FEMA NTED Task Order for Support Services 70FA2026Q00000010

SOL #: FEMA_NTED_TaskOrder_Support-Services_70FA2026Q00000010Solicitation

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

Training/Curriculum Development (U008)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 3, 2026
2
Last Updated
Apr 3, 2026
3
Submission Deadline
Apr 10, 2026, 4:00 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 Federal Emergency Management Agency (FEMA), National Training and Education Division (NTED), is soliciting proposals for Training Partners Program (TPP) Support Services under Task Order Request for Proposal (TOPR) 70FA2026Q00000010. This is a 100% Total Small Business Set-Aside under GSA's Multiple Award Schedule (MAS) Professional Services Category. The requirement is for logistical, managerial, administrative, and consultative support to ensure high-quality training development and delivery. Proposals are due April 10, 2026, at 12:00 PM ET.

Opportunity Overview

FEMA's NTED seeks support for its Training Partners Program (TPP). The services aim to enhance the review of all-hazards curricula, audit training delivery, and facilitate Review Boards for DHS/FEMA/NPD/NTED/TPP sponsored training. The objective is to maintain consistently high-quality training standards. The incumbent for these services is Acclaro Research Solutions, Incorporated, with a previous contract valued at over $6 million over five years.

Scope of Work

Key services include:

  • Course Review & Certification: Logistical and administrative support for onsite, online, and re-certification reviews of course content and materials by Independent Third-Party Subject Matter Experts (SMEs).
  • Audits & Assessments: Instructor audits, National Incident Management System (NIMS) reviews for consistency, and Section 508 compliance testing with remediation plans.
  • Consulting & Support: Grant application review consulting and logistics support, and general consulting services to improve course review processes.
  • Deliverables: Development of a Business Continuity Plan (BCP), Monthly Progress Reports, Annual Reports, Final Contract Reports, and Ad Hoc Reports.

Contract Details

  • Contract Type: Time and Materials (T&M) Task Order.
  • Estimated Value: Between $2,000,000.00 and $5,000,000.00 (inclusive of options).
  • Period of Performance: A 12-month base period (September 14, 2026 – September 13, 2027) and four 12-month option periods, totaling up to 60 months (ending September 13, 2031).
  • Place of Performance: Primarily remote/hybrid, with onsite presence required only as dictated by specific tasking.
  • Travel: A Not-to-Exceed (NTE) amount of $200,000 for reimbursable travel is allocated per period.

Eligibility & Submission

  • Set-Aside: 100% Total Small Business Set-Aside.
  • NAICS Code: 541611 (Management Consulting Services), with a size standard of $21.5M.
  • Requirement: Offerors must hold an active GSA Multiple Award Schedule (MAS) contract under the Professional Services Category.
  • Quotation Submission: A two-part quotation is required: Phase I (Technical) and Phase II (Technical and Business).
  • Evaluation Factors: Proposals will be evaluated on Technical Approach, Staffing Plan and Key Personnel (including a DHS Section 508 Trusted Tester and Senior Advisor with 8 years of experience), Corporate Experience, Management Approach, and Price. Non-price factors are significantly more important than price. Past performance must be within the last five years.
  • Due Date: April 10, 2026, at 12:00 PM ET.

Key Clarifications

An amendment provides responses to questions, confirming the proposal due date, the correct Statement of Work (SOW) version (03/05/2025), and details on key personnel requirements and labor categories. Offerors may propose up to four unique labor categories.

People

Points of Contact

Gregory CrousePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Apr 3, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 2, 2026
Version 2
Solicitation
Posted: Mar 3, 2026
View
Version 1
Solicitation
Posted: Mar 3, 2026
View