in accordance with FAR 10.001(a)(3).
SMALL BUSINESS CONCERNS: Local small businesses and Small Business concerns are encouraged to provide responses to this RFI to assist in determining competition determination.
ATTACHMENTS: Attachment 1, Draft Statement of Work (SOW), and Attachment 2, Crow Nation TERO Approved Contractors (Indian Contractors)