Skip to content
Department of Homeland Security

Disaster Overseas Transportation Support (DOTS) - AS/GU/CNMI

Solicitation: 70FB7026R00000013
Notice ID: 3f7589d5928c4492a2e1edc05172ac1b

Presolicitation from FEDERAL EMERGENCY MANAGEMENT AGENCY • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: AS. Response deadline: Mar 13, 2026. Industry: NAICS 48311 • PSC V115.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$546,655,675
Sector total $546,655,675 • Share 100.0%
Live
Median
$97,181
P10–P90
$33,967$992,402
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($546,655,675)
Deal sizing
$97,181 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Pago Pago, American Samoa • United States
State: AS
Contracting office
Washington, DC • 20472 USA

Point of Contact

Name
Karley Hoyt
Email
karley.hoyt@fema.dhs.gov
Phone
Not available
Name
Jason Rivers
Email
jason.rivers@fema.dhs.gov
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
FEDERAL EMERGENCY MANAGEMENT AGENCY
Subagency
INCIDENT SUPPORT SECTION(ISS70)
Office
Not available
Contracting Office Address
Washington, DC
20472 USA

Description

Disaster Overseas Transportation Support – American Samoa, Commonwealth of the Northern Marina Islands and Guam

The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) has a requirement for Disaster Overseas Transportation Support.  FEMA intends to establish multiple award indefinite-delivery, indefinite-quantity (IDIQ) contract vehicle with a 12-month base period and two (2) 12-month option periods. The specifications are located in the Performance Work Statement (PWS) which is attached.

When the Request for Proposal is released, the method of procurement will be Full and Open Competition, with a Small Business reserve. The NAICS code is 483111 – Deep Sea Freight Transportation. Telephone or emailed requests for this solicitation will not be accepted. The solicitation is anticipated to begin on or about March 6, 2026 and the response date is anticipated to be on or about April 24, 2026. Issuing and closing dates are subject to change.

Prospective offerors must be registered in the System for Award Management (SAM) database prior to award of a contract. Information regarding this registration can be found at https://www.sam.gov . Prospective offerors shall be required to complete Representations and Certifications online at https://www.sam.gov  in response to this requirement. The Government will consider all information from responsible sources that is submitted to the point of contact by the closing date of the solicitation.

Written requests will not be accepted. All responsible sources may submit a proposal which shall be considered by the FEMA Incident Support Branch. The solicitation and any subsequent amendments will be posted to https://www.sam.gov . Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. No telephone or faxed requests will be accepted, and no hard-copy solicitation/amendment will be mailed.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 15, 2026
Executive summary

FEMA (DHS) issued a presolicitation for Disaster Overseas Transportation Support (DOTS) covering American Samoa, Guam, and the Commonwealth of the Northern Mariana Islands under PSC V115 and NAICS 48311/483111 (Deep Sea Freight Transportation). FEMA intends to establish a multiple-award IDIQ with a 12-month base period and two 12-month option periods, with requirements detailed in an attached Performance Work Statement (PWS). The procurement is planned as full and open competition with a Small Business reserve when the RFP is released, and all solicitation documents/amendments will be posted to SAM.gov only (no telephone/email requests accepted). Offerors must be active in SAM and complete online Representations & Certifications prior to award; the presolicitation indicates an anticipated solicitation start around March 6, 2026 and an anticipated response date around April 24, 2026 (dates subject to change).

What the buyer is trying to do

Establish a FEMA-managed, multiple-award IDIQ vehicle for deep-sea freight transportation support for disaster operations in American Samoa, Guam, and CNMI, using task/delivery orders under DOTS as defined by the attached PWS.

Work breakdown
  • Review the attached PWS (DOTS – AS/GU/CNMI) and map required transportation capabilities to your fleet/partner capacity.
  • Confirm ability to provide deep-sea freight transportation services aligned to NAICS 483111 and PSC V115 for routes supporting American Samoa, Guam, and CNMI disaster logistics.
  • Prepare for an IDIQ multi-award proposal structure (base + two option years) including ordering approach, surge/response posture, and operational controls as required by the PWS.
  • Ensure SAM registration is active and complete SAM.gov online Representations & Certifications in advance of proposal submission.
  • Monitor SAM.gov for RFP release and amendments; download solicitation package directly (government will not mail hard copies).
Response package checklist
  • Download and review the PWS attachment from the SAM.gov resource link.
  • Confirm proposal instructions/volumes and required forms once the RFP is posted on SAM.gov (including any pricing schedule and technical response structure).
  • Evidence of active SAM registration and completed SAM.gov Representations & Certifications.
  • IDIQ-ready technical narrative demonstrating ability to execute DOTS requirements for AS/GU/CNMI per the PWS.
  • Past performance references relevant to deep-sea freight transportation and disaster/expedited logistics (as requested in the RFP).
  • A compliance matrix mapping proposal content to PWS requirements and solicitation instructions (once released).
Suggested keywords
Disaster Overseas Transportation SupportDOTSAmerican SamoaGuamCommonwealth of the Northern Mariana IslandsCNMIFEMA Incident Support BranchIDIQ multiple awardDeep Sea Freight TransportationNAICS 483111PSC V115SAM.gov solicitation 70FB7026R00000013
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Performance Work Statement (PWS) content details (specific deliverables, service levels, and operational requirements).
  • Final RFP release date and actual proposal due date (presolicitation dates are only anticipated and subject to change).
  • Place of performance details/port locations and any lane/service frequency expectations (if not fully specified outside the PWS).
  • Evaluation criteria and proposal volume/format requirements (not provided in the presolicitation text).
  • Ordering/CLIN and pricing structure (not provided in the presolicitation text).
  • Any minimum qualification thresholds (fleet size, capacity, certifications) to be confirmed in the RFP/PWS.
  • Small Business reserve eligibility specifics (how it will be applied/defined in the RFP).

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.