HomeMy WebLinkAboutBack-Up DocumentsAward Letter
U.S. Department of Homeland Security
Washington, D.C. 20472
Effective date: 09/26/2025
FEMA
Miroslava Musser
CITY OF MIAMI
444 SW 2ND AVENUE 5TH FLOOR - GRANTS ADMINISTRATION
MIAMI, FL 33130
EMW-2025-CA-05015
Dear Miroslava Musser,
Congratulations on behalf of the Department of Homeland Security, your application submitted for the
Fiscal Year (FY) 2025 National Urban Search & Rescue (US&R) Response System Readiness
Cooperative Agreement, has been approved in the amount of $1,440,311.00 in Federal funding. This
award of federal assistance is executed as a Cooperative Agreement.
Before you request and receive any of the Federal funds awarded to you, you must establish
acceptance of the award through the FEMA Grants Outcomes (FEMA GO) system. By accepting this
award, you acknowledge that the terms of the following documents are incorporated into the terms of
your award:
• Award Summary - included in this document
• Agreement Articles - included in this document
• Obligating Document - included in this document
• FY 2025 National Urban Search & Rescue (US&R) Response System Readiness Cooperative
Agreement Notice of Funding Opportunity
Please make sure you read, understand, and maintain a copy of these documents in your official file for
this award.
Sincerely,
Stacey Street
Deputy Assistant Administrator
Grants Program Directorate
Award Summary
Program: Fiscal Year 2025 Urban Search and Rescue
Recipient: CITY OF MIAMI
UEI-EFT: KJT5RFPMWTK5
Award number: EMW-2025-CA-05015
Summary description of award
The purpose of this award is to provide funding to ensure the sustainment and readiness of the 28 task
forces that make up the National Urban Search and Rescue (US&R) Response System (the System).
Amount awarded table
The amount of the award is detailed in the attached Obligating Document for Award.
The following are the budgeted estimates for object classes for this award (including Federal share plus
your cost share, if applicable):
Object Class Total
Personnel $1,031,819.00
Fringe benefits $30,415.00
$81,900.00
Travel
Equipment
Supplies
Contractual
Construction
Other
$124,905.00
$5,036.00
$166,236.00
$0.00
$0.00
Indirect charges $0.00
Federal $1,440,311.00
Non-federal
Total
Program Income
$0.00
$1,440,311.00
$0.00
Approved scope of work
After review of your application, FEMA has approved the below scope of work. Justifications are
provided for any differences between the scope of work in the original application and the approved
scope of work under this award. You must submit scope or budget revision requests for FEMA's prior
approval, via an amendment request, as appropriate per 2 C.F.R. § 200.308 and the FY2025 US&R
NOFO.
Approved request details:
Project
Personnel
DESCRIPTION
Administration and Management - Personnel
Cost 1
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
1 $1,031,819.00 $1,031,819.00 Personnel
Fringe benefits
DESCRIPTION
Administration and Management - Fringe Benefits
Cost 1
Travel
DESCRIPTION
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
1 $30,415.00 $30,415.00 Fringe benefits
Administration and Management - Travel
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
Cost 1 1 $71,400.00 $71,400.00 Travel
Supplies
DESCRIPTION
Administration and Management - Supplies
Cost 1
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
1 $5,036.00 $5,036.00 Supplies
Contractual
DESCRIPTION
Administration and Management - Contractual
Cost 1
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
1 $89,640.00 $89,640.00 Contractual
Project
Travel
DESCRIPTION
Training - Travel
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
Cost 1 1 $10,500.00 $10,500.00 Travel
Project
Equipment
DESCRIPTION
Equipment - Equipment
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
Cost 1 1 $105,714.00 $105,714.00 Equipment
Project
Equipment
DESCRIPTION
Storage and Maintenance - Equipment
Cost 1
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
1 $19,191.00 $19,191.00 Equipment
Contractual
DESCRIPTION
Storage and Maintenance - Contractual
QUANTITY UNIT PRICE TOTAL BUDGET
CLASS
Cost 1 1 $76,596.00 $76,596.00 Contractual
Agreement Articles
Program: Fiscal Year 2025 Urban Search and Rescue
Recipient: CITY OF MIAMI
UEI-EFT: KJT5RFPMWTK5
Award number: EMW-2025-CA-05015
Table of contents
Article Assurance, Administrative Requirements, Cost Principles, Representations, and
1 Certifications
Article General Acknowledgements and Assurances
2
Article Acknowledgement of Federal Funding from DHS
3
Article Activities Conducted Abroad
4
Article Age Discrimination Act of 1975
5
Article Americans with Disabilities Act of 1990
6
Article Best Practices for Collection and Use of Personally Identifiable Information
7
Article CHIPS and Science Act of 2022, Public Law 117-167 CHIPS
8
Article Civil Rights Act of 1964 — Title VI
9
Article Civil Rights Act of 1968
10
Article Communication and Cooperation with the Department of Homeland Security and
11 Immigration Officials
Article Copyright
12
Article Debarment and Suspension
13
Article Drug -Free Workplace Regulations
14
Article Duplicative Costs
15
Article Education Amendments of 1972 (Equal Opportunity in Education Act) — Title IX
16
Article Energy Policy and Conservation Act
17
Article Equal Treatment of Faith -Based Organizations
18
Article Anti -Discrimination
19
Article False Claims Act and Program Fraud Civil Remedies
20
Article Federal Debt Status
21
Article Federal Leadership on Reducing Text Messaging while Driving
22
Article Fly America Act of 1974
23
Article Hotel and Motel Fire Safety Act of 1990
24
Article John S. McCain National Defense Authorization Act of Fiscal Year 2019
25
Article Limited English Proficiency (Civil Rights Act of 1964, Title VI)
26
Article Lobbying Prohibitions
27
Article National Environmental Policy Act
28
Article National Security Presidential Memorandum-33 (NSPM-33) and provisions of the
29 CHIPS and Science Act of 2022, Pub. L. 117-167, Section 10254
Article Non -Supplanting Requirement
30
Article Notice of Funding Opportunity Requirements
31
Article Patents and Intellectual Property Rights
32
Article Presidential Executive Orders
33
Article Procurement of Recovered Materials
34
Article Rehabilitation Act of 1973
35
Article Reporting Recipient Integrity and Performance Matters
36
Article Reporting Subawards and Executive Compensation
37
Article Required Use of American Iron, Steel, Manufactured Products, and Construction
38 Materials
Article SAFECOM
39
Article Subrecipient Monitoring and Management
40
Article System for Award Management and Unique Entity Identifier Requirements
41
Article Termination of a Federal Award
42
Article Terrorist Financing
43
Article Trafficking Victims Protection Act of 2000(TVPA)
44
Article Uniting and Strengthening America by Providing Appropriate Tools Required to
45 Intercept and Obstruct Terrorism (USA PATRIOT) Act of 2001, Pub. L. 107-56
Article Use of DHS Seal, Logo and Flags
46
Article Whistleblower Protection Act
47
Article Environmental Planning and Historic Preservation (EHP) Review
48
Article Applicability of DHS Standard Terms and Conditions to Tribal Nations
49
Article Acceptance of Post Award Changes
50
Article Disposition of Equipment Acquired Under the Federal Award
51
Article Prior Approval for Modification of Approved Budget
52
Article Indirect Cost Rate
53
Article Build America, Buy America Act (BABAA) Required Contract Provision & Self-
54 Certification
Article Program Income
55
Article Warehouse Leases
56
Article Cooperative Agreement
57
Article Renovation and Modification Costs
58
Article Performance Goals
59
Article Non -Applicability of Specific Agreement Articles
60
Article 1
Article 2
Article 3
Article 4
Article 5
Assurance, Administrative Requirements, Cost Principles,
Representations, and Certifications
I. Recipients must complete either the Office of Management and Budget (OMB)
Standard Form 424B Assurances - Non- Construction Programs, or OMB
Standard Form 424D Assurances - Construction Programs, as applicable. Certain
assurances in these documents may not be applicable to your program and the
DHS financial assistance office (DHS FAO) may require applicants to certify
additional assurances. Applicants are required to fill out the assurances, as
instructed.
General Acknowledgements and Assurances
Recipients are required to follow the applicable provisions of the Uniform
Administrative Requirements, Cost Principles, and Audit Requirements for Federal
Awards in effect as of the federal award date and located in Title 2, Code of
Federal Regulations, Part 200 and adopted by DHS at 2 C.F.R. § 3002.10. All
recipients and subrecipients must acknowledge and agree to provide DHS access
to records, accounts, documents, information, facilities, and staff pursuant to 2
C.F.R. § 200.337. I. Recipients must cooperate with any DHS compliance reviews
or compliance investigations. II. Recipients must give DHS access to examine and
copy records, accounts, and other documents and sources of information related to
the federal award and permit access to facilities and personnel. III. Recipients must
submit timely, complete, and accurate reports to the appropriate DHS officials and
maintain appropriate backup documentation to support the reports. IV. Recipients
must comply with all other special reporting, data collection, and evaluation
requirements required by law, federal regulation, Notice of Funding Opportunity,
federal award specific terms and conditions, and/or DHS Component program
guidance. Organization costs related to data and evaluation are allowable. The
definition of data and evaluation costs is in 2 C.F.R. § 200.455(c), the full text of
which is incorporated by reference. V. Recipients must complete DHS Form 3095
within 60 days of receipt of the Notice of Award for the first award under which this
term applies. For further instructions and to access the form, please visit:
https://www.dhs.gov/civil-rightsresources-recipients-dhs-financial-assistance.
Acknowledgement of Federal Funding from DHS
Recipients must acknowledge their use of federal award funding when issuing
statements, press releases, requests for proposal, bid invitations, and other
documents describing projects or programs funded in whole or in part with federal
award funds.
Activities Conducted Abroad
Recipients must coordinate with appropriate government authorities when
performing project activities outside the United States obtain all appropriate
licenses, permits, or approvals.
Age Discrimination Act of 1975
Recipients must comply with the requirements of the Age Discrimination Act of
1975, Pub. L. No. 94-135 (codified as amended at Title 42, U.S. Code § 6101 et
seq.), which prohibits discrimination on the basis of age in any program or activity
receiving federal financial assistance.
Article 6
Article 7
Americans with Disabilities Act of 1990
Recipients must comply with the requirements of Titles I, II, and III of the
Americans with Disabilities Act, Pub. L. No. 101-336 (1990) (codified as amended
at 42 U.S.C. §§ 12101- 12213), which prohibits recipients from discriminating on
the basis of disability in the operation of public entities, public and private
transportation systems, places of public accommodation, and certain testing
entities.
Best Practices for Collection and Use of Personally Identifiable
Information
(1) Recipients who collect personally identifiable information (PII) as part of
carrying out the scope of work under a federal award are required to have a
publicly available privacy policy that describes standards on the usage and
maintenance of the PII they collect. (2) Definition. DHS defines "PII" as any
information that permits the identity of an individual to be directly or indirectly
inferred, including any information that is linked or linkable to that individual.
Recipients may also find the DHS Privacy Impact Assessments: Privacy Guidance
and Privacy Template as useful resources respectively.
Article 8
Article 9
CHIPS and Science Act of 2022, Public Law 117-167 CHIPS
(1) Recipients of DHS research and development (R&D) awards must report to the
DHS Component research program office any finding or determination of sex based
and sexual harassment and/or an administrative or disciplinary action taken
against principal investigators or co -investigators to be completed by an authorized
organizational representative (AOR) at the recipient institution. (2) Notification. An
AOR must disclose the following information to agencies within 10 days of the
date/the finding is made, or 10 days from when a recipient imposes an
administrative action on the reported individual, whichever is sooner. Reports
should include: (a) Award number, (b) Name of PI or Co -PI being reported, (c)
Awardee name, (d) Awardee address, (e) AOR name, title, phone, and email
address, (f) Indication of the report type: (i) Finding or determination has been
made that the reported individual violated awardee policies or codes of conduct,
statutes, or regulations related to sexual harassment, sexual assault, or other forms
of harassment, including the date that the finding was made. (ii) Imposition of an
administrative or disciplinary action by the recipient on the reporting individual
related to a finding/determination or an investigation of an alleged violation of
recipient policy or codes of conduct, statutes, or regulations, or other forms of
harassment. (iii) The date and nature of the administrative/disciplinary action,
including a basic explanation or description of the event, which should not disclose
personally identifiable information regarding any complaints or individuals involved.
Any description provided must be consistent with the Family Educational Rights in
Privacy Act. (3) Definitions. (a) An "authorized organizational representative
(AOR)" is an administrative official who, on behalf of the proposing institution, is
empowered to make certifications and representations and can commit the
institution to the conduct of a project that an agency is being asked to support as
well as adhere to various agency policies and award requirements. (b) "Principal
investigators and co -principal investigators" are award personnel supported by a
grant, cooperative agreement, or contract under Federal law. (c) A "reported
individual" refers to recipient personnel who have been reported to a federal
agency for potential sexual harassment violations. (d) "Sex based harassment"
means a form of sex discrimination and includes harassment based on sex, sex
stereotypes, sex characteristics, pregnancy or related conditions, sexual
orientation, and gender identity. (e) "Sexual harassment" means unwelcome sexual
advances, requests for sexual favors, and other verbal or physical conduct of a
sexual nature when this conduct explicitly or implicitly affects an individual's
employment, unreasonably interferes with an individual's work performance, or
creates an intimidating, hostile, or offensive work environment, whether such
activity is carried out by a supervisor or by a co-worker, volunteer, or contractor.
Civil Rights Act of 1964 — Title VI
Recipients must comply with the requirements of Title VI of the Civil Rights Act of
1964, Pub. L. No. 88-352 (codified as amended at 42 U.S.C. § 2000d et seq.),
which provides that no person in the United States will, on the grounds of race,
color, or national origin, be excluded from participation in, be denied the benefits of,
or be subjected to discrimination under any program or activity receiving federal
financial assistance. DHS implementing regulations for the Act are found at 6
C.F.R. Part 21. Recipients of a federal award from the Federal Emergency
Management Agency (FEMA) must also comply with FEMA's implementing
regulations at 44 C.F.R. Part 7.
Article 10
Article 11
Civil Rights Act of 1968
Recipients must comply with Title VIII of the Civil Rights Act of 1968, Pub. L. No.
90284 (codified as amended at 42 U.S.C. § 3601 et seq.) which prohibits recipients
from discriminating in the sale, rental, financing, and advertising of dwellings, or in
the provision of services in connection. therewith, on the basis of race, color,
national origin, religion, disability, familial status, and sex, as implemented by the
U.S. Department of Housing and Urban Development at 24 C.F.R. Part 100. The
prohibition on disability discrimination includes the requirement that new multifamily
housing with four or more dwelling units— i.e., the public and common use areas
and individual apartment units (all units in buildings with elevators and ground -floor
units in buildings without elevators) —be designed and constructed with certain
accessible features. (See 24 C.F.R. Part 100, Subpart D.)
Communication and Cooperation with the Department of Homeland
Security and Immigration Officials
(1) All recipients and other recipients of funds under this award must agree that
they will comply with the following requirements related to coordination and
cooperation with the Department of Homeland Security and immigration officials:
(a) They must comply with the requirements of 8 U.S.C. §§ 1373 and 1644. These
statutes prohibit restrictions on information sharing by state and local government
entities with DHS regarding the citizenship or immigration status, lawful or unlawful,
of any individual. Additionally, 8 U.S.C. § 1373 prohibits any person or agency from
prohibiting, or in any way restricting, a Federal, State, or local government entity
from doing any of the following with respect to information regarding the
immigration status of any individual: 1) sending such information to, or requesting
or receiving such information from, Federal immigration officials; 2) maintaining
such information; or 3) exchanging such information with any other Federal, State,
or local government entity; (b) They must comply with other relevant laws related to
immigration, including prohibitions on encouraging or inducing an alien to come to,
enter, or reside in the United States in violation of law, 8 U.S.C. § 1324(a)(1)(A)(iv),
prohibitions on transporting or moving illegal aliens, 8 U.S.C. § 1324(a)(1)(A)(ii),
prohibitions on harboring, concealing, or shielding from detection illegal aliens, 8
U.S.C. § 1324(a)(1)(A)(iii), and any applicable conspiracy, aiding or abetting, or
attempt liability regarding these statutes; (c) That they will honor requests for
cooperation, such as participation in joint operations, sharing of information, or
requests for short term detention of an alien pursuant to a valid detainer. A
jurisdiction does not fail to comply with this requirement merely because it lacks the
necessary resources to assist in a particular instance; (d) That they will provide
access to detainees, such as when an immigration officer seeks to interview a
person who might be a removable alien; and (e) That they will not leak or otherwise
publicize the existence of an immigration enforcement operation. (2) The recipient
must certify under penalty of perjury pursuant to 28 U.S.C. § 1746 and using a form
that is acceptable to DHS, that it will comply with the requirements of this term.
Additionally, the recipient agrees that it will require any subrecipients or contractors
to certify in the same manner that they will comply with this term prior to providing
them with any funding under this award. (3) The recipient agrees that compliance
with this term is material to the Government's decision to make or continue with this
award and that the Department of homeland Security may terminate this grant, or
take any other allowable enforcement action, if the recipient fails to comply with this
term.
Article 12 Copyright
Recipients must affix the applicable copyright notices of 17 U.S.C. §§ 401 or 402 to
any work first produced under federal awards and also include an
acknowledgement that the work was produced under a federal award (including
the federal award number and federal awarding agency). As detailed in 2 C.F.R. §
200.315, a federal awarding agency reserves a royalty -free, nonexclusive, and
irrevocable right to reproduce, publish, or otherwise use the work for federal
purposes and to authorize others to do so.
Article 13
Article 14
Article 15
Article 16
Article 17
Debarment and Suspension
Recipients must comply with the non -procurement debarment and suspension
regulations implementing Executive Orders 12549 and 12689 set forth at 2 C.F.R.
Part 180 as implemented by DHS at 2 C.F.R. Part 3000. These regulations prohibit
recipients from entering into covered transactions (such as subawards and
contracts) with certain parties that are debarred, suspended, or otherwise excluded
from or ineligible for participation in federal assistance programs or activities.
Drug -Free Workplace Regulations
Recipients must comply with drug -free workplace requirements in Subpart B (or
Subpart C, if the recipient is an individual) of 2 C.F.R. Part 3001, which adopts the
Government- wide implementation (2 C.F.R. Part 182) of the Drug -Free Workplace
Act of 1988 (41 U.S.C. §§ 8101-8106).
Duplicative Costs
Recipients are prohibited from charging any cost to this federal award that will be
included as a cost or used to meet cost sharing requirements of any other federal
award in either the current or a prior budget period. See 2 C.F.R. § 200.403(f).
However, recipients may shift costs that are allowable under two or more federal
awards where otherwise permitted by federal statutes, regulations, or the federal
award terms and conditions.
Education Amendments of 1972 (Equal Opportunity in Education Act) —
Title IX
Recipients must comply with the requirements of Title IX of the Education
Amendments of 1972, Pub. L. No. 92-318 (codified as amended at 20 U.S.C. §
1681 et seq.), which provide that no person in the United States will, on the basis of
sex, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any educational program or activity receiving federal financial
assistance. DHS implementing regulations are codified at 6 C.F.R. Part 17.
Recipients of a federal award from the Federal Emergency Management Agency
(FEMA) must also comply with FEMA's implementing regulations at 44 C.F.R. Part
19.
Energy Policy and Conservation Act
Recipients must comply with the requirements of the Energy Policy and
Conservation Act, Pub. L. No. 94-163 (1975) (codified as amended at 42 U.S.C. §
6201 et seq.), which contain policies relating to energy efficiency that are defined in
the state energy conservation plan issued in compliance with this Act.
Article 18
Equal Treatment of Faith -Based Organizations
It is DHS policy to ensure the equal treatment of faith -based organizations in social
service programs administered or supported by DHS or its component agencies,
enabling those organizations to participate in providing important social services to
beneficiaries. Recipients must comply with the equal treatment policies and
requirements contained in 6 C.F.R. Part 19 and other applicable statutes,
regulations, and guidance governing the participations of faith -based organizations
in individual DHS programs.
Article 19 Anti -Discrimination
Recipients must comply with all applicable Federal anti -discrimination laws
material to the government's payment decisions for purposes of 31 U.S.C. § 372(b)
(4). (1) Definitions. As used in this clause - (a) DEI means "diversity, equity, and
inclusion." (b) DEIA means "diversity, equity, inclusion, and accessibility." (c)
Discriminatory equity ideology has the meaning set forth in Section 2(b) of
Executive Order 14190 of January 29, 2025. (d) Federal anti -discrimination laws
mean Federal civil rights law that protect individual Americans from discrimination
on the basis of race, color, sex, religion, and national origin. (e) Illegal immigrant
means any alien, as defined in 8 U.S.C. § 1101(a)(3), who has no lawful
immigration status in the United States.(2) Grant award certification. (a) By
accepting the grant award, recipients are certifying that: (i) They do not, and will not
during the term of this financial assistance award, operate any programs that
advance or promote DEI, DEIA, or discriminatory equity ideology in violation of
Federal anti -discrimination laws; and (ii) They do not engage in and will not during
the term of this award engage in, a discriminatory prohibited boycott. (iii) They do
not, and will not during the term of this award, operate any program that benefits
illegal immigrants or incentivizes illegal immigration. (3) DHS reserves the right to
suspend payments in whole or in part and/or terminate financial assistance awards
if the Secretary of Homeland Security or her designee determines that the recipient
has violated any provision of subsection (2). (4) Upon suspension or termination
under subsection (3), all funds received by the recipient shall be deemed to be in
excess of the amount that the recipient is determined to be entitled to under the
Federal award for purposes of 2 C.F.R. § 200.346. As such, all amounts received
will constitute a debt to the Federal Government that may be pursued to the
maximum extent permitted by law.
Article 20
Article 21
False Claims Act and Program Fraud Civil Remedies
Recipients must comply with the requirements of the False Claims Act, 31 U.S.C.
§§ 3729- 3733, which prohibit the submission of false or fraudulent claims for
payment to the Federal Government. (See 31 U.S.C. §§ 3801-3812, which details
the administrative remedies for false claims and statements made.)
Federal Debt Status
All recipients are required to be non -delinquent in their repayment of any federal
debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowances, and benefit overpayments. See OMB Circular A-129.
Article 22
Article 23
Article 24
Article 25
Article 26
Federal Leadership on Reducing Text Messaging while Driving
Recipients are encouraged to adopt and enforce policies that ban text messaging
while driving recipient -owned, recipient -rented, or privately owned vehicles when
on official government business or when performing any work for or on behalf of the
Federal Government. Recipients are also encouraged to conduct the initiatives of
the type described in Section 3(a) of Executive Order 13513.
Fly America Act of 1974
Recipients must comply with Preference for U.S. Flag Air Carriers (a list of certified
air carriers can be found at: Certificated Air Carriers List I US Department of
Transportation, https://www.transportation.gov/policy/aviation-policy/certificated-
aircarriers-list)for international air transportation of people and property to the
extent that such service is available, in accordance with the International Air
Transportation Fair Competitive Practices Act of 1974, 49 U.S.C. § 40118, and the
interpretative guidelines issued by the Comptroller General of the United States in
the March 31, 1981, amendment to Comptroller General Decision B-138942.
Hotel and Motel Fire Safety Act of 1990
Recipients must ensure that all conference, meeting, convention, or training space
funded entirely or in part by federal award funds complies with the fire prevention
and control guidelines of Section 6 of the Hotel and Motel Fire Safety Act of 1990,
15 U.S.C. § 2225a.
John S. McCain National Defense Authorization Act of Fiscal Year 2019
Recipients, subrecipients, and their contractors and subcontractors are subject to
the prohibitions described in section 889 of the John S. McCain National Defense
Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232 (2018) and 2 C.F.R.
§§ 200.216, 200.327, 200.471, and Appendix II to 2 C.F.R. Part 200. The statute -
as it applies to DHS recipients, subrecipients, and their contractors and
subcontractors - prohibits obligating or expending federal award funds on certain
telecommunications and video surveillance products and contracting with certain
entities for national security reasons.
Limited English Proficiency (Civil Rights Act of 1964, Title VI)
Recipients must comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. §
2000d et seq.) prohibition against discrimination on the basis of national origin,
which requires that recipients of federal financial assistance take reasonable steps
to provide meaningful access to persons with limited English proficiency (LEP) to
their programs and services. For additional assistance and information regarding
language access obligations, please refer to the DHS Recipient Guidance:
https://www.dhs.gov/guidance-published-help- department-supported-
organizationsprovide-meaningful-access-people-limited and additional resources
on http://www.lep.gov.
Article 27
Article 28
Article 29
Article 30
Article 31
Lobbying Prohibitions
Recipients must comply with 31 U.S.C. § 1352 and 6 C.F.R. Part 9, which provide
that none of the funds provided under a federal award may be expended by the
recipient to pay any person to influence, or attempt to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with any federal
action related to a federal award or contract, including any extension, continuation,
renewal, amendment, or modification. Per 6 C.F.R. Part 9, recipients must file a
lobbying certification form as described in Appendix A to 6 C.F.R. Part 9 or
available on Grants.gov as the Grants.gov Lobbying Form and file a lobbying
disclosure form as described in Appendix B to 6 C.F.R. Part 9 or available on
Grants.gov as the Disclosure of Lobbying Activities (SF-LLL).
National Environmental Policy Act
Recipients must comply with the requirements of the National Environmental Policy
Act of 1969, Pub. L. No. 91-190 (1970) (codified as amended at 42 U.S.C. § 4321
et seq.) (NEPA) and the Council on Environmental Quality (CEQ) Regulations for
Implementing the Procedural Provisions of NEPA, which require recipients to use
all practicable means within their authority, and consistent with other essential
considerations of national policy, to create and maintain conditions under which
people and nature can exist in productive harmony and fulfill the social, economic,
and other needs of present and future generations of Americans.
National Security Presidential Memorandum-33 (NSPM-33) and provisions
of the CHIPS and Science Act of 2022, Pub. L. 117-167, Section 10254
(1) Recipient research institutions ("covered institutions") must comply with the
requirements in NSPM-33 and provisions of Pub. L.117-167, Section 10254
(codified at 42 U.S.C. § 18951) certifying that the institution has established and
operates a research security program that includes elements relating to: (a)
cybersecurity; (b) foreign travel security; (c) research security training; and (d)
export control training, as appropriate. (2) Definition. "Covered institutions" means
recipient research institutions receiving federal Research and Development (R&D)
science and engineering support "in excess of $50 million per year."
Non -Supplanting Requirement
Recipients of federal awards under programs that prohibit supplanting by law must
ensure that federal funds supplement but do not supplant non-federal funds that, in
the absence of such federal funds, would otherwise have been made available for
the same purpose.
Notice of Funding Opportunity Requirements
All the instructions, guidance, limitations, scope of work, and other conditions set
forth in the Notice of Funding Opportunity (NOFO) for this federal award are
incorporated by reference. All recipients must comply with any such requirements
set forth in the NOFO. If a condition of the NOFO is inconsistent with these terms
and conditions and any such terms of the federal award, the condition in the NOFO
shall be invalid to the extent of the inconsistency. The remainder of that condition
and all other conditions set forth in the NOFO shall remain in effect.
Article 32
Article 33
Article 34
Article 35
Article 36
Article 37
Patents and Intellectual Property Rights
Recipients are subject to the Bayh-Dole Act, 35 U.S.C. § 200 et seq. and
applicable regulations governing inventions and patents, including the regulations
issued by the Department of Commerce at 37 C.F.R. Part 401 (Rights to Inventions
Made by Nonprofit Organizations and Small Business Firms under Government
Awards, Contracts, and Cooperative Agreements) and the standard patent rights
clause set forth at 37 C.F.R. § 401.14.
Presidential Executive Orders
Recipients must comply with the requirements of Presidential Executive Orders
related to grants (also known as federal assistance and financial assistance), the
full text of which are incorporated by reference.
Procurement of Recovered Materials
States, political subdivisions of states, and their contractors must comply with
Section 6002 of the Solid Waste Disposal Act, Pub. L. No. 89-272 (1965) (codified
as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962)
and 2 C.F.R. § 200.323. The requirements of Section 6002 include procuring only
items designated in guidelines of the Environmental Protection Agency (EPA) at 40
C.F.R. Part 247 that contain the highest percentage of recovered materials
practicable, consistent with maintaining a satisfactory level of competition.
Rehabilitation Act of 1973
Recipients must comply with the requirements of Section 504 of the Rehabilitation
Act of 1973, Pub. L. No. 93-112 (codified as amended at 29 U.S.C. § 794), which
provides that no otherwise qualified handicapped individuals in the United States
will, solely by reason of the handicap, be excluded from participation in, be denied
the benefits of, or be subjected to discrimination under any program or activity
receiving federal financial assistance.
Reporting Recipient Integrity and Performance Matters
If the total value of any currently active grants, cooperative agreements, and
procurement contracts from all federal awarding agencies exceeds $10,000,000
for any period of time during the period of performance of the federal award, then
the recipient must comply with the requirements set forth in the government -wide
federal award term and condition for Recipient Integrity and Performance Matters
is in 2 C.F.R. Part 200, Appendix XII, the full text of which is incorporated by
reference.
Reporting Subawards and Executive Compensation
For federal awards that total or exceed $30,000, recipients are required to comply
with the requirements set forth in the government -wide federal award term and
condition on Reporting Subawards and Executive Compensation set forth at 2
C.F.R. Part 170, Appendix A, the full text of which is incorporated by reference.
Article 38
Required Use of American Iron, Steel, Manufactured Products, and
Construction Materials
(1) Recipients of a federal award from a financial assistance program that provides
funding for infrastructure are hereby notified that none of the funds provided under
this federal award may be used for a project for infrastructure unless: (a) all iron
and steel used in the project are produced in the United States —this means all
manufacturing processes, from the initial melting stage through the application of
coatings, occurred in the United States; (b) all manufactured products used in the
project are produced in the United States —this means the manufactured product
was manufactured in the United States; and the cost of the components of the
manufactured product that are mined, produced, or manufactured in the United
States is greater than 55 percent of the total cost of all components of the
manufactured product, unless another standard for determining the minimum
amount of domestic content of the manufactured product has been established
under applicable law or regulation; and (c) all construction materials are
manufactured in the United States —this means that all manufacturing processes
for the construction material occurred in the United States. (2) The Buy America
preference only applies to articles, materials, and supplies that are consumed in,
incorporated into, or affixed to an infrastructure project. As such, it does not apply
to tools, equipment, and supplies, such as temporary scaffolding, brought to the
construction site and removed at or before the completion of the infrastructure
project. Nor does a Buy America preference apply to equipment and furnishings,
such as movable chairs, desks, and portable computer equipment, that are used at
or within the finished infrastructure project but are not an integral part of the
structure or permanently affixed to the infrastructure project. (3) Waivers When
necessary, recipients may apply for, and the agency may grant, a waiver from
these requirements. The agency should notify the recipient for information on the
process for requesting a waiver from these requirements. (a) When the Federal
agency has determined that one of the following exceptions applies, the federal
awarding official may waive the application of the domestic content procurement
preference in any case in which the agency determines that: (i) applying the
domestic content procurement preference would be inconsistent with the public
interest; (ii) the types of iron, steel, manufactured products, or construction
materials are not produced in the United States in sufficient and reasonably
available quantities or of a satisfactory quality; or (iii) the inclusion of iron, steel,
manufactured products, or construction materials produced in the United States
will increase the cost of the overall project by more than 25 percent. (b) A request
to waive the application of the domestic content procurement preference must be in
writing. The agency will provide instructions on the format, contents, and
supporting materials required for any waiver request. Waiver requests are subject
to public comment periods of no less than 15 days and must be reviewed by the
Made in America Office. (c) There may be instances where a federal award
qualifies, in whole or in part, for an existing waiver described at "Buy America"
Preference in FEMA Financial Assistance Programs for Infrastructure I FEMA.gov.
(4) Definitions. The definitions applicable to this term are set forth at 2 C.F.R. §
184.3, the full text of which is incorporated by reference.
Article 39 SAFECOM
Recipients receiving federal awards made under programs that provide emergency
communication equipment and its related activities must comply with the
SAFECOM Guidance for Emergency Communication Grants, including provisions
on technical standards that ensure and enhance interoperable communications.
The SAFECOM Guidance is updated annually and can be found at Funding and
Sustainment I CISA.
Article 40
Article 41
Article 42
Article 43
Subrecipient Monitoring and Management
Pass -through entities must comply with the requirements for subrecipient
monitoring and management as set forth in 2 C.F.R. §§ 200.331-333.
System for Award Management and Unique Entity Identifier Requirements
Recipients are required to comply with the requirements set forth in the
governmentwide federal award term and condition regarding the System for Award
Management and Unique Entity Identifier Requirements in 2 C.F.R. Part 25,
Appendix A, the full text of which is incorporated reference.
Termination of a Federal Award
(1) By DHS. DHS may terminate a federal award, in whole or in part, for the
following reasons: (a) If the recipient fails to comply with the terms and conditions
of the federal award; (b) With the consent of the recipient, in which case the parties
must agree upon the termination conditions, including the effective date, and in the
case of partial termination, the portion to be terminated; or (c) Pursuant to the terms
and conditions of the federal award, including, to the extent authorized by law, if the
federal award no longer effectuates the program goals or agency priorities. (3) By
the Recipient. The recipient may terminate the federal award, in whole or in part, by
sending written notification to DHS stating the reasons for such termination, the
effective date, and in the case of partial termination, the portion to be terminated.
However, if DHS determines that the remaining portion of the federal award will not
accomplish the purposes for which the federal award was made, DHS may
terminate the federal award in its entirety. (4) Notice. Either party will provide
written notice of intent to terminate for any reason to the other party no less than 30
calendar days prior to the effective date of the termination. (5) Compliance with
Closeout Requirements for Terminated Awards. The recipient must continue to
comply with closeout requirements in 2 C.F.R. §§ 200.344200.345 after an award
is terminated.
Terrorist Financing
Recipients must comply with Executive Order 13224 and applicable statutory
prohibitions on transactions with, and the provisions of resources and support to,
individuals and organizations associated with terrorism. Recipients are legally
responsible for ensuring compliance with the Executive Order and laws.
Article 44
Article 45
Article 46
Article 47
Trafficking Victims Protection Act of 2000(TVPA)
Recipients must comply with the requirements of the government -wide federal
award term and condition which implements Trafficking Victims Protection Act of
2000, Pub. L. No. 106-386, § 106 (codified as amended at 22 U.S.C. § 7104). The
federal award term and condition is in 2 C.F.R. § 175.105, the full text of which is
incorporated by reference.
Uniting and Strengthening America by Providing Appropriate Tools
Required to Intercept and Obstruct Terrorism (USA PATRIOT) Act of 2001,
Pub. L. 107-56
Recipients must comply with the requirements of Pub. L. 107-56, Section 817 of
the USA PATRIOT Act, which amends 18 U.S.C. §§ 175-175c.
Use of DHS Seal, Logo and Flags
Recipients must obtain written permission from DHS prior to using the DHS seals,
logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This
includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or
reproductions of flags, or likenesses of component officials.
Whistleblower Protection Act
Recipients must comply with the statutory requirements for whistleblower
protections in 10 U.S.0 § 470141 U.S.C. § 4712.
Article 48
Article 49
Environmental Planning and Historic Preservation (EHP) Review
DHS/FEMA funded activities that could have an impact on the environment are
subject to the FEMA EHP review process. This review does not address all federal,
state, and local requirements. Acceptance of federal funding requires the recipient
to comply with all federal, state, and local laws. DHS/FEMA is required to consider
the potential impacts to natural and cultural resources of all projects funded by
DHS/FEMA grant funds, through its EHP review process, as mandated by: the
National Environmental Policy Act; Endangered Species Act; National Historic
Preservation Act of 1966, as amended; Clean Water Act; Clean Air Act; National
Flood Insurance Program regulations; and any other applicable laws, regulations
and executive orders. General guidance for FEMA's EHP process is available on
the DHS/FEMA Website. Specific applicant guidance on how to submit information
for EHP review depends on the individual grant program. Applicants should contact
their grant Program Officer to be put into contact with EHP staff responsible for
assisting their specific grant program. The FEMA EHP review process must be
completed before funds are released to carry out the proposed project, otherwise,
DHS/FEMA may not be able to fund the project due to noncompliance with EHP
laws, executive orders, regulations, and policies. DHS/FEMA may also need to
perform a project closeout review to ensure the applicant complied with all required
EHP conditions identified in the initial review. If ground disturbing activities occur
during construction, the applicant will monitor the ground disturbance, and if any
potential archaeological resources are discovered, the applicant will immediately
cease work in that area and notify the pass -through entity, if applicable, and
DHS/FEMA. EO 11988, Floodplain Management, and EO 11990, Protection of
Wetlands, require that all federal actions in or affecting the floodplain or wetlands
be reviewed for opportunities to relocate, and be evaluated for social, economic,
historical, environmental, legal, and safety considerations. FEMA's regulations at
44 C.F.R. Part 9 implement the EOs and require an eight -step review process if a
proposed action is in a floodplain or wetland or has the potential to affect or be
affected by a floodplain or wetland. The regulation also requires that the federal
agency provide public notice of the proposed action at the earliest possible time to
provide the opportunity for public involvement in the decision -making process (44
C.F.R. § 9.8). Where there is no opportunity to relocate the federal action, FEMA is
required to undertake a detailed review to determine what measures can be taken
to minimize future damages to the floodplain or wetland.
Applicability of DHS Standard Terms and Conditions to Tribal Nations
The DHS Standard Terms and Conditions are a restatement of general
requirements imposed upon recipients and flow down to sub -recipients as a matter
of law, regulation, or executive order. If the requirement does not apply to Tribal
Nations, or there is a federal law or regulation exempting its application to Tribal
Nations, then the acceptance by Tribal Nations, or acquiescence to DHS Standard
Terms and Conditions does not change or alter its inapplicability to a Tribal Nation.
The execution of grant documents is not intended to change, alter, amend, or
impose additional liability or responsibility upon the Tribal Nations where it does not
already exist.
Article 50
Article 51
Article 52
Article 53
Acceptance of Post Award Changes
In the event FEMA determines that an error in the award package has been made,
or if an administrative change must be made to the award package, recipients will
be notified of the change in writing. Once the notification has been made, any
subsequent requests for funds will indicate recipient acceptance of the changes to
the award. Please email FEMA Grant Management Operations at: ASK-
GMD@fema.dhs.gov for any questions.
Disposition of Equipment Acquired Under the Federal Award
When original or replacement equipment acquired under this award is no longer
needed for the original project or program or for other activities currently or
previously supported by a federal awarding agency, the non -state recipient or
subrecipient (including subrecipients of a State or Tribal Nation), must request
instructions from FEMA to make proper disposition of the equipment pursuant to 2
C.F.R. section 200.313(e). State recipients must follow the disposition
requirements in accordance with State laws and procedures. 2 C.F.R. section
200.313(b). Tribal Nations must follow the disposition requirements in accordance
with Tribal laws and procedures noted in 2 C.F.R. section 200.313(b); and if such
laws and procedures do not exist, then Tribal Nations must follow the disposition
instructions in 2 C.F.R. section 200.313(e).
Prior Approval for Modification of Approved Budget
Before making any change to the FEMA approved budget for this award, a written
request must be submitted and approved by FEMA as required by 2 C.F.R. section
200.308. For purposes of non -construction projects, FEMA is utilizing its discretion
to impose an additional restriction under 2 C.F.R. section 200.308(i) regarding the
transfer of funds among direct cost categories, programs, functions, or activities.
For awards with an approved budget where the federal share is greater than the
simplified acquisition threshold (currently $250,000) and where the cumulative
amount of such transfers exceeds or is expected to exceed ten percent (10%) of
the total budget FEMA last approved, transferring funds among direct cost
categories, programs, functions, or activities is unallowable without prior written
approval from FEMA. For purposes of awards that support both construction and
non -construction work, 2 C.F.R. section 200.308((f)(9) requires the recipient to
obtain prior written approval from FEMA before making any fund or budget
transfers between the two types of work. Any deviations from a FEMA approved
budget must be reported in the first Federal Financial Report (SF-425) that is
submitted following any budget deviation, regardless of whether the budget
deviation requires prior written approval.
Indirect Cost Rate
2 C.F.R. section 200.211(b)(16) requires the terms of the award to include the
indirect cost rate for the federal award. If applicable, the indirect cost rate for the
award is stated in the budget documents or other materials approved by FEMA and
included in the award file.
Article 54
Build America, Buy America Act (BABAA) Required Contract Provision &
Self -Certification
In addition to the DHS Standard Terms & Conditions regarding Required Use of
American Iron, Steel, Manufactured Products, and Construction Materials,
recipients and subrecipients of FEMA financial assistance for programs that are
subject to BABAA must include a Buy America preference contract provision as
noted in 2 C.F.R. section 184.4 and a self -certification as required by the FEMA
Buy America Preference in FEMA Financial Assistance Programs for Infrastructure
(FEMA Interim Policy #207-22-0001). This requirement applies to all subawards,
contracts, and purchase orders for work performed, or products supplied under the
FEMA award subject to BABAA.
Article 55 Program Income
Per 2 CFR section 200.307, recipients are encouraged to earn income to defray
program costs where appropriate. Program income means gross income earned by
the recipient that is directly generated by a supported activity or earned as a result
of the Federal award during the period of performance except as provided in 2 CFR
section 200.307(c). Program income includes but is not limited to income from fees
for services performed, the use or rental of real or personal property acquired under
Federal awards, the sale of commodities or items fabricated under a Federal
award, and principal and interest on loans made with Federal award funds. Interest
earned on advances of Federal funds is not program income. Except as otherwise
provided in Federal statutes, regulations, or the terms and conditions of the Federal
award, program income does not include rebates, credits, discounts, and interest
earned on any of them. When the recipient earns program income under this
cooperative agreement, this program income must be added to the Federal award
as described by 2 CFR section 200.307(b)(2). The program income must be used
for the purposes and under the conditions of the Federal award.
Article 56
Article 57
Warehouse Leases
Task force management is reminded you may only use cooperative agreement
funds to pay for warehouse leases for a twelve-month consecutive period within the
overall period of performance and that there is no guarantee of cooperative
agreement funding in future years. See Section F, Cooperative Agreement Funding
pages 3-4. Task forces may write contracts with an available fund's clause or
option years for protection.
Cooperative Agreement
Program authority and responsibility under this cooperative agreement resides with
FEMA and the recipient, consistent with the terms of the award, including the
Notice of Funding Opportunity. FEMA will work with the recipient to review and
refine work plans to ensure program goals and objectives can be effectively
accomplished. The recipient and its subrecipients shall not develop or engage in
the development of tasks not approved in recipient's application without post -
award approval from the FEMA program office, and the issuance of a Grant
Amendment from FEMA. FEMA will monitor the project on a continual basis by
maintaining ongoing contact with the recipient and will provide input to the
program's direction, in consultation with the recipient, as needed.
Article 58
Article 59
Article 60
Renovation and Modification Costs
Except for minor renovations and modifications of existing warehouse facilities that
do not change the footprint of the structure, construction and renovation costs are
not allowed. Examples of permissible minor renovation and modification costs
include but are not limited to office/storage space build -out reconfiguration, ceilings,
loading docks/doors, lighting, HVAC, and security fencing. The National US&R
Branch approval is required for reimbursement of renovation and modification
costs. The purpose of allowing minor renovation and modification costs is to ensure
the equipment cache is maintained as required under the National Urban Search
and Rescue Response program. See 42 U.S.C. section 5165f(I)(2); 44 C.F.R.
section 208.23(c)(4).
Performance Goals
The objective of the FY 2025 National Urban Search and Rescue (US&R)
Response System (the System) is to provide funding for 28 national task forces
staffed and equipped to assist State and local governments to conduct around -the -
clock search -and -rescue operations following a Presidentially declared major
disaster or emergency under the Stafford Act. FEMA will measure the effectiveness
of the Cooperative Agreement program by comparing the input of federal resources
used to sustain readiness of the System and local jurisdictions to respond and
deploy to no -notice and notice events within the timeframes specified for each
particular category of incident and locality upon having received a request from the
Authority Having Jurisdiction. In addition, FEMA will evaluate whether the
recipient's activities provided for the sustainment and readiness of the System and
local jurisdiction are in support of FEMA's Strategic Goal 3: Promote and Sustain a
Ready FEMA and Prepared Nation. In order to measure performance, FEMA may
request information throughout the period of performance and in response to the
recipient's final performance report submitted at closeout.
Non -Applicability of Specific Agreement Articles
Notwithstanding their inclusion in this award package, the following Agreement
Articles do not apply to this grant award: 1. Communication and Cooperation with
the Department of Homeland Security and Immigration Officials. 2. Paragraph (2)
(a)(iii) of Anti -Discrimination. 3. Termination of a Federal Award This provision is
consistent with any terms of the Notice of Funding Opportunity that state
Paragraphs C.IX (Communication and Cooperation with the Department of
Homeland Security and Immigration Officials), C.XVII(2)(a)(iii) (Anti -Discrimination
Grant Award Certification regarding immigration), and C.XL (Termination of a
Federal Award) of the FY 2025 DHS Standard Terms and Conditions do not apply
to this award.
Obligating document
1. Agreement No. 2.
EMW-2025-CA- No.
05015 iN/A
3. Recipient
No.
596000375
4. Type of
Action
AWARD
5. Control No.
WX04498N2025T
6. Recipient Name and
Address
CITY OF MIAMI
3500 PAN AMERICAN DR
MIAMI, FL 33133
7. Issuing FEMA Office and
Address
Grant Programs Directorate
500 C Street, S.W.
Washington DC, 20528-7000
1-866-927-5646
8. Payment Office and
Address
FEMA, Financial Services
Branch
500 C Street, S.W., Room
723
Washington DC, 20742
_
9. Name of Recipient
Project Officer
Miroslava Musser
9a. Phone
No.
7862367598
10. Name of FEMA Project
Coordinator
Urban Search and Rescue
Grant Program
10a. Phone
No.
11-877-585-
13242
11. Effective Date of
This Action
09/26/2025
12. Method of
Payment
OTHER - FEMA
GO
13. Assistance
Arrangement
COST
REIMBURSEMENT
14. Performance
Period
09/01/2025 to
08/31/2028
Budget Period
09/01/2025 to
08/31/2028
15. Description of Action a. (Indicate funding data for awards or financial changes)
Program
Name
Abbreviation
Assistance
Listing No.
Accounting
Data
(ACCS
Code)
Prior
Total
Award
Amount
Awarded
This Action +
or (-)
Current Total
Award
Cumulative
Non -Federal
Commitment
US&R
97.025
2025-OS-
A392
D60D-xxxx-
4101-D
$0.00
$1,440,311.00
$1,440,311.00
See Totals
Totals
$0.00
$1,440,311.00
$1,440,311.00
$0.00
b. To describe changes other than funding data or financial changes, attach
schedule and check here:
N/A
16 CAR NIONI DISASTER PROGRAMS. RECIPIENT IC REQUIRED TO SIGN ANID
ems)
This field is not applicable for digitally signed grant agreements
17. RECIPIENT SIGNATORY OFFICIAL (Name and Title) DATE
18. FEMA SIGNATORY OFFICIAL (Name and Title) DATE
Stacey Street, Deputy Assistant Administrator Grants Program 09/26/2025
Directorate
The Department of Homeland Security (DHS)
Notice of Funding Opportunity (NOFO)
Fiscal Year 2025 National Urban Search and Rescue Response System
Fraud, waste, abuse, mismanagement, and other criminal or noncriminal misconduct related to
this program may be reported to the Office of Inspector General (OIG) Hotline. The toll -free
numbers to call are 1 (800) 323-8603 and TTY 1 (844) 889-4357.
Contents
1. Basic Information 3
A. Agency Name 3
B. NOFO Title 3
C. Announcement Type 3
D. Funding Opportunity Number 3
E. Assistance Listing Number 3
F. Expected Total Funding 3
G. Anticipated Number of Awards 3
H. Expected Award Range 3
I. Projected Application Start Date 3
J. Projected Application End Date 3
K. Anticipated Funding Selection Date 4
L. Anticipated Award Date 4
M. Projected Period of Performance Start Date 4
N. Projected Period of Performance End Date 4
O. Executive Summary 4
P. Agency Contact 4
2. Eligibility 5
A. Eligible Entities/Entity Types 5
B. Project Type Eligibility 6
C. Requirements for Personnel, Partners, and Other Parties 6
D. Maximum Number of Applications 6
E. Additional Restrictions 6
F. References for Eligibility Factors within the NOFO 6
G. Cost Sharing Requirement 6
H. Cost Share Description, Type and Restrictions 6
I. Cost Sharing Calculation Example 6
J. Required information for verifying Cost Share 6
3. Program Description 7
A. Background, Program Purpose, and Program History 7
B. Goals and Objectives 7
C. Program Rationale 7
D. Federal Assistance Type 8
E. Performance Measures and Targets 9
11Page
F. Program -Specific Unallowable Costs 9
G. General Funding Requirements 9
H. Indirect Costs (Facilities and Administrative Costs) 10
I. Management and Administration (M&A) Costs 10
J. Pre -Award Costs 11
K. Beneficiary Eligibility 11
L. Participant Eligibility 11
M. Authorizing Authority 11
N. Appropriation Authority 11
O. Budget Period 11
P. Prohibition on Covered Equipment or Services 11
4. Application Contents and Format 12
A. Pre -Application, Letter of Intent, and Whitepapers 12
B. Application Content and Format 12
C. Application Components 12
D. Program -Specific Required Documents and Information 12
E. Post -Application Requirements for Successful Applicants 12
5. Submission Requirements and Deadlines 12
A. Address to Request Application Package 12
B. Application Deadline 15
C. Pre -Application Requirements Deadline 15
D. Post -Application Requirements Deadline 15
E. Effects of Missing the Deadline 15
6. Intergovernmental Review 15
A. Requirement Description and State Single Point of Contact 15
7. Application Review Information 15
A. Threshold Criteria 15
B. Application Criteria 15
C. Financial Integrity Criteria 16
D. Supplemental Financial Integrity Criteria and Review 16
E. Reviewers and Reviewer Selection 16
F. Merit Review Process 16
G. Final Selection 16
8. Award Notices 17
A. Notice of Award 17
B. Pass -Through Requirements 17
C. Note Regarding Pre -Award Costs 17
D. Obligation of Funds 17
E. Notification to Unsuccessful Applicants 17
9. Post -Award Requirements and Administration 17
A. Administrative and National Policy Requirements 17
B. DHS Standard Terms and Conditions 18
C. Financial Reporting Requirements 18
D. Programmatic Performance Reporting Requirements 19
E. Closeout Reporting Requirements 19
F. Disclosing Information per 2 C.F.R. § 180.335 20
2IPage
G. Reporting of Matters Related to Recipient Integrity and Performance 20
H. Single Audit Report 20
I. Monitoring and Oversight 20
J. Program Evaluation 21
K. Additional Performance Reporting Requirements 21
L. Termination of the Federal Award by FEMA 22
M. Best Practices 23
N. Payment Information 24
10. Other Information 25
A. Period of Performance Extension 25
B. Other Information 26
1. Basic Information
A. Agency Name
U.S. Department of Homeland Security (DHS), Federal Emergency
Management Agency (FEMA)
B. NOFO Title
Fiscal Year 2025 National Urban Search and Rescue Response System
C. Announcement
Type
Initial
D. Funding
Opportunity Number
DHS-25-DOD-025-00-99
E. Assistance Listing
Number
97.025
F. Expected Total
Funding
$ 40,274,708
G. Anticipated
Number of Awards
28 awards
H. Expected Award
Range
$1.3 million — $1.6 million
I. Projected
Application Start
Date
07/28/2025 09:00 a.m. Eastern Time (ET)
J. Projected
Application End Date
08/11/2025 11:59 p.m. Eastern Time (ET)
3IPage
K. Anticipated
Funding Selection
Date
08/25/2025
L. Anticipated
Award Date
09/01/2025
M. Projected Period
of Performance Start
Date
09/01/2025
N. Projected Period
of Performance End
Date
08/31/2028
O. Executive
Summary
The National Urban Search and Rescue (US&R) Response System
("the System") is a mission critical element of FEMA's emergency
response and readiness capabilities and provides a coordinated,
national, all -hazards capability for locating, extricating, and stabilizing
survivors of structural collapse and other hazards resulting from
natural and man-made causes, including those involving terrorism,
contaminated environments, and weapons of mass destruction.
P. Agency Contact
a. Program Office Contact
Rayna Bal - rayna.bal@fema.dhs.gov b. FEMA Grants News
This channel provides general information on all FEMA grant
programs and maintains a comprehensive database containing key
personnel contact information at the federal, state, and local levels.
FEMA Grants News Team is reachable at fema-grants-
news@fema.dhs.gov OR (800) 368-6498, Monday through Friday,
9:00 AM — 5:00 PM ET.
c. Grant Programs Directorate (GPD) Award Administration
Division
GPD's Award Administration Division (AAD) provides support
regarding financial matters and budgetary technical assistance. AAD
can be contacted at ASK-GMD@fema.dhs.gov.
d. FEMA Regional Offices
FEMA Regional Offices also may provide fiscal support, including
pre- and post -award administration and technical assistance. FEMA
Regional Office contact information is available at
https://www.fema.gov/fema-regional-contacts.
e. Civil Rights
Consistent with Executive Order 14173, Ending Illegal Discrimination
& Restoring Merit -Based Opportunity, the FEMA Office of Civil
Rights is responsible for ensuring compliance with and enforcement of
federal civil rights obligations in connection with programs and
4IPage
services conducted by FEMA. They are reachable at FEMA-
CivilRightsOffice@fema.dhs.gov.
f. Environmental Planning and Historic Preservation
The FEMA office of Environmental Planning and Historic Planning
(OEHP) provides guidance and information about the EHP review
process to FEMA programs and recipients and subrecipients. Send any
inquiries regarding compliance for FEMA grant projects under this
NOFO to FEMA-OEHP-NOFOQuestions@fema.dhs.gov.
g. Payment and Reporting System
FEMA uses the Payment and Reporting System (PARS) for financial
reporting, invoicing, and tracking payments. The Direct
Deposit/Electronic Funds Transfer (DD/EFT) method of payment is
used for recipients. For any questions about the system, contact the
Customer Service Center at (866) 927-5646 or ask-
GMD@fema.dhs.gov.
h. FEMA GO
For technical assistance with the FEMA GO system, please contact the
FEMA GO Helpdesk at femago@fema.dhs.gov or (877) 585-3242,
Monday through Friday, 9:00 AM — 6:00 PM ET.
i. FEMA Preparedness Toolkit
The FEMA Preparedness Toolkit (PrepToolkit) provides access to
tools and resources needed to implement the National Preparedness
System and provide a collaborative space for communities completing
the Unified Reporting Tool (URT). Recipients complete and submit
their Threat and Hazard Identification and Risk Assessment (THIRA)
and Stakeholder Preparedness Review (SPR), and other required
assessments using the PrepToolkit. For assistance, contact
support@preptoolkit.fema.dhs.gov.
j. Preparedness Grants Manual
Recipients seeking guidance on policies and procedures for managing
preparedness grants should reference the Preparedness Grants Manual
at Preparedness Grants Manual.
2. Eligibility
A. Eligible Only the following entities or entity types are eligible to apply.
Entities/Entity Types
a. Applicants
Must be one of the 28 FEMA-designated Urban Search and Rescue
Task Force Sponsoring Agencies.
5IPage
The term "sponsoring agency" means a State or local government
that is the sponsor of a task force designated by the Administrator to
participate in the System.
b. Subapplicants
Subapplicants and subawards are not allowed.
B. Project Type
Eligibility
Not applicable.
C. Requirements for
Personnel, Partners,
and Other Parties
Not applicable.
D. Maximum
Number of
Applications
The maximum number of applications that can be submitted is:
1. One (1) per eligible Task Force Sponsoring Agency
E. Additional
Restrictions
Applicants/subapplicants or recipients/subrecipients are required to
certify their compliance with federal statues, DHS directives, polices,
and procedures.
F. References for
Eligibility Factors
within the NOFO
Please see the following references provided below:
1. "Responsiveness Review Criteria" subsection
2. "Financial Integrity Criteria" subsection
3. "Supplemental Financial Integrity Criteria and Review"
subsection
4. FEMA may/will request financial information such as
Employer identification Number (EIN) and bank information
as part of the potential award selection. This will apply to
everyone prospered, including subrecipients.
G. Cost Sharing
Requirement
There is no cost share requirement.
H. Cost Share
Description, Type
and Restrictions
Not applicable.
I. Cost Sharing
Calculation Example
Not applicable.
J. Required
information for
verifying Cost Share
Not applicable.
6IPage
3. Program Description
A. Background, Program Purpose, and Program History
The National Urban Search and Rescue (US&R) Response System (the System) receives federal
funding to ensure adequate day to day administration, program and grant management, training,
exercise, procurement (vehicle and equipment) and storage and maintenance for the 28 national
task forces. The funding ensures the 28 task forces can maintain their readiness independent of
Sponsoring Agency funding. When deployed, these task forces provide federal support to state,
local and tribal territories in response to natural and man-made incidents, conducting mass search
and rescue operations in the immediate aftermath of an incident, and assisting with stabilization
and restoration of community lifelines immediately following an incident.
For a historical perspective, in FY24, awards were provided to each of the 28 FEMA US&R
Sponsoring Agencies. In CY24, 59 US&R resources responded to four major disasters,
rescuing, saving, or assisting 256 persons and searching or assessing 14,019 structures.
B. Goals and Objectives
The goal of this program is to provide for a national network of standardized search and rescue
resources to assist States and local governments in responding to hazards.
Funding provided in this Cooperative Agreement ensures that all 28 System resources develop
and maintain their targeted readiness and can perform independent of the Sponsoring Agency's
ability to fund the required activities.
C. Program Rationale
Funding provided in this Cooperative Agreement ensures that the 28 Sponsoring Agencies
develop and maintain their targeted readiness requirements, identified in 44 C.F.R. § 208.23 and
reproduced below, and can do so independent of Sponsoring Agency funding.
Administration, including:
Management and administration of day-to-day System activities such as personnel compensation
and benefits relating to System maintenance and development, record keeping, inventory of
equipment, and correspondence
Travel to and from System activities, meetings, conferences, training, drills, and exercises.
Tests and examinations, including vaccinations, immunizations and other tests that are not
typically required or provided during a System Member's employment, and that DHS requires to
meet its standards.
Training:
Development and delivery of, and participation in, System -related training courses, exercises,
and drills.
7IPage
Maintenance, lease, or purchase of System -related training facilities or materials.
System -required evaluations and certifications other than those DHS requires System Members
to possess at the time of entry into the System.
Equipment:
Procurement of equipment and supplies specifically identified on the then -current DHS-approved
Equipment Cache List.
Maintenance and repair of equipment included on the current Equipment Cache List.
Maintenance and repair of equipment acquired with FEMA approval through the Federal Excess
Property program.
Lease and maintenance of storage facilities and purchase of equipment and supplies necessary to
maintain the US&R Equipment Cache.
Disaster search canine expenses limited to:
Procurement for use as a System resource.
Training and certification expenses.
Veterinary care.
D. Federal Assistance Type
Cooperative Agreement
FEMA, through the US&R Branch, maintains substantial involvement in the requirements
contemplated by the award. Substantial involvement exists when: 1) Responsibility for project
management, control, direction, or performance is shared by the assisting agency and the
recipient.; 2) The assisting agency has the right to intervene, including interrupting or modifying
project activities.
The purpose of this Readiness Cooperative Agreement is to support the continued development
and maintenance of a national urban search and rescue capability.
Specifically, this agreement provides a mechanism for distribution of Cooperative Agreement
funding for certain purposes in preparation of a Federal and local US&R capability for disaster
response. This Cooperative Agreement allows each Sponsoring Agency of a System US&R task
force the opportunity to maintain a high standard and condition of operational readiness and
includes guidance on key areas for task force management to focus on continued preparedness
efforts.
8IPage
E. Performance Measures and Targets
Performance will be evaluated annually through the FEMA US&R Annual Self -Evaluation; the
Self -Evaluation results will be validated triennially through the FEMA US&R Administrative
Readiness Evaluation (ARE).
Factors to be evaluated:
Operations
Complement of Rostered Task Force Members (must be = or >140)
Complement of Trained Task Force Members (must be = or >140)
Complement of Deployable Task Force Members (must be = or >140)
Complement of Deployable Canine Search Specialist Teams (must be = or > 8)
Members Participating in Annual Training and Exercises (must be = or > 30)
Members Participating in Training/Drill Sessions Logistics (must be = or > 130)
Logistics
Complement of Cache Equipment Items (85% of the complement of equipment identified on the
US&R Cache List)
Adequacy of Transportation Resources (documentation to support 100% of prime movers, as
identified in the US&R Convoy Standard)
% of Cache Mobilization Doctrine — Training/Exercise (100% of necessary mobilization
doctrine, e.g., load plans)
Adequacy of Cache Management Inventory System (system in a database, spreadsheet, etc. must
contain 100% of all cache items tracked to its origin, cache list #, and Cooperative Agreement #)
Adequacy of Warehouse Resources (see FY2025 US&R Readiness Cooperative Agreement
Statement of Work
Administrative / Management
Complement of Cooperative Agreement Staffing and Resources (management staff to perform
the functions of program management, grants management, logistics management and property
accountability, administrative support, training coordination and instruction.
Validation of Complete, Accurate, Timely Cooperative Agreement Reports (Refer to Appendix
H of the Statement of Work, Summary of Deliverables)
Validation of Cooperative Agreement Plans and Memoranda of Agreement (confirm current
documentation)
Validation of Financial and Accounting Processes and Records (confirming integration of the 5
business systems)
Adequacy of Sponsoring Agency Support Functions (feedback on Sponsoring Agency support)
F. Program -Specific Unallowable Costs
Allowability is determined by 2 C.F.R. Part 200, Subpart E and 44 C.F.R. § 208.23. Any costs
not allowable in accordance with these regulations, are not allowable under this award.
G. General Funding Requirements
9IPage
Costs charged to federal awards (including federal and non-federal cost share funds) must
comply with applicable statutes, rules and regulations, policies, this NOFO, and the terms and
conditions of the federal award. This includes, among other requirements, that costs must be
incurred, and products and services must be delivered within the budget period. 2 C.F.R. §
200.403(h).
Recipients may not use federal funds or any cost share funds for the following activities:
1. Matching or cost sharing requirements for other federal grants and cooperative
agreements (see 2 C.F.R. § 200.306).
2. Lobbying or other prohibited activities under 18 U.S.0 § 1913 or 2 C.F.R. § 200.450.
3. Prosecuting claims against the federal government or any other government entity (see 2
C.F.R. § 200.435).
H. Indirect Costs (Facilities and Administrative Costs)
Indirect costs are allowed for recipients.
Indirect costs (IDC) are costs incurred for a common or joint purpose benefitting more than one
cost objective and not readily assignable to specific cost objectives without disproportionate
effort. Applicants with a current negotiated IDC rate agreement who desire to charge indirect
costs to a federal award must provide a copy of their IDC rate agreement with their applications.
Not all applicants are required to have a current negotiated IDC rate agreement. Applicants that
are not required to have a negotiated IDC rate agreement, but are required to develop an IDC rate
proposal, must provide a copy of their proposal with their applications. Applicants without a
current negotiated IDC rate agreement (including a provisional rate) and wish to charge the de
minimis rate must reach out to FEMA for further instructions. Applicants who wish to use a cost
allocation plan in lieu of an IDC rate proposal must reach out to FEMA for further instructions.
As it relates to the IDC for subrecipients, a recipient must follow the requirements of 2 C.F.R. §§
200.332 and 200.414 in approving the IDC rate for subawards.
I. Management and Administration (M&A) Costs
M&A costs are allowed.
Management and Administration costs are allowed under this program, as outlined in 44 C.F.R. §
208.23. Management and Administration costs are activities directly related to implementing the
award. M&A costs are not operational costs. They are the necessary costs incurred in direct
support of the grant or because of the grant and should be allocated across the entire lifecycle of
the grant. Funding levels for M&A costs, if proposed, will be negotiated on a per applicant basis.
M&A are not overhead costs but are necessary direct costs incurred in direct support of the
federal award or as a consequence of it, such as travel, meeting -related expenses, and salaries of
full/part-time staff in direct support of the program. As such, M&A costs can be itemized in
financial reports.
10pPage
J. Pre -Award Costs
The following pre -award costs are allowable:
1. Grant Programs Directorate approved costs for recipient.
Per 2 C.F.R. § 200.458, pre -award costs are those incurred before the effective date of the
federal award directly pursuant to the negotiation and in anticipation of the federal award where
such costs are necessary for efficient and timely performance of the scope of work. Such costs
are allowable only to the extent that they would have been allowable if incurred after the date of
the federal award and only with the written approval from FEMA.
To apply for the approval of pre -award costs (i.e., costs incurred prior to the beginning of the
Period of Performance for this Cooperative Agreement) the recipient shall submit a justification
as to why the pre -award cost approval is necessary, along with a detailed estimate of costs, in the
application. The US&R Branch will review and forward the application to the Grant Programs
Directorate for approval. The recipient will then be instructed to include their request and the
approval with their application package submission.
K. Beneficiary Eligibility
There are no program eligibility requirements for beneficiaries. This NOFO and any subsequent
federal awards create no rights or causes of action for any beneficiary
L. Participant Eligibility
There are no program eligibility requirements for participants. This NOFO and any subsequent
federal awards create no rights or causes of action for any participant
M. Authorizing Authority
Robert T. Stafford Disaster Relief and Emergency Assistance Act, Pub. L. No. 93-288, Sec. 327
(1974), (codified as amended at 42 U.S.0 § 5165f).
N. Appropriation Authority
Full -Year Continuing Appropriations and Extensions Act, 2025, Pub. L. No. 119-4, § 1101.
O. Budget Period
This award has a budget period of 09/01/2025 — 08/31/2030, however the FY 2025 US&R
Readiness Period of Performance is 09/01/2025 — 08/31/2028.
P. Prohibition on Covered Equipment or Services
Recipients, sub -recipients, and their contractors or subcontractors must comply with the
prohibitions set forth in Section 889 of the John S. McCain National Defense Authorization Act
for Fiscal Year 2019, which restrict the purchase of covered telecommunications and
surveillance equipment and services. Please see 2 C.F.R. §§ 200.216, 200.327, 200.471, and
Appendix II to 2 C.F.R. Part 200, and FEMA Policy #405-143-1 - Prohibitions on Expending
111Page
FEMA Award Funds for Covered Telecommunications Equipment or Services for more
information.
4. Application Contents and Format
A. Pre -Application, Letter of Intent, and Whitepapers
Not Applicable.
B. Application Content and Format
Not Applicable
C. Application Components
The following forms or information are required to be submitted via FEMA GO. The Standard
Forms (SF) are also available at Forms 1 Grants.gov.
• SF-424, Application for Federal Assistance
• Grants.gov Lobbying Form, Certification Regarding Lobbying
• SF-424A, Budget Information (Non -Construction)
• SF-424B, Standard Assurances (Non -Construction)
• SF-LLL, Disclosure of Lobbying Activities
D. Program -Specific Required Documents and Information
The following program -specific forms or information are required to be submitted in FEMA GO:
• Completed US&R Budget Narrative Workbook, FEMA Form 089-0-101; and
• Requests for pre -award costs (if applicable) must be made in writing on Sponsoring
Agency letterhead and include detailed information on the need for pre -award funding;
and
• If one or more vehicle purchases is/are included in the budget narrative, include the
following:
• Vehicle (rolling or floating) specifications of the vehicle(s) the applicant intends
to purchase; and
• A completed Vehicle Support Unit Purchase Replacement/Disposal Justification
Form, FEMA Form 089-0-26
E. Post -Application Requirements for Successful Applicants
Not Applicable.
5. Submission Requirements and Deadlines
A. Address to Request Application Package
Applications are processed through the FEMA GO system. To access the system, go to
https://go.fema.gov/.
12'Page
Steps Required to Apply For An Award Under This Program and Submit an Application:
To apply for an award under this program, all applicants must:
a. Apply for, update, or verify their Unique Entity Identifier (UEI) number and (EIN) from
the Internal Revenue Service;
b. In the application, provide an UEI number;
c. Have an account with login.gov;
d. Register for, update, or verify their System for Award Management (SAM) account and
ensure the account is active before submitting the application;
e. Register in FEMA GO, add the organization to the system, and establish the Authorized
Organizational Representative (AOR). The organization's electronic business point of
contact (eBiz POC) from the SAM registration may need to be involved in this step. For
step-by-step instructions, see https://www.fema.gov/media-
library/assets/documents/181607;
f. Submit the complete application in FEMA GO; and
g. Continue to maintain an active SAM registration with current information at all times
during which it has an active federal award or an application or plan under consideration
by a federal awarding agency. As part of this, applicants must also provide information
on an applicant's immediate and highest -level owner and subsidiaries, as well as on all
predecessors that have been awarded federal contracts or federal financial assistance
within the last three years, if applicable.
Per 2 C.F.R. § 25.110(a)(2)(iv), if an applicant is experiencing exigent circumstances that
prevents it from obtaining an UEI number and completing SAM registration prior to receiving a
federal award, the applicant must notify FEMA as soon as possible. Contact fema-grants-
news@fema.dhs.gov and provide the details of the exigent circumstances.
How to Register to Apply:
General Instructions:
Registering and applying for an award under this program is a multi -step process and requires
time to complete. Below are instructions for registering to apply for FEMA funds. Read the
instructions carefully and prepare the requested information before beginning the registration
process. Gathering the required information before starting the process will alleviate last-minute
searches for required information.
The registration process can take up to four weeks to complete. To ensure an application
meets the deadline, applicants are advised to start the required steps well in advance of their
submission.
Organizations must have a (UEI) number, (EIN), and an active (SAM) registration.
Obtain a UEI Number:
All entities applying for funding, including renewal funding, must have a UEI number.
Applicants must enter the UEI number in the applicable data entry field on the SF-424 form. For
more detailed instructions for obtaining a UEI number, refer to SAM.gov.
13pPage
Obtain Employer Identification Number:
In addition to having a UEI number, all entities applying for funding must provide an (EIN). The
EIN can be obtained from the IRS by visiting https://www.irs.gov/businesses/small-businesses-
self-employed/apply-for-an-employer-identifi cation-number-ein-online.
Create a login.gov account:
Applicants must have a login.gov account in order to register with SAM or update their SAM
registration. Applicants can create a login.gov account at:
https://secure.login.gov/sign up/enter email?request id=34f19fa8-14a2-438c-8323-
a62b99571fd.
Applicants only have to create a login.gov account once. For existing SAM users, use the same
email address for both login.gov and SAM.gov so that the two accounts can be linked.
For more information on the login.gov requirements for SAM registration, refer to
https://www.sam.gov/SAM/pages/public/loginFAQ.j sf.
Register with SAM:
In addition to having a UEI number, all organizations must register with SAM. Failure to register
with SAM will prevent your organization from applying through FEMA GO. SAM registration
must be renewed annually and must remain active throughout the entire grant life cycle.
For more detailed instructions for registering with SAM, refer to: Register with SAM
Note: per 2 C.F.R. § 25.200 , applicants must also provide the applicant's immediate and
highest -level owner, subsidiaries, and predecessors that have been awarded federal contracts or
federal financial assistance within the past three years, if applicable.
Register in FEMA GO, Add the Organization to the System, and Establish the AOR:
Applicants must register in FEMA GO and add their organization to the system. The
organization's electronic business point of contact (eBiz POC) from the SAM registration may
need to be involved in this step. For step-by-step instructions, see : FEMA GO Startup Guide
Note: FEMA GO will support only the most recent major release of the following browsers:
Google Chrome;
Mozilla Firefox;
Apple Safari; and
Microsoft Edge.
Applicants using tablet type devices or other browsers may encounter issues with using FEMA
GO.
Submitting the Final Application:
14'Page
Applicants will be prompted to submit the standard application information, and any program -
specific information required. Standard Forms (SF) may be accessed in the Forms tab under the:
SF-424 Family 1 Grants.gov.
Applicants should review these forms before applying to ensure they are providing all required
information.
After submitting the final application, FEMA GO will provide either an error message, or an
email to the submitting AOR confirming the transmission was successfully received.
B. Application Deadline
08/22/2025 11:59PM Eastern Time
C. Pre -Application Requirements Deadline
Not Applicable.
D. Post -Application Requirements Deadline
Not Applicable.
E. Effects of Missing the Deadline
All applications must be completed in FEMA GO by the application deadline. FEMA GO
automatically records proof of submission and generates an electronic date/time stamp when
FEMA GO successfully receives an application. The submitting AOR will receive via email the
official date/time stamp and a FEMA GO tracking number to serve as proof of timely submission
prior to the application deadline.
Applicants experiencing system -related issues have until 3:00 PM ET on the date
applications are due to notify FEMA. No new system -related issues will be addressed after this
deadline. Applications not received by the application submission deadline will not be accepted.
6. Intergovernmental Review
A. Requirement Description and State Single Point of Contact
An intergovernmental review may be required. Applicants must contact their state's Single Point
of Contact (SPOC) to comply with the state's process under Executive Order 12372.
7. Application Review Information
A. Threshold Criteria
Applications will be reviewed to ensure the applicant is one of the 28 FEMA-designated Urban
Search and Rescue Task Force Sponsoring Agencies.
B. Application Criteria
15'Page
US&R awards are not competitive, the applications are not rated. The award is available to all 28
FEMA-designated Urban Search and Rescue Task Force Sponsoring Agencies.
C. Financial Integrity Criteria
Before making an award, FEMA is required to review OMB -designated databases for applicants'
eligibility and financial integrity information. This is required by the Payment Integrity
Information Act of 2019 (Pub. L. No. 116-117, § 2 (2020)), 41 U.S.C. § 2313, and the "Do Not
Pay Initiative" (31 U.S.C. 3354). For more details, please see 2 C.F.R. § 200.206.
Thus, the Financial Integrity Criteria may include the following risk -based considerations of the
applicant:
1. Financial stability.
2. Quality of management systems and ability to meet management standards.
3. History of performance in managing federal award.
4. Reports and findings from audits.
5. Ability to effectively implement statutory, regulatory, or other requirements.
D. Supplemental Financial Integrity Criteria and Review
Before making an award expected to exceed the simplified acquisition threshold (currently a
total federal share of $250,000) over the period of performance:
FEMA is required by 41 U.S.C. § 2313: to review or consider certain information found in
SAM.gov. For details, please see 2 C.F.R. § 200.206(a)(2).
1. An applicant may review and comment on any information in the
responsibility/qualification records available in SAM.gov.
2. Before making decisions in the risk review required by 2 C.F.R. § 200.206, FEMA will
consider any comments by the applicant.
E. Reviewers and Reviewer Selection
The first review will be performed by a FEMA US&R Branch staff member with subject matter
expertise in the US&R program requirements, budget spend plan, and grant management
experience. The second review is performed by the FEMA Grants Program Directorate (GPD) by
a Grant Specialist or Assistance Officer with subject matter expertise in grant management and
assistance.
F. Merit Review Process
US&R awards are not competitive, the applications are not rated. The award is available to all 28
FEMA-designated Urban Search and Rescue Task Force Sponsoring Agencies.
G. Final Selection
US&R awards are not competitive, the applications are not rated. The award is available to all 28
FEMA-designated Urban Search and Rescue Task Force Sponsoring Agencies.
16'Page
8. Award Notices
A. Notice of Award
The Authorized Organization Representative should carefully read the federal award package
before accepting the federal award. The federal award package includes instructions on
administering the federal award as well as terms and conditions for the award.
By submitting an application, applicants agree to comply with the prerequisites stated in this
NOFO and the material terms and conditions of the federal award, should they receive an award.
FEMA will provide the federal award package to the applicant electronically via FEMA GO.
Award packages include an Award Letter, Summary Award Memo, Agreement Articles, and
Obligating Document. An award package notification email is sent via the grant application
system to the submitting AOR.
Recipients must accept their awards no later than 90 days from the award date. Recipients shall
notify FEMA of their intent to accept the award and proceed with work via the FEMA GO
system.
Funds will remain on hold until the recipient accepts the award via FEMA GO and all other
conditions of the award have been satisfied, or until the award is otherwise rescinded. Failure to
accept a grant award within the specified timeframe may result in a loss of funds.
B. Pass -Through Requirements
Not Applicable.
C. Note Regarding Pre -Award Costs
Even if pre -award costs are allowed, beginning performance is at the applicant and/or sub -
applicant's own risk.
D. Obligation of Funds
Funds are obligated to the 28 US&R Sponsoring Agencies at the time of award. All recipients
receive an Award Letter.
E. Notification to Unsuccessful Applicants
This is a non-competitive award. Each of the 28 FEMA-designated Urban Search and Rescue
Task Force Sponsoring Agencies will receive funding under this award. Applicants that are not
one of the 28 FEMA-designated Urban Search and Rescue Task Force Sponsoring Agencies will
be disqualified with no notification provided.
9. Post -Award Requirements and Administration
A. Administrative and National Policy Requirements
Presidential Executive Orders
17'Page
Recipients must comply with the requirements of Presidential Executive Orders related to grants
(also known as federal assistance and financial assistance), the full text of which are incorporated
by reference.
In accordance with Executive Order 14305, Restoring American Airspace Sovereignty (June 6,
2025), and to the extent allowed by law, eligible state, local, tribal, and territorial grant recipients
under this NOFO are permitted to purchase unmanned aircraft systems, otherwise known as
drones, or equipment or services for the detection, tracking, or identification of drones and drone
signals, consistent with the legal authorities of state, local, tribal, and territorial agencies.
Recipients must comply with all applicable federal, state, and local laws and regulations, and
adhere to any statutory requirements on the use of federal funds for such unmanned aircraft
systems, equipment, or services.
Subrecipient Monitoring and Management
Pass -through entities must comply with the requirements for subrecipient monitoring and
management as set forth in 2 C.F.R. §§ 200.331-333.
B. DHS Standard Terms and Conditions
A recipient under this funding opportunity must comply with the DHS Standard Terms and
Conditions in effect as of the date of the federal award. The DHS Standard Terms and
Conditions are available online: DHS Standard Terms and Conditions 1 Homeland Security. For
continuation awards, the terms and conditions for the initial federal award will apply unless
otherwise specified in the terms and conditions of the continuation award. The specific version
of the DHS Standard Terms and Conditions applicable to the federal award will be in the federal
award package.
A recipient under this funding opportunity must comply with the FY 2025 Department of
Homeland Security Standard Terms and Conditions, v. 3 (Apr. 18, 2025), with the exception
Paragraph C.IX (Communication and Cooperation with the Department of Homeland Security
and Immigration Officials) and paragraph C.XVII(2)(a)(iii) (Anti -Discrimination Grant Award
Certification regarding immigration). Paragraphs C.IX and C.XVII(2)(a)(iii) do not apply to any
federal award under this funding opportunity. The FY 2025 Department of Homeland Security
Standard Terms and Conditions, v. 3 (Apr. 18, 2025) are available at
www.dhs.gov/publication/dhs-standard-terms-and-conditions.
C. Financial Reporting Requirements
1. Recipients must report obligations and expenditures through a federal financial report.
The Federal Financial Report (FFR) form, also known as Standard Form 425 (SF-425), is
available online at: SF-425 OMB #4040-0014.
2. Recipients must submit the FFR quarterly throughout the period of performance (POP)
3. The final FFR is due within 120 calendar days after the end of the POP.
FEMA may withhold future federal awards and cash payments if the recipient does not submit
timely financial reports, or the financial reports submitted demonstrate lack of progress or
provide insufficient detail.
18 'Page
D. Programmatic Performance Reporting Requirements
1. A Performance Report must be submitted semi-annually throughout the POP.
2. A Performance Report must include task force accomplishments and the total budgeted,
expenditures and balance for the Cooperative Agreement funding within the following
areas: Administration/Management, Training, Equipment, and Maintenance/Storage.
3. The Progress Report must be submitted through FEMA GO.
4. Performance Report Due Dates
a. Due July 30, for the period of Jan. 1 — June 30
b. Due Jan. 30, for the period of July 1 — Dec. 31
E. Closeout Reporting Requirements
Within 120 days after the end of the period of performance, or after an amendment has been
issued to close out a federal award, recipients must submit the following:
1. The final request for payment, if applicable.
2. The final FFR.
3. The final progress report detailing all accomplishments.
4. A qualitative narrative summary of the impact of those accomplishments throughout the
period of performance.
5. Other documents required by this NOFO, terms and conditions of the federal award, or
other DHS Component guidance.
After FEMA approves these reports, it will issue a closeout notice. The notice will indicate the
period of performance as closed, list any remaining funds to be de -obligated, and address the
record maintenance requirement. Unless a longer period applies, such as due to an audit or
litigation, for equipment or real property used beyond the period of performance, or due to other
circumstances outlined in 2 C.F.R. § 200.334, this maintenance requirement is three years from
the date of the final FFR.
Also, pass -through entities are responsible for closing out those subawards as described in 2
C.F.R. § 200.344; subrecipients are still required to submit closeout materials within 90 calendar
days of the subaward period of performance end date. When a subrecipient completes all
closeout requirements, pass -through entities must promptly complete all closeout actions in time
for the recipient to submit all necessary documentation and information to FEMA during the
closeout of their prime award. The recipient is responsible for returning any balances of
unobligated or unliquidated funds that have been drawn down that are not authorized to be
retained per 2 C.F.R. § 200.344(e).
Administrative Closeout
Administrative closeout is a mechanism for FEMA to unilaterally execute closeout of an award.
FEMA will use available award information in lieu of final recipient reports, per 2 C.F.R. §
200.344(h)-(i). It is an activity of last resort, and if FEMA administratively closes an award, this
may negatively impact a recipient's ability to obtain future funding.
Additional Reporting Requirements
19'Page
Anytime there is a chance in personnel for any of the awardees and/or subrecipients, their
information needs to be submitted for approval (all the previous personal information identified).
See Appendix A: US&R Task Force FY 2025 Readiness Cooperative Agreement Statement of
Work, Section I, for complete list of reporting requirements.
F. Disclosing Information per 2 C.F.R. § 180.335
Before entering into a federal award, the applicant must notify FEMA if it knows that the
applicant or any of the principals (as defined at 2 C.F.R. § 180.995) for the federal award:
1. Are presently excluded or disqualified;
2. Have been convicted within the preceding three years of any of the offenses listed in §
180.800(a) or had a civil judgment rendered against you for one of those offenses
within that time period;
3. Are presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State, or local) with the commission of any of the
offenses listed in § 180.800(a); or
4. Have had one or more public transactions (Federal, State, or local) terminated within
the preceding three years for cause or default.
This is requirement is fully described in 2 C.F.R. §180.335.
Additionally, 2 C.F.R. § 180.350 requires recipients to provide immediate notice to FEMA at
any time after entering a federal award if:
1. The recipient learns that either it failed to earlier disclose information as required by 2
C.F.R. § 180.335.
2. Due to changed circumstances, the applicant or any of the principals for the federal
award now meet the criteria at 2 C.F.R. § 180.335 listed above.
G. Reporting of Matters Related to Recipient Integrity and Performance
Appendix XII to 2 C.F.R. Part 200 states the terms and conditions for recipient integrity and
performance matters used for this funding opportunity.
If the total value of all active federal grants, cooperative agreements, and procurement contracts
for a recipient exceeds $10,000,000 at any time during the period of performance:
1. The recipient must maintain the currency of information reported in SAM.gov about
civil, criminal, or administrative proceedings described in paragraph 2 of Appendix XII;
2. The required reporting frequency is described in paragraph 4 of Appendix XII.
H. Single Audit Report
A recipient expending $1,000,000 or more in federal awards (as defined by 2 C.F.R. § 200.1)
during its fiscal year must undergo an audit. This may be either a single audit complying with 2
C.F.R. § 200.514 or a program -specific audit complying with 2 C.F.R. §§ 200.501 and 200.507.
Audits must follow 2 C.F.R. Part 200, Subpart F, 2 C.F.R. § 200.501, and the U.S. Government
Accountability Office (GAO) Generally Accepted Government Auditing Standards.
I. Monitoring and Oversight
20'Page
Per 2 C.F.R. § 200.337, DHS and its authorized representatives have the right of access to any
records of the recipient or subrecipient pertinent to a Federal award to perform audits, site visits,
and any other official use. The right also includes timely and reasonable access to the recipient's
or subrecipient's personnel for the purpose of interview and discussion related to such
documents or the Federal award in general.
Pursuant to this right and per 2 C.F.R. § 200.329, DHS may conduct desk reviews and make site
visits to review and evaluate project accomplishments and management control systems as well
as provide any required technical assistance. Recipients and subrecipients must respond in a
timely and accurate manner to DHS requests for information relating to a federal award.
J. Program Evaluation
Title I of the Foundations for Evidence -Based Policymaking Act of 2018, Pub. L. No. 115-435
(2019) (Evidence Act), PUBL435.PS urges federal agencies to use program evaluation as a
critical tool to learn, improve delivery, and elevate program service and delivery across the
program lifecycle. Evaluation means "an assessment using systematic data collection and
analysis of one or more programs, policies, and organizations intended to assess their
effectiveness and efficiency." Evidence Act, § 101 (codified at 5 U.S.C. § 311). OMB A-11,
Section 290 (Evaluation and Evidence -Building Activities) further outlines the standards and
practices for evaluation activities. Federal agencies are required to specify any requirements for
recipient participation in program evaluation activities (2 C.F.R. § 200.301). Program evaluation
activities incorporated from the outset in the NOFO and program design and implementation
allow recipients and agencies to meaningfully document and measure progress and achievement
towards program goals and objectives, and identify program outcomes and lessons learned, as
part of demonstrating recipient performance (2 C.F.R. § 200.301).
As such, recipients and subrecipients are required to participate in a Program Office (PO) or a
DHS Component -led evaluation, if selected. This may be carried out by a third -party on behalf
of the PO or the DHS Component. Such an evaluation may involve information collections
including but not limited to, records of the recipients; surveys, interviews, or discussions with
individuals who benefit from the federal award, program operating personnel, and award
recipients; and site visits or other observation of recipient activities, as specified in a DHS
Component or PO -approved evaluation plan. More details about evaluation requirements may be
provided in the federal award, if available at that time, or following the award as evaluation
requirements are finalized. Evaluation costs incurred during the period of performance are
allowable costs (either as direct or indirect) in accordance with 2 C.F.R. § 200.413.
Recipients and subrecipients are also encouraged, but not required, to participate in any
additional evaluations after the period of performance ends, although any costs incurred to
participate in such evaluations are not allowable and may not be charged to the federal award.
K. Additional Performance Reporting Requirements
Not Applicable.
L. Termination of Federal Award
211Page
1. Paragraph C.XL of the FY 2025 DHS Standard Terms and Conditions, v.3, sets forth a term
and condition entitled "Termination of a Federal Award." The termination provision
condition listed below applies to the grant award. Paragraph C.XL of the FY 2025 DHS
Standard Terms and Conditions, v.3, does not apply to grant awards made pursuant to this
NOFO.
2. Termination of the Federal Award by FEMA
FEMA may terminate the federal award in whole or in part for one of the following reasons
identified in 2 C.F.R. § 200.340:
a. If the recipient or subrecipient fails to comply with the terms and conditions of the
federal award.
b. With the consent of the recipient, in which case FEMA and the recipient must agree
upon the termination conditions. These conditions include the effective date and, in
the case of partial termination, the portion to be terminated.
c. If the federal award no longer effectuates the program goals or agency priorities.
Under this provision, FEMA may terminate the award for these purposes if any of the
following reasons apply:
i. If DHS/FEMA, in its sole discretion, determines that a specific award
objective is ineffective at achieving program goals as described in this NOFO;
ii. If DHS/FEMA, in its sole discretion, determines that an objective of the award
as described in this NOFO will be ineffective at achieving program goals or
agency priorities;
iii. If DHS/FEMA, in its sole discretion, determines that the design of the grant
program is flawed relative to program goals or agency priorities;
iv. If DHS/FEMA, in its sole discretion, determines that the grant program is not
aligned to either the DHS Strategic Plan, the FEMA Strategic Plan, or
successor policies or documents;
v. If DHS/FEMA, in its sole discretion, changes or re-evaluates the goals or
priorities of the grant program and determines that the award will be
ineffective at achieving the updated program goals or agency priorities; or
vi. For other reasons based on program goals or agency priorities described in the
termination notice provided to the recipient pursuant to 2 C.F.R. § 200.341.
vii. If the awardee falls out of compliance with the Agency's statutory or
regulatory authority, award terms and conditions, or other applicable laws.
3. Termination of a Subaward by the Pass -Through Entity
The pass -through entity may terminate a subaward in whole or in part for one of the
following reasons identified in 2 C.F.R. § 200.340:
a. If the subrecipient fails to comply with the terms and conditions of the federal award.
22'Page
b. With the consent of the subrecipient, in which case the pass -through entity and the
subrecipient must agree upon the termination conditions. These conditions include the
effective date and, in the case of partial termination, the portion to be terminated.
c. If the pass -through entity's award has been terminated the pass -through recipient will
terminate its subawards.
4. Termination by the Recipient or Subrecipient
The recipient or subrecipient may terminate the federal award in whole or in part for the
following reason identified in 2 C.F.R. § 200.340: Upon sending FEMA or pass -through
entity a written notification of the reasons for such termination, the effective date, and, in
the case of partial termination, the portion to be terminated. However, if FEMA or pass -
through entity determines that the remaining portion of the federal award will not
accomplish the purposes for which the Federal award was made, FEMA or pass -through
entity may terminate the federal award in its entirety.
5. Impacts of Termination
a. When FEMA terminates the federal award prior to the end of the period of
performance due to the recipient's material failure to comply with the terms and
conditions of the federal award, FEMA will report the termination in SAM.gov in the
manner described at 2 C.F.R. § 200.340(c).
b. When the federal award is terminated in part or its entirety, FEMA or pass -through
entity and recipient or subrecipient remain responsible for compliance with the
requirements in 2 C.F.R. §§ 200.344 and 200.345.
6. Notification requirements
FEMA or the pass -through entity must provide written notice of the termination in a
manner consistent with 2 C.F.R. § 200.341. The federal award will be terminated on the
date of the notification unless stated otherwise in the notification.
7. Opportunities to Object and Appeals
Where applicable, when FEMA terminates the federal award, the written notification of
termination will provide the opportunity and describe the process to object and provide
information challenging the action, pursuant to 2 C.F.R. § 200.342.
8. Effects of Suspension and Termination
The allowability of costs to the recipient or subrecipient resulting from financial
obligations incurred by the recipient or subrecipient during a suspension or after the
termination of a federal award are subject to 2 C.F.R. § 200.343.
M. Best Practices
While not a requirement in the DHS Standard Terms and Conditions, as a best practice:
Entities receiving funds through this program should ensure that cybersecurity is integrated
23'Page
into the design, development, operation, and maintenance of investments that impact
information technology (IT) and/ or operational technology (OT) systems. Additionally, "The
recipient and subrecipient must take reasonable cybersecurity and other measures to
safeguard information including protected personally identifiable information (PII) and other
types of information." 2 C.F.R. § 200.303(e).
N. Payment Information
Recipients will submit payment requests in FEMA GO for FY25 awards under this
program.
Instructions to Grant Recipients Pursuing Payments
FEMA reviews all grant payments and obligations to ensure allowability in accordance with
2 C.F.R. § 200.305. These measures ensure funds are disbursed appropriately while
continuing to support and prioritize communities who rely on FEMA for assistance. Once a
recipient submits a payment request, FEMA will review the request. If FEMA approves a
payment, recipients will be notified by FEMA GO and the payment will be delivery pursuant
to the recipients SAM.gov financial information. If FEMA disapproves a payment, FEMA
will inform the recipient.
Processing and Payment Timeline
FEMA must comply with regulations governing payments to grant recipients. See 2 C.F.R. §
200.305. For grant recipients other than States, 2 C.F.R. § 200.305(b)(3) stipulates that
FEMA is to make payments on a reimbursement basis within 30 days after receipt of the
payment request, unless FEMA reasonably believes the request to be improper. For state
recipients, 2 C.F.R. § 200.305(a) instructs that federal grant payments are governed by
Treasury -State Cash Management Improvement Act (CMIA) agreements ("Treasury -State
agreement") and default procedures codified at 31 C.F.R. part 205 and Treasury Financial
Manual (TFM) 4A-2000, "Overall Disbursing Rules for All Federal Agencies." See 2 C.F.R.
§ 200.305(a).
Treasury -State agreements generally apply to "major federal assistance programs" that are
governed by 31 C.F.R. part 205, subpart A and are identified in the Treasury -State
agreement. 31 C.F.R. §§ 205.2, 205.6. Where a federal assistance (grant) program is not
governed by subpart A, payment and funds transfers from FEMA to the state are subject to
31 C.F.R. part 205, subpart B. Subpart B requires FEMA to "limit a funds transfer to a
state to the minimum amounts needed by the state and must time the disbursement to be in
accord with the actual, immediate cash requirements of the state in carrying out a
federal assistance program or project. The timing and amount of funds transfers must be as
close as is administratively feasible to a state's actual cash outlay for direct program costs and
the proportionate share of any allowable indirect costs." 31 C.F.R. § 205.33(a). Nearly all
FEMA grants are not "major federal assistance programs." As a result, payments to states for
those grants are subject to the "default" rules of 31 C.F.R. part 205, subpart B.
If additional information is needed, a request for information will be issued by FEMA to the
recipient; recipients are strongly encouraged to respond to any additional FEMA request for
24'Page
information inquiries within three business days. If an adequate response is not received, the
request may be denied, and the entity may need to submit a new reimbursement request; this
will re -start the 30-day timeline.
Submission Process
All non -disaster grant program reimbursement requests must be reviewed and approved by
FEMA prior to drawdowns.
For all non -disaster reimbursement requests (regardless of system), please ensure submittal
of the following information:
1. Grant ID / Award Number
2. Total amount requested for drawdown
3. Purpose of drawdown and timeframe covered (must be within the award performance
period)
4. Subrecipient Funding Details (if applicable).
• Is funding provided directly or indirectly to a subrecipient?
o If no, include statement "This grant funding is not being directed to a
subrecipient."
• If yes, provide the following details:
o The name, mission statement, and purpose of each subrecipient receiving
funds, along with the amount allocated and the specific role or activity being
reimbursed.
o Whether the subrecipient's work or mission involves supporting aliens,
regardless of whether FEMA funds support such activities.
o Whether the payment request includes an activity involving support to aliens.
o Whether the subrecipient has and diversity, equity, and inclusion practices.
5. Supporting documentation to demonstrate that expenses are allowable, allocable,
reasonable, and necessary under 2 CFR part 200 and in compliance with the grant's
NOFO, award terms, and applicable federal regulations.
O. Immigration Conditions
A recipient under this funding opportunity must comply with the FY 2025 Department of
Homeland Security Standard Terms and Conditions, v. 3 (Apr. 18, 2025), with the exception
Paragraph C.IX (Communication and Cooperation with the Department of Homeland Security
and Immigration Officials) and paragraph C.XVII(2)(a)(iii) (Anti -Discrimination Grant Award
Certification regarding immigration). Paragraphs C.IX and C.XVII(2)(a)(iii) do not apply to any
federal award under this funding opportunity. The FY 2025 Department of Homeland Security
Standard Terms and Conditions, v. 3 (Apr. 18, 2025) are available at
www.dhs.gov/publication/dhs-standard-terms-and-conditions.
10. Other Information
A. Period of Performance Extension
Extensions to the period of performance are allowed under extenuating circumstances.
25'Page
Recipients should consult with their FEMA point of contact for requirements related to a
performance period extension.
B. Other Information
a. Environmental Planning and Historic Preservation (EHP) Compliance
FEMA is required to consider effects of its actions on the environment and historic properties to
ensure that activities, grants and programs funded by FEMA, comply with federal EHP laws,
Executive Orders, regulations, and policies.
Recipients and subrecipients proposing projects with the potential to impact the environment or
cultural resources, such as the modification or renovation of existing buildings, structures, and
facilities, and/or new construction and/or replacement of buildings, structures, and facilities,
must participate in the FEMA EHP review process. This includes conducting early engagement
to help identify EHP resources, such as threatened or endangered species, historic properties, or
communities with environmental concerns; submitting a detailed project description with
supporting documentation to determine whether the proposed project has the potential to impact
EHP resources; and, identifying mitigation measures and/or alternative courses of action that
may lessen impacts to those resources.
FEMA is sometimes required to consult with other regulatory agencies and the public in order to
complete the review process. Federal law requires EHP review to be completed before federal
funds are released to carry out proposed projects. FEMA may not be able to fund projects that
are not in compliance with applicable EHP laws, Executive Orders, regulations, and policies.
FEMA may recommend mitigation measures and/or alternative courses of action to lessen
impacts to EHP resources and bring the project into EHP compliance.
EHP guidance is found at Environmental Planning and Historic Preservation. The site contains
links to documents identifying agency EHP responsibilities and program requirements, such as
implementation of the National Environmental Policy Act and other EHP laws, regulations, and
Executive Orders. DHS and FEMA EHP policy is also found in the EHP Directive & Instruction.
All FEMA actions, including grants, must comply with National Flood Insurance Program
(NFIP) criteria or any more restrictive federal, state, or local floodplain management standards or
building code (44 C.F.R. § 9.11(d)(6)). For actions located within or that may affect a floodplain
or wetland, the following alternatives must be considered: a) no action; b) alternative locations;
and c) alternative actions, including alternative actions that use natural features or nature -based
solutions. Where possible, natural features and nature -based solutions shall be used. If not
practicable as an alternative on their own, natural features and nature -based solutions may be
incorporated into actions as minimization measures.
The GPD EHP screening form is located at
https://www.fema.gov/sites/default/files/documents/fema ehp-s creening form ff-207-fy-21-
1005-26-2021.pdf.
b. Procurement Integrity
26'Page
When purchasing under a FEMA award, recipients and subrecipients must comply with the
federal procurement standards in 2 C.F.R. §§ 200.317-200.327.. To assist with determining
whether an action is a procurement or instead a subaward, please consult 2 C.F.R. § 200.331.
For detailed guidance on the federal procurement standards, recipients and subrecipients should
refer to various materials issued by FEMA's Procurement Disaster Assistance Team (PDAT).
Additional resources, including an upcoming trainings schedule can be found on the PDAT
Website: https://www.fema.gov/grants/procurement.
Under 2 C.F.R. § 200.317 when procuring property and services under a federal award, States
(including territories) and Indian Tribes, must follow the same policies and procedures they use
for procurements from their non-federal funds; additionally, states and Indian Tribes must now
follow 2 CFR §200.322, regarding domestic preferences for Procurements and 2 CFR§ 200.327
regarding required contract provisions.
Local government and nonprofit recipients or subrecipients must have and use their own
documented procurement procedures that reflect applicable State, Local, Tribal, and Territorial
(SLTT) laws and regulations, provided that the procurements conform to applicable federal law
and the standards identified in 2 C.F.R. Part 200.
1. Important Changes to Procurement Standards in 2 C.F.R. Part 200
On April 22, 2024, OMB updated various parts of Title 2 of the Code of Federal Regulations,
among them the procurement standards. These revisions apply to all FEMA awards with a
federal award date or disaster declaration date on or after October 1, 2024, unless specified
otherwise. The changes include updates to the federal procurement standards, which govern how
FEMA award recipients and subrecipients must purchase under a FEMA award.
More information on OMB's revisions to the federal procurement standards can be found in
Purchasing Under a FEMA Award: 2024 OMB Revisions Fact Sheet.
2. Competition and Conflicts of Interest
2 CFR §200.319(b) , applicable to local government and nonprofit recipients or subrecipients,
requires that contractors that develop or draft specifications, requirements statements of work, or
invitations for bids or requests for proposals must be excluded from competing for such
procurements. FEMA considers these actions to be an organizational conflict of interest and
interprets this restriction as applying to contractors that help a recipient or subrecipient develop
its grant application, project plans, or project budget. This prohibition also applies to the use of
former employees to manage the grant or carry out a contract when those former employees
worked on such activities while they were employees of the recipient or subrecipient.
Under this prohibition, unless the recipient or subrecipient solicits for and awards a contract
covering both development and execution of specifications (or similar elements as described
above), and this contract was procured in compliance with 2 C.F.R. § § 200.317-200.327,
federal funds cannot be used to pay a contractor to carry out the work if that contractor also
worked on the development of those specifications. This rule applies to all contracts funded with
federal grant funds, including pre -award costs, such as grant writer fees, as well as post- award
costs, such as grant management fees.
27pPage
In addition to organizational conflicts of interest, situations considered to be restrictive of
competition include, but are not limited to:
• Placing unreasonable requirements on firms for them to qualify to do business;
• Requiring unnecessary experience and excessive bonding;
• Noncompetitive pricing practices between firms or between affiliated companies;
• Noncompetitive contracts to consultants that are on retainer contracts;
• Specifying only a "brand name" product instead of allowing "an equal" product to be
offered and describing the performance or other relevant requirements of the
procurement; and
• Any arbitrary action in the procurement process.
Under 2 C.F.R§ 200.318(c)(1) , local government and nonprofit recipients or subrecipients are
required to maintain written standards of conduct covering conflicts of interest and governing the
actions of their employees engaged in the selection, award, and administration of contracts. No
employee, officer, or agent may participate in the selection, award, or administration of a
contract supported by a federal award if he or she has a real or apparent conflict of
interest. Such conflicts of interest would arise when the employee, officer or agent, any
member of his or her immediate family, his or her partner, or an organization that
employs or is about to employ any of the parties indicated herein, has a financial or other
interest in or a tangible personal benefit from a firm considered for a contract. The officers,
employees, and agents of the recipient or subrecipient may neither solicit nor accept
gratuities, favors, or anything of monetary value from contractors or parties to
subcontracts. However, the recipient or subrecipient may set standards for situations in
which the financial interest is not substantial, or the gift is an unsolicited item of nominal
value. The recipient's or subrecipient's standards of conduct must provide for disciplinary
actions to be applied for violations of such standards by officers, employees, or agents.
Under 2 C.F.R. 200.318(c)(2), if the local government and nonprofit recipient or subrecipient has
a parent, affiliate, or subsidiary organization that is not a SLTT government, the recipient or
subrecipient must also maintain written standards of conduct covering organizational conflicts of
interest. Organizational conflict of interest means that because of a relationship with a parent
company, affiliate, or subsidiary organization, the recipient or subrecipient is unable or appears
to be unable to be impartial in conducting a procurement action involving a related organization.
The recipient or subrecipient must disclose in writing any potential conflicts of interest to FEMA
or the pass -through entity in accordance with applicable FEMA policy.
3. Supply Schedules and Purchasing Programs
Generally, a recipient or subrecipient may seek to procure goods or services from a federal supply
schedule, state supply schedule, or group purchasing agreement.
Information about GSA programs for states, Indian Tribes, and local governments, and their
instrumentalities, can be found at Purchasing Resources and Support for State and Local
Governments.pdf
28pPage
Help for state, local, and tribal governments to make MAS buys GSA and
https ://www. gsa. gov/buying-selling/purchasing-programs/gsa-schedules/schedule-buyers/state-
and-local-governments.
4. Procurement Documentation
Per 2 C.F.R. § 200.318(i), local government and nonprofit recipients or subrecipients are
required to maintain and retain records sufficient to detail the history of procurement covering at
least the rationale for the procurement method, selection of contract type, contractor selection or
rejection, and the basis for the contract price. States and Indian Tribes are reminded that in order
for any cost to be allowable, it must be adequately documented per 2 CFR §200.403(g).
Examples of the types of documents that would cover this information include but are not limited
to:
• Solicitation documentation, such as requests for quotes, invitations for bids, or requests
for proposals;
• Responses to solicitations, such as quotes, bids, or proposals;
• Pre -solicitation independent cost estimates and post -solicitation cost/price analyses on file
for review by federal personnel, if applicable;
• Contract documents and amendments, including required contract provisions; and
• Other documents required by federal regulations applicable at the time a grant is awarded
to a recipient.
c. Financial Assistance Programs for Infrastructure
1. Build America, Buy America Act
Recipients and subrecipients must comply with FEMA's implementation requirements of the
Build America, Buy America Act (BABAA), which was enacted as part of the Infrastructure
Investment and Jobs Act §§ 70901-70927, Pub. L. No. 117-58 (2021); and Executive Order
14005, Ensuring the Future is Made in All of America by All of America's Workers. See also 2
C.F.R. Part 184, Buy America Preferences for Infrastructure Projects and Office of Management
and Budget (OMB), Memorandum M-24-02, Implementation Guidance on Application of Buy
America Preference in Federal Financial Assistance Programs for Infrastructure.
None of the funds provided under this program may be used for a project for infrastructure unless
the iron and steel, manufactured products, and construction materials used in that infrastructure
are produced in the United States.
The Buy America preference only applies to articles, materials, and supplies that are consumed
in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools,
equipment, and supplies, such as temporary scaffolding, brought to the construction site and
removed at or before the completion of the infrastructure project. Nor does a Buy America
preference apply to equipment and furnishings, such as movable chairs, desks, and portable
computer equipment, that are used at or within the finished infrastructure project but are not an
integral part of the structure or permanently affixed to the infrastructure project.
29'Page
To see whether a particular FEMA federal financial assistance program is considered an
infrastructure program and thus required to implement FEMA's Build America, Buy America
requirements, please see Programs and Definitions: Build America, Buy America Act
FEMA.gov
2. Waivers
When necessary, recipients (and subrecipients through their pass -through entity) may apply for,
and FEMA may grant, a waiver from these requirements.
A waiver of the domestic content procurement preference may be granted by the agency
awarding official if FEMA determines that:
• Applying the domestic content procurement preference would be inconsistent with the
public interest, or
• The types of iron, steel, manufactured products, or construction materials are not
produced in the United States in sufficient and reasonably available quantities or of a
satisfactory quality, or
• The inclusion of iron, steel, manufactured products, or construction materials produced in
the United States will increase the cost of the overall project by more than 25%.
The process for requesting a waiver from the Buy America preference requirements can be found
on FEMA's website at: "Buy America" Preference in FEMA Financial Assistance Programs for
Infrastructure FEMA.gov.
3. Definitions
For definitions of the key terms of the Build America, Buy America Act, please visit Programs
and Definitions: Build America, Buy America Act I FEMA.gov.
d. Mandatory Disclosures
The non -Federal entity or applicant for a federal award must disclose, in a timely manner, in
writing to the federal awarding agency or pass -through entity all violations of federal criminal
law involving fraud, bribery, or gratuity violations potentially affecting the Federal award, 2
CFR § 200.113.
e. Adaptive Support
Pursuant to Section 504, of the Rehabilitation Act of 1973 , recipients of FEMA financial
assistance must ensure that their programs and activities do not discriminate against qualified
individuals with disabilities.
f. Record Retention
1. Record Retention Period
30'Page
Financial records, supporting documents, statistical records, and all other non -Federal entity
records pertinent to a federal award generally must be maintained for at least three years from the
date the final FFR is submitted. See 2 C.F.R. §200.334. Further, if the recipient does not submit a
final FFR and the award is administratively closed, FEMA uses the date of administrative
closeout as the start of the general record retention period.
The record retention period may be longer than three years or have a different start date in
certain cases.
2. Types of Records to Retain
FEMA requires that recipients and subrecipients maintain the following documentation for
federally funded purchases:
• Specifications
• Solicitations
• Competitive quotes or proposals
• Basis for selection decisions
• Purchase orders
• Contracts
• Invoices
• Cancelled checks
g. Actions to Address Noncompliance
Non-federal entities receiving financial assistance funding from FEMA are required to comply
with requirements in the terms and conditions of their awards or subawards, including the terms
set forth in applicable federal statutes, regulations, NOFOs, and policies. Throughout the award
lifecycle or even after an award has been closed, FEMA or the pass -through entity may discover
potential or actual noncompliance on the part of a recipient or subrecipient.
In the case of any potential or actual noncompliance, FEMA may place special conditions on an
award per 2 C.F.R.§ 200.208 and 2 C.F.R.§ 200.339. FEMA may place a hold on funds until
the matter is corrected, or additional information is provided per 2 C.F.R. § 200.339. or it may
do both. Similar remedies for noncompliance with certain federal civil rights laws are authorized
pursuant to 44 C.F.R. Part 7 and 44 C.F.R. Part 19 or other applicable regulations.
If the noncompliance is not able to be corrected by imposing additional conditions or the
recipient or subrecipient refuses to correct the matter, FEMA may take other remedies allowed
under 2 C.F.R.§ 200.339.
h. Audits
311Page
FEMA grant recipients are subject to audit oversight from multiple entities including the DHS
OIG, the GAO, the pass -through entity, or independent auditing firms for single audits, and may
cover activities and costs incurred under the award. Auditing agencies such as the DHS OIG, the
GAO, and the pass -through entity (if applicable), and FEMA in its oversight capacity, must have
access to records pertaining to the FEMA award.
11. Appendices
A. National Urban Search and Rescue Response System (US&R) Task Force FY 2025
Cooperative Agreement Statement of Work
B. Budget Narrative
C. Cooperative Agreement Funding — Recommended Allocations (Spend Plan)
D. Task Force Allocations and Budget Totals
E. Administration Budget
F. Special Equipment Cache Allocations (HEPP, IST, Medical)
G. Annual Advisory Organization Stipends
H. Summary of Deliverables and Points of Contact
32'Page
Appendix A
US&R Task Force FY 2025 Readiness Cooperative Agreement
Statement of Work
Contents
A. Purpose 1
B. Background 2
C. FEMA Objectives 2
D. Approvals 3
E. Applicable Laws and Policies/Order of Precedence 3
F. Cooperative Agreement Funding 4
G. FEMA/US&R Branch Responsibility 5
H. Sponsoring Agency Responsibility and Requirements 6
1. Administration and Management 6
2. Training 8
3. Equipment and Supplies 10
4. Maintenance and Storage 13
I . Reporting 14
1. Requirements 14
2. Closeout Reports 15
3. Timelines (See Appendix H) 16
J. Time is of the Essence 17
A. Purpose
The U. S. Department of Homeland Security (DHS) and the Federal Emergency Management
Agency (FEMA) are accountable to provide support and funding for the maintenance and
readiness of the National Urban Search and Rescue (US&R) Response System (the System).
The purpose of this Readiness Cooperative Agreement is to support the continued
development and maintenance of a national urban search and rescue capability.
Specifically, this agreement provides a mechanism for distribution of Cooperative
Agreement funding for certain purposes in preparation of a Federal US&R capability for
disaster response. This Cooperative Agreement allows each Sponsoring Agency of a System
US&R task force the opportunity to maintain a high standard and condition of operational
readiness and includes guidance on key areas for task force management to focus on
continued preparedness efforts.
1
This Cooperative Agreement provides direction to the System task force's Sponsoring
Agency for the use of funding to provide administrative and program management, training,
support, equipment cache procurement, maintenance, and storage.
B. Background
FEMA, in cooperation with other federal, state and local agencies created the System to
provide a national US&R capability that provides lifesaving resources to survivors of
structural collapse. When the System was developed in 1990, there was limited capability in
only a few states to perform this mission and no resources were available for a coordinated
national response.
In 1992, the Federal Response Plan (FRP) was published by FEMA and coordinated
activities with 26 federal agencies. The federal government's response to disasters was
classified into 12 Emergency Support Functions (ESFs). ESF #9 (Search and Rescue) was
established with FEMA as the Primary Agency. FEMA maintains a national consensus on
standard operating procedures, organizational structure, equipment, training, and exercise
requirements. Currently, 28 state and local Sponsoring Agencies in 19 states participate in
the System by making their task forces available for national disaster response.
FEMA had no organic heavy rescue capability of its own and realized the best sources for
US&R knowledge and skills reside at the state and local level. The System was developed
and continues as a federal —state —local partnership, based on a Memorandum of Agreement
(MOA) and individual Response and Readiness Cooperative Agreements. While the MOA
provides the basic operational "Agreement" between FEMA, the state and Sponsoring
Agency, the individual Readiness Cooperative Agreement provides the mechanism for
distributing federal funds to the Sponsoring Agencies of the System's 28 US&R task forces
for continued readiness efforts.
In December 2004, the National Response Plan (NRP) was published by DHS, which
integrated the Federal Response Plan. The NRP was then updated in January 2008 and is
now referred to as the National Response Framework (NRF). At that time, ESF#9 was
expanded to encompass urban, water -borne, and land -based search and rescue environments.
C. FEMA Objectives
FEMA, through the US&R Branch or Grant Programs Directorate, shall:
1. Provide oversight and funding to System Sponsoring Agencies to manage and administer
US&R task force affairs and activities in accordance with accepted standard business
practices.
2. Provide oversight and funding to train and exercise System personnel to safely perform
assigned US&R duties in accordance with established FEMA/System approved standards
and guidance.
3. Provide oversight and funding to acquire and maintain the equipment in accordance with
the US&R Equipment Cache List as approved by the US&R Branch.
4. Provide oversight and funding for the lease of space to provide offices, training facilities
and/or storage of vehicles and equipment, as needed.
2
5. Provide resources (e.g., staff, equipment, funding) to support readiness and standby
activities, subject to availability of funds (e.g., catastrophic planning, technical assistance,
mobilization exercises).
6. Provide a forum for discussion of strategic issues by facilitating the hosting of
Sponsoring Agency Chief/Head meetings with the FEMA Administrator, or designee' as
well as regularly scheduled meetings with the System's Strategic Group.
D. Approvals
Advance approval must be obtained in writing from both the US&R Branch and the FEMA
Grants Assistance Officer for the following (in accordance with 2 C.F.R. Part 200):
1. Approval for activities or expenditures not identified in the task force narrative and
budget, but that are allowable within the scope of work for this Cooperative Agreement
(i.e., budget changes).
2. Requests for extension of the Period of Performance (POP) for this Cooperative
Agreement. (The POP for this Cooperative Agreement is 36 months to allow sufficient
time to complete and execute the budget). Extensions to the POP for this program are
allowed. Extensions to the POP identified in the award will only be considered through
formal, written requests to both the US&R Branch and the FEMA Grants Assistance
Officer and must contain specific and compelling justifications as to why an extension is
required. See also section 10(A) of the NOFO for more information on the POP
extension process.
3. Requests for spending Cooperative Agreement funds prior to the beginning of this period
of performance ("pre -award costs"). See also section 3 (J) of the NOFO for further
information on pre -award costs.
Unauthorized expenditures may be denied and required to be reimbursed to FEMA. Use of
Cooperative Agreement funds provided through this agreement for any activity that occurs
outside the United States and its territories is prohibited, unless authorized by the US&R
Branch, FEMA Grant Programs Directorate and FEMA International Affairs prior to
incurring costs for the activity.
E. Applicable Laws and Policies/Order of Precedence
This award is subject to the laws and regulations of the United States. This Cooperative
Agreement incorporates the terms and requirements of any applicable Agency policies and
all US&R Program Directives issued by the US&R Branch, including those issued during the
term of this Cooperative Agreement.
Any inconsistency or conflict in terms and conditions specified in the award will be resolved
according to the following order of precedence: public laws, regulations, applicable notices
published in the Federal Register, Executive Orders, OMB Circulars, agency award
conditions, the terms and conditions of the Sponsoring Agency's Memorandum of
Agreement with FEMA, applicable DHS and FEMA policies, US&R Program Directives,
and US&R General Memoranda. (Available by contacting the US&R Branch)
3
Some of the terms and conditions contained herein may contain, by reference or substance, a
summary of the applicable statutes, regulations, Executive Orders, or OMB Circulars. To the
extent that a term or condition contained in this NOFO is a summary of an authority, such
provision is not in derogation of, or an amendment to, any such statute, regulation, Executive
Order, or OMB Circular.
Prohibitions on Expending FEMA Award Funds for Covered Telecommunications
Equipment or Services Effective August 13, 2020, and mandated by section 889 of the John
S. McCain National Defense Authorization Act for Fiscal Year 2019 (FY 2019 NDAA), Pub.
L. No. 115-232 (2018), FEMA recipients and subrecipients may not use grant funds to:
i. Procure or obtain any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential component of
any system, or as critical technology of any system;
ii. Enter into, extend, or renew a contract to procure or obtain any equipment, system, or
service that uses covered telecommunications equipment or services as a substantial
or essential component of any system, or as critical technology of any system; or
iii. Enter into contracts or extend or renew contracts with entities that use covered
telecommunications equipment or services as a substantial or essential component of
any system, or as critical technology as part of any system.
F. Cooperative Agreement Funding
The FY 2025 Cooperative Agreement minimum base total (or minimum amount) for each
task force is $1,200,000. Specific US&R Branch recommended allocations are outlined in
Appendix C of this NOFO. Additional funds allocated to specific task forces are provided by
the US&R Branch in Appendices D, E, and F.
Each task force can apply for up to the amount allocated to their agency as shown in
Appendix D. All Sponsoring Agencies must submit supporting documentation with each
application. The Period of Performance for the FY 2025 US&R Readiness Cooperative
Agreement funding is 36 months. Each task force should submit a budget narrative detailing
daily operation costs such as salary expenses and lease costs within that period of
performance covering only 12 months. Certain costs may be expended during any point in
the period of performance while other costs must be budgeted for a set period within the
period of performance.
For costs to conduct trainings and for procurement of equipment and supplies task forces
shall only charge costs for work done in the period of performance. Where part (or all) of the
work under a grant is equipment to be put into service, then that work needs to be fully
completed (including receiving the equipment) within the period of performance. These costs
may be incurred at any point throughout the period of performance.
4
Task forces are reminded that you may only use cooperative agreement funds to pay for
warehouse leases for a twelve-month consecutive period within the overall period of
performance and that there is no guarantee of cooperative agreement funding in future years.
Task forces may write contracts with an available funds clause or option years for protection.
G. FEMA/US&R Branch Responsibility
1. Review, approve, and adopt System -related products, including technical manuals,
operational procedures, training curriculum and supporting manuals, meeting agendas
and other requirements for the System.
2. Coordinate and support meetings relating to System activities, to develop and implement
policies, procedures, and System documents.
3. Establish and disseminate policy and Program Directives for the System based on
established regulations and collaboration with Sponsoring Agencies and their members.
4. In cooperation with the System's Strategic Group, determine annual funding levels for
readiness activities.
5. Purchase equipment and deliver to System task forces, based on need and available
funding.
6. Review and/or approve expenditure reports, performance reports, personnel records,
training records, task force self -evaluation documents, equipment cache and excess
property inventories and other deliverables required by the US&R Branch.
7. Review and approve/disapprove in writing, in conjunction with the Grants Assistance
Officer, any cost deviations or budget revisions from those prescribed in this agreement
or from other FEMA established policies.
8. Implement the policy, criteria, and procedure for task force evaluations. Distribute an
annual Task Force Self -Evaluation survey with 45-day submission suspense, for
completion by the task forces. Conduct a cooperative peer -based Readiness Assessment
Program (RAP), to include Administrative Readiness Evaluations (ARE) and Operational
Readiness Exercise Evaluations (OREE).
9. Track, disseminate, and consistently update the status of recommendations generated
from the Advisory Organization to all System components.
10. Based on various planning factors, the US&R Branch may alert or activate System
resources for activities associated with scheduled National Special Security Events
(NSSE). Task forces activated under this section will be notified in advance, through
written activation orders that will provide authorization for travel and to carryout
activities required of the operations. Prior to any activities under this section, the US&R
Branch will request cost estimates from identified task forces. This item would be
funded separately from annual Readiness Cooperative Agreement funding but could be
either an amendment to this Cooperative Agreement or the Response Cooperative
Agreement.
11. Provide at least one full-time US&R Branch staff member to serve as project officer for
each of the recognized Functional Groups within the Advisory Organization to assist the
Group leader in the administration of the Group.
5
H. Sponsoring Agency Responsibility and Requirements
Under this Readiness Cooperative Agreement, the Sponsoring Agency shall use funding to
prepare the task force under the following categories: Administration/Management,
Training, Equipment, and Storage/Maintenance.
1. Administration and Management
a. Provide sufficient staff for management and administration of task force day-to-day
activities. This staff shall be responsible for program management, grants
management, financial management, administrative support, training coordination
and instruction, logistics management and property accountability. These
management responsibilities include, but are not limited to, task force salaries and
expenses coordination; record -keeping; inventory and maintenance of task force
equipment caches; communicating with task force members and parties who support
task force activities; and similar management and administrative tasks.
b. Maintain a comparison of expenditures with budgeted amounts for each Federal
award, per 2 C.F.R. § 200.302(b)(5). This includes maintaining a budget that reflects
budgeted versus actual expenditures, tracking back to the four budget categories and
nine object classes as detailed within their budget of their application on SF-424A —
Budget Information (Non -Construction) or SF-424C — Budget Information
(Construction).
c. Task forces may purchase equipment & supplies for the administration of their
program with US&R funding, with their own funding, or both. These items may
include but are not limited to, laptop and desktop computers, cellular
telephones/wireless tablets, personal communication devices (e.g., smart phones),
printers, scanners, copy machines, office furniture, video conference capability, etc.
d. Recruit, train and maintain a roster of personnel to enable complete staffing of a
National Incident Management System (NIMS) Type I US&R task force. Positions
shall be staffed from within the task force organization unless prior approval is given
by the US&R Branch. The rostered staffing level shall be a maximum 210 personnel,
plus up to 10% allowable staffing overage, to address attrition, Incident Support
Team (IST) members, etc. The task force shall pursue the goal to roster the minimum
of 140 deployable personnel; two -deep at each of the 19 functional positions required
for a NIMS Type I US&R task force configuration. Ensure all members have a
completed, signed, and notarized Appointment Affidavit on file with the task force.
e. Ensure each task force member meets the necessary license, certification, or other
professional qualification requirements of their assigned position at time of
deployment. Further ensure that the task force has the documentation on file to verify
currency.
f. The task force may use funds to cover salary and travel for product research and
development efforts, when authorized by the US&R Branch who will coordinate with
the Grant Programs Directorate.
g. The task force may use funds to cover salary and travel to enable task force personnel
to collaborate with federal, state, or other entities (e.g., other US&R resources or
emergency responders) to enhance the capabilities of the System.
h. Ensure the task force is prepared for AREs by completing an internal self -evaluation
operational readiness and preparedness survey (Phase I Self -Evaluation) as provided
6
by the US&R Branch. The completed electronic copy of the self -evaluation shall be
submitted as directed by the annual Program Directive.
i. The task force shall submit their estimated daily deployment cost on an annual basis.
Detailed instructions will be provided by the US&R Branch through a US&R
Program Directive.
j. Ensure funds are properly allocated, accounted for, and reported for those task force
members who serve as Sponsoring Agency Chief Representatives, Advisory Group
Chair, Deputy Advisory Group Chair, IST Representative, Legal Representative,
Functional Group Leaders, Deputy Functional Group Leaders, Subgroup Leaders,
National and Divisional Task Force Representatives, Incident Support Team
leadership as appropriate and authorized by the US&R Branch. These funds are
intended to defray personnel salary, backfill, travel and other administrative costs
associated with these positions for assigned task forces in accordance with
Sponsoring Agency policies and Appendices C, D, E, and F.
k. Ensure funds are properly allocated, accounted for, and reported for those task forces
that receive additional funding to host meetings, deliver national training, and
facilitate special projects. These funds are intended to defray personnel salary,
backfill, travel and other administrative costs associated with the additional funding
provided in accordance with Sponsoring Agency policies and Appendices C, D, E,
and F.
1. Ensure funds are properly allocated, accounted for, and reported for congressionally
mandated and end -of -year supplemental funding intended to recapitalize the
equipment cache.
m. Ensure timely reporting of expenditures for readiness activities carried out under this
agreement and timely delivery of Cooperative Agreement reporting. Refer to Section
I of this Appendix, Reporting.
n. As funding allows, ensure personnel salaries and expenses relating to task force and
Incident Support Team administration, development and training preparedness
activities are paid in accordance with established Sponsoring and Participating
Agency policies/practices and in a timely manner, but no later than 120 days after
completion of a training exercise. Appropriate personnel records shall be kept in
accordance with 2 C.F.R. Part 200.
o. Compliance with NIMS is a condition for award of this Cooperative Agreement as
outlined in Homeland Security Presidential Directive-5 (HSPD-5), Management of
Domestic Incidents. Sponsoring Agencies must comply with the NIMS
Implementation Activities established annually by FEMA. Sponsoring Agencies
must report NIMS compliance activities in accordance with state and local NIMS
guidance. Additionally, a certificate of completion for each required course in
accordance with current the Position Descriptions must be in each System task force
member's personnel file. State offered NRF, NIMS, or equivalent certificates may
be substituted for those courses offered on the FEMA NIMS website provided they
meet federal NIMS standards. For further information on compliance and guidance,
refer to the following website: https://www.fema.gov/national-incident-management-
system.
p. Attend FEMA-sponsored or FEMA-approved System meetings, conferences, and
training sessions, or other events as directed by the US&R Branch as they relate to the
7
System. Other activities include on -site peer AREs, OREEs, quality assurance
oversight of FEMA-sanctioned training courses, training with other task forces, grants
management training, non-federal search and rescue meetings/activities (e.g., State
Urban Search and Rescue (SUSAR) Alliance), and research & development for
equipment, as directed by the US&R Branch. The US&R Branch is recommending
allocation of certain funds as identified in Appendix C for travel. All travel funds
shall be accounted for under Management and Administration and/or Training at the
task force level.
q. Provide complete medical evaluations and immunizations to task force members as
defined by the System's Medical Subgroup or current Federal requirements. Medical
screening should be conducted, at a minimum, on a triennial basis for each task force
member. Each task force member must have a current Fit for Deployment form
signed by the examining physician on file. This document along with the medical
evaluation shall become part of each member's personal medical record. Please refer
to the most current Program Directive.
r. Expend at least 98% of the Cooperative Agreement funds for which the task force has
budgeted. Failure to expend 98% might be taken into consideration for future award
amounts.
2. Training
a. Provide System -related or System -required training for task force personnel,
including the delivery of local US&R training courses or other courses specifically
required by the System's Position Descriptions or authorized by the US&R Branch.
This should include equipment specific training provided by the manufacturer and
authorized repair technician certification training to allow task forces to have
members certified to conduct manufacturer approved repairs in-house.
b. As funding permits, complete all five modules of the OREE over a three-year period
either as individual exercise components, or as one comprehensive deployment
exercise. The task force is encouraged to exercise as many task force members as
possible during this Cooperative Agreement.
c. When a task force completes all five modules, those funds originally set aside for a
deployment exercise may then be used for other System approved items within the
same budget category. This change must be addressed in the Semi -Annual
Performance Report. A budget change is required when funds exceeding 10% of the
Cooperative Agreement award amount are moved to another program budget
category.
d. The task force should notify the US&R Branch of mobilization or deployment
exercises as soon as the exercise is scheduled, but not later than 60 days before the
exercise begins. Notification should be brief, but include dates, scope of exercise,
number of participants, and other agencies involved. The intent of this notification is
to provide the US&R Branch planning information for AREs and scheduling joint
exercises with other DoD/federal agencies. It does not take the place of, and should
not be confused with, sanction request letters to obtain FEMA approval of task force
sponsored training and exercises in accordance with the Training Program
Administration Manual (TPAM), dated January 27, 2020 (issued as US&R Program
8
Directive 2020-004), or most current training manual. (Available from the US&R
Branch)
e. Submit an after -action report within 90 days of the completion of a mobilization or
deployment exercise, or a training activity with duration of more than 24 consecutive
hours.
f. Ensure training and exercise activities of the task force meet System standards,
requirements and certifications. Ensure training records for all task force personnel
are kept in a central, secure location.
g. Provide funding for expenses related to the acquisition, maintenance, training and
certification of Canine Search Teams. This statement is not related to the funding
provided to host canine evaluations.
h. The task force is authorized to fund the acquisition, maintenance, training and
certification of Canine Search Teams — Human Remains Detection. This allows the
task force the ability to have this resource within the task force. Task force support of
this resource is voluntary.
i. When authorized, ensure funds are distributed in support of hosting a System Canine
Search Team Certification Evaluation or Preparation, as identified in Appendix E.
When funding provided for the canine evaluations exceeds actual costs, the excess
allocated funds may be redirected to other System activities that support the task
force's canine program under Items 6 & 7. If remaining funds are used to cover costs
under Items 6 and/or 7, provide this information and the associated cost(s) in their
Semi -Annual Performance Report submission.
k. Provide grants management training to assigned task force Grant Managers and
Assistants who have not previously attended training. Grant Management
Certification is mandatory for all task force Grants Managers. Grant Management
Certification is optional, but recommended, for task force Program Managers and
other key personnel assigned to System administrative duties. Every effort shall be
made to attend continuing education by task force Grant Managers and Assistants
during the Cooperative Agreement to stay current with regulation updates/changes.
Personnel should attend training from a facility that provides a "Grants Certificate
Program" and/or the US&R Grant Manager course. The US&R Branch and/or Grants
Assistance Officer may be contacted for further information on classes offered.
Examples of some grant management course topics are:
1. Managing Federal Grants and Cooperative Agreements for Recipients
2. Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards: 2 C.F.R. Part 200
3. Applying for Federal Grants and Cooperative Agreements
4. How to Prepare the Application Budget
5. Business Management Systems for Recipients
6. Audit of Federal Grants and Cooperative Agreements
1. Provide appropriate database and systems training, as needed to task force logistics
and program management personnel to maintain personnel, equipment, grant,
financial and accountability records.
9
3. Equipment and Supplies
a. In addition to the requirements in this Appendix, states must use, manage, and
dispose of equipment, as defined by 2 C.F.R. § 200.1 in accordance with state laws.
Non -state task forces must follow the 2 C.F.R. § 200.313(c)-(e) regarding the use,
management, and disposition of equipment. All task forces must comply with the
requirements of 2 C.F.R. § 200.314 for supplies, as defined by 2 C.F.R. § 200.1. All
task forces must also comply with 2 C.F.R. § 200.312 regarding federally owned
property. Equipment is tangible personal property with a useful life of at least 1
year & a per unit cost of at least $10,000 (or the non-federal entity's equivalent
threshold, whichever is lower). Supplies, on the other hand, are tangible
personal property lower than the $10,000 equipment threshold or have a useful
life of less than a year. Phones, tablets, etc. would more likely be supplies than
equipment.
b. The Sponsoring Agency is authorized to purchase equipment as listed in the System's
most current FEMA Approved Equipment Cache List. (Available on
https://www.responsesystem.org or by contacting the US&R Branch). The task force
shall procure and maintain the required Hazardous Materials (Hazmat) preparedness
and response equipment and supplies and train personnel according to current System
policy. Doing so will allow the task force to perform rescue operations in a
contaminated environment, as defined in the System's Hazardous Materials (Hazmat)
Concept of Operations (Annex B).
c. The task force shall procure and maintain all items specifically identified and funded
in the budget spend plan for the purpose of equipment cache recapitalization. The
recapitalization priority for this award will be communicated by Program Directive.
Task force personnel are reminded and directed not to exceed the current
Manufacturer Suggested Retail Price (MSRP), unless prior approval is received in
writing from the US&R Branch. The task force must follow the applicable federal
procurement requirements at 2 C.F.R. §§ 200.317 — 200.327. The rules differ
depending on whether the task force is a state entity or a non -state entity. Non -state
entities must follow their own documented procurement procedures that reflect
applicable state and local laws and regulations, provided the procurements conform to
applicable federal law and the federal procurement requirements. Adherence to the
federal procurement requirements ensures reasonable prices are obtained, and
reasonable costs are a requirement of the federal cost principles per 2 C.F.R. §
200.404. Special consideration is given to the task force to purchase other equipment
items in support of training, administrative, and warehouse/maintenance needs. Any
other equipment not specified above can only be purchased after receiving written
approval from the US&R Branch.
d. Specific task forces are identified and provided funds to cover maintenance costs of
the IST "A", "B" and "C" caches and medical kits. Cooperative Agreement
regulations apply to these funds and shall not be transferred to a Participating Agency
(See NOFO Appendix F for task forces that support an IST cache).
e. Specific task forces are also identified and provided funds to cover maintenance costs
of the seven HEPP caches in accordance with the most current version of the
System's HEPP Concept of Operations. (See Appendix F for task forces that support
10
a HEPP cache). Cooperative Agreement regulations apply to these funds and shall
not be transferred to a Participating Agency. These task forces are also required to
submit an annual HEPP maintenance cost estimate by October 30th of each year to the
US&R Branch's Program Management Section Chief to assist with the budgeting for
future Cooperative Agreements, subject to the availability of funds. This cost
estimate shall be based on actual expenses incurred from the previous year and any
additional costs anticipated for the following year, as funding allows.
f. Task forces are to ensure that the full complement of Communications capability that
meets the requirements, per the current FEMA Approved Equipment Cache List has
been purchased and/or identified within the Sponsoring Agency for immediate
deployment. This Communications capability shall be maintained in a state of
readiness for response. Service agreements, as required, shall be in place for
immediate use of equipment upon activation. Communications capabilities shall be
addressed in the following priority order:
1. Radio UHF, VHF, 800MHz, Marine, and Air frequency capability, to include the
required quantities of portable handheld radio units; portable base station(s),
mobile and desktop unit(s), and portable repeater(s); and mobile radio units
installed and operational in all task force prime mover vehicles;
2. Satellite capability including satellite data via transportable .98-1.2M dish
system, mobile satellite data system(s), and handheld and mobile satellite
phones;
3. Cellular -based data and phone capability to include wireless mobile hotspots and
wireless phones.
g. Purchase equipment or supplies necessary to conduct operations within the disciplines
of the task force (e.g., Communications, Search & Logistics). These items may
include but are not limited to, wireless tablets, personal communication devices (e.g.,
smart phones), software, printers, etc.
h. For state task forces regarding grant -purchased equipment, they must maintain and
track equipment in accordance with state laws and procedures. For non -state task
forces regarding grant -purchased equipment, all equipment must be tracked as to its
origin. Equipment that is procured with this Cooperative Agreement funding shall be
identified with the source, cache list number and Cooperative Agreement number.
Additionally, for all task forces, federal equipment shall be properly identified as to
the ownership and funding source (including Agency name and Cooperative
Agreement number or Disaster/contract number). The tracking can be accomplished
through procurement documents, through fields in a database, or spreadsheet. It is the
responsibility of each task force to develop a method of tracking in accordance with
this section. However, it should be a system that will easily and quickly identify the
information. Additionally, all procurement records and receipts should be cross-
referenced and coded with the Cooperative Agreement number, cache list item
number, Statement of Work section, or source of origin, or a system to easily and
quickly identify the information.
i. Transportation equipment is authorized for purchase as part of this Cooperative
Agreement with prior approval from the US&R Branch in writing after submitting a
completed FEMA Form 089-0-26. (Available at US&R Financial Forms in
www.ResponseSystem.org, or by contacting the US&R Branch)
11
j. Equipment and prime mover vehicles purchased with federal funds or provided by
FEMA shall be for the use of the System. 2 C.F.R. § 200.313(a)(1). States must
follow their own laws and procedures when using equipment 2 C.F.R. § 200.313(b).
Non -state task forces must use the equipment in accordance with 2 C.F.R. §§
200.313(c)-(e), including that equipment must be used for the original program or
project as long as needed, whether or not the program or project continues to be
funded by a federal award. 2 C.F.R. § 200.313(c)(1). The task force must make the
equipment available for its other federal programs or projects as long as it does not
interfere with the ability to use under the US&R award. 2 C.F.R. § 200.313(c)(2).
The task force may use US&R-acquired equipment for non-federal purposes as long
as it does not interfere with the ability to use the equipment under this US&R award.
See 2 C.F.R. § 200.313(c)(2). For example, equipment or vehicles may be used on a
local, regional, or state disaster response or under other extraordinary circumstance as
long as the use does not interfere with the original purpose of the federal award. The
US&R Branch Chief shall be notified immediately in writing of any exceptional use
of the two US&R equipment caches that diminish the response capability of the task
force. The task force or Sponsoring Agency is responsible for replacement, re-
supply, and/or repair of equipment used or consumed during activities not associated
with the System, and for an immediate return to a state of readiness. Further, use of
US&R-acquired vehicles shall not be used as "take home" vehicles, as traveling to
and from work is considered "personal".
k. Title for the original cache, vehicles, and all equipment purchased under the
Cooperative Agreements reside with the task forces (44 C.F.R. § 208.27, 2 C.F.R. §
200.313(a)), provided that DHS reserves the right to transfer title to the Federal
Government or a third party that DHS may name under 2 CFR 200.313(e)(3), for
example, when a Sponsoring Agency indicates or demonstrates that it cannot fulfill
its obligations under the Memorandum of Agreement.
1. Title to the FEMA equipment cache, as well as the IST and HEPP Caches, which
were purchased and distributed to their respective task forces by FEMA, resides with
FEMA.
m. Should a non -state task force transfer, sell, or scrap any of the equipment and/or
vehicles, they are required to first ask for prior written approval and disposition
instructions from the US&R Branch and Grants Assistance Officer for all grant -
purchased equipment with a current per unit fair market value over $10,000 (in
accordance with 2 C.F.R. § 200.313(e)(2)).
n. For any federally -furnished property, upon completion of the award or when the
property is no longer needed, all task forces must report the property to FEMA or
obtain instructions from the US&R Branch and Grants Assistance Officer per 2
C.F.R. § 200.312 and FEMA Manual 119-7-1, "Personal Property", or current edition
at time of disposition. (Available at US&R Financial Forms in
www.ResponseSystem.org, or by contacting the US&R Branch)
o. For the purpose of accountability and safety, the task force is authorized to purchase
an identification (ID) system, as long as they meet the requirements outlined in
US&R Program Directive 2006-019 — Accountability and Medical Information
Cards. (Available by contacting the US&R Branch)
12
4. Maintenance and Storage
a. Maintain an accountability of property acquired under Cooperative Agreement
funding, distributed federal property, and acquired federal excess property. Provide
an annual report to FEMA on the status of federal property on January 31 st of each
year, as part of the database submittal to the US&R Warehouse per 2 C.F.R. §
200.312. Conduct an inventory of federal property and property acquired under
Cooperative Agreement funding, in accordance with 2 C.F.R. §§ 200.312 and
200.313.
b. Provide manufacturer's recommended maintenance and repair to US&R equipment
acquired and specifically identified on the System's current FEMA Approved
Equipment Cache List. Also, provide maintenance and repair to any supplemental
equipment as approved by FEMA, which was purchased with FEMA funding and
delivered to the task forces, purchased during a federal System response, or was
acquired with FEMA approval through the Federal Excess Property Program. Task
forces are expected to perform routine maintenance of equipment to maintain a state
of readiness.
c. As part of the operational readiness of each task force, all US&R equipment shall be
maintained in an immediate state of readiness in a cache storage facility or facilities.
This may include planning and engineering and other costs for development,
maintenance, and/or lease of storage facilities and associated equipment for US&R
equipment and supplies. Except for minor renovations and modifications of existing
warehouse facilities that do not change the footprint of the structure, construction and
renovation costs are not allowed. Examples of permissible minor renovation and
modification costs include but are not limited to office / storage space buildout /
reconfiguration, ceilings, loading docks / doors, lighting, HVAC, and security
fencing. US&R Branch approval is required for reimbursement of renovation and
modification costs. The purpose of allowing minor renovation and modification costs
is to ensure the equipment cache is maintained as required under the National Urban
Search and Rescue Response program 44 C.F.R. § 208.23(c)(4).
d. Task force management is reminded you may only use cooperative agreement funds
to pay for warehouse leases for a twelve-month consecutive period within the overall
period of performance and that there is no guarantee of cooperative agreement
funding in future years. See Section F of this Appendix, Cooperative Agreement
Funding. Task forces may write contracts with an available fund's clause or option
years for protection.
e. The day-to-day repair, maintenance, storage, insurance, and administrative costs for
all equipment purchased or provided by FEMA will be accomplished via this
Cooperative Agreement funding provided and in accordance with 2 C.F.R. Part 200.
1. In accordance with 2 C.F.R. § 200.310, Sponsoring Agencies and/or task forces
are responsible to provide, at minimum, the equivalent insurance coverage for real
property and equipment acquired or improved with Federal funds as provided to
property owned by the non -Federal entity. Federally -owned property need not be
insured unless required by the terms and conditions of the Federal award.
2. Under the Federal Tort Claims Act (FTCA), the federal government self-
insurance program applies to all vehicles owned by the federal government. This
13
act applies in the context of tort liability as well as to property damage or loss
caused by employees acting within the scope of their official duties.
See 28 U.S.C. §§ 2671 et seq. This act does not apply to rental vehicles used by
Sponsoring Agencies and/or task forces when federally activated.
I . Reporting
The Sponsoring Agency shall use the following procedure for reporting. There are several
types of reports required for this agreement. Refer to Appendix H for specific instructions
and points of contact to submit all reports and deliverables. See also section F.4 of the NOFO
for any additional reporting requirements.
1. Requirements
a. Task Force Self -Evaluation: As identified in Section H of this Appendix,
Subsections 1.h. of this document is due when directed by the US&R Branch.
b. Deployment Cost Estimates: Each System Task Force shall submit their daily
deployment cost estimate on an annual basis, as identified in Section H of this
Appendix, Subsection 1.i., , as directed by the US&R Branch through a PD
c. Equipment Information Submission: As identified in Section H of this Appendix,
Subsections 4.a. Provide FEMA with an updated database of the task force US&R
equipment cache (both federally owned, and grant purchased). Also provide a current
TFPDD form, in a format provided by the US&R Branch and a transportation plan
including all vehicles and trailers for a NIMS Type I US&R task force over -the -road
configuration. Submission shall include a cover letter addressed to the US&R Branch
as directed in Appendix H by January 31 st. Those task forces who have been
identified to maintain one of the three ISTs and/or one of the seven HEPP caches are
also required to submit the inventory of these caches as well.
d. HEPP Maintenance Annual Cost Estimates: Those task forces who have been
identified to maintain one of the seven HEPP caches are required to submit an annual
HEPP maintenance cost estimate by October 30th of each year to the US&R Branch's
Program Management Section Chief. This information will be used to assist with the
budgeting for future Cooperative Agreements, subject to the availability of funds.
This cost estimate shall be based on actual expenses incurred from the previous year
and any additional costs anticipated for the following year, as funding allows.
e. Semi -Annual Performance Report: This report is due to the US&R Branch for the
duration of this agreement and is a written report providing a narrative and
expenditures, as explained below.
1. The Sponsoring Agency shall electronically send a report semi-annually by
January 30th (covering the time period of July 1st through December 31st) and by
July 30th (covering the time period of January 1st through June 30th) of each year
until the Cooperative Agreement is closed.
2. The Performance Report shall include task force accomplishments and the total
budgeted, expenditures and balance for the Cooperative Agreement funding
within the following areas: Administration/Management, Training, Equipment,
and Maintenance/Storage.
14
3. Performance Narrative and Funds Report (FEMA Form 089-0-11- available at
US&R Financial Forms in www.ResponseSystem.org, or by contacting the US&R
Branch).
4. Completed Performance Report shall be uploaded into the FEMA GO System, or
as otherwise directed.
5. All changes, whether requiring prior approval or not, shall be noted in the
Performance Fund Reports and subsequent closeout documents.
6. The Final Performance Reports shall be included in the completed closeout
package and emailed to the US&R Branch and FEMA Grant Programs
Directorate, unless otherwise directed.
f. SF425 Federal Financial Reporting
2. Closeout Reports
The recipient must submit, no later than 120 calendar days after the end date of the period
of performance, all financial, performance, and other reports as required by the terms and
conditions of the Federal award. A subrecipient must submit to the pass -through entity,
no later than 90 calendar days (or an earlier date as agreed upon by the pass -through
entity and subrecipient) after the end date of the period of performance, all financial,
performance, and other reports as required by the terms and conditions of the Federal
award. The Federal awarding agency or pass -through entity may approve extensions
when requested and justified by the non -Federal entity, as applicable.
Unless the Federal awarding agency or pass -through entity authorizes an extension, a
non -Federal entity must liquidate all financial obligations incurred under the Federal
award no later than 120 calendar days after the end date of the period of performance as
specified in the terms and conditions of the Federal award.
The scope of work identified in the task force's approved budget plan for the Cooperative
Agreement must be completed within the Period of Performance. The task force will have
120 days after the Period of Performance to complete the final payments and prepare the
closeout documents. If unable to complete the closeout process by the due date, the task
force must contact the Grant Programs Directorate and US&R Branch to request an
extension of the liquidation and closeout reporting period. For more detailed information
pertaining to submission of the Closeout Report for this Cooperative Agreement, refer to
the US&R Program Directive applicable at the time.
At a minimum the following closeout document must be submitted:
a. Cover Letter: The recipient's closeout cover letter should reference the closeout
cooperative agreement number. Please note in the cover letter any items that are not
applicable. If the equipment and/or supplies are maintained by the recipient, a
statement that addresses the intention to continue use of this equipment needs to be
included and that the equipment/supplies will continue to be used for their intended
purpose of the cooperative agreement over the life cycle of the equipment/ supplies.
Also provide a statement expressing the intent to continue use of Federally Furnished
Property for the Federal US&R Program, as noted in the most recent equipment
15
information database submission. Instructions for the Equipment Information
database submission are contained in the statement of work and are not part of the
closeout procedure.
b. Cover Page: Provides basic information pertaining to the Cooperative Agreement, to
include the Assistance Listings number, recipient name, EIN number, Cooperative
Agreement number, address, email address, contact person and a signature of
certification by an authorized official that all information contained within the
closeout package is correct.
c. Final Performance Report: Recipients must submit a final progress report detailing
all accomplishments and a qualitative summary of the impact of those
accomplishments throughout the period of performance. Provide a summary of the
qualitative accomplishments made through the duration of the FEMA cooperative
agreement period of performance. For example, if the cooperative agreement
included items under the equipment category (e.g., personal protective equipment),
indicate not just the number of pieces of equipment purchased, but also describe the
results of the purchase in terms of the response capability or safety, training, or other
respects. The report should be broken out in the four program categories:
Administrative, Training, Equipment, and Storage/Maintenance and their associated
object classes.
d. Final Financial Status Report: The Final Federal Financial Report (SF-425) is to be
submitted through the Payment and Reporting System (PARS). A copy of the PARS -
generated SF-425 report should also be included in the closeout package.
e. Refund Checks: If applicable for non -state task forces per 2 C.F.R. § 200.305, a
check should be submitted to FEMA to return any unspent federal funds plus interest
earned.
f. Record Keeping/Retention: Retain records pursuant to the Cooperative Agreement
conditions. Cooperative Agreement records should include a copy of the award
document, Cooperative Agreement articles, ledgers, documentation of expenditures,
documentation -copies of cancelled checks, paid invoices, payrolls, time and
attendance records, contract records, etc. Upon completion of all required actions, the
submission of all required items, and any appropriate financial adjustments and
payments, FEMA will advise the task force in writing when the award can be
considered closed out. This information must be kept for at least three years after the
date of submission of the final expenditure report (SF-425). This retention period
may be longer if any litigation, claim, or audit is started before the expiration of that
three-year period, in which case the record retention period is until all litigation,
claims, or audit findings involving those records have been resolved and final action
taken. Other types of documents pertaining to indirect costs, equipment, real property,
or program income have a different start date for the record retention period. See 2
C.F.R. §§ 200.318, 200.334-200.338, 200.403(g) for further information about the
items in this paragraph.
3. Timelines (See Appendix H)
a. Task Force Self -Evaluation: Submitted as directed by the US&R Branch, by way of
a US&R Program Directive.
b. Equipment Information Submission, due January 31st of each year, including:
16
1. Inventory of Federally owned equipment.
2. Inventory of HEPP and IST Caches (when applicable).
3. A current Task Force Deployment Data Form (Aircraft Loading Data), US&R
Form 18-022. (Available at US&R Financial Forms in www.ResponseSystem.org,
or by contacting the US&R Branch)).
4. Effective January 1, 2026, submit a US&R Form 18-023 Commercial Weights
and Measurements (WAM) Form for the Commercial Air Ready Module (C-
ARM) equipment cache. (Available on available at US&R Financial Forms in
www.ResponseSystem.org, or by contacting the US&R Branch).
5. A current transportation plan including all vehicles and trailers for a NIMS Type I
US&R task force over -the -road configuration.
c. HEPP Maintenance Annual Cost Estimates: For those task forces who have been
identified to maintain one of the seven HEPP caches, the deadline to submit an annual
HEPP maintenance cost estimate is October 30th of each year.
d. The Semi -Annual Performance Report: This semi-annual report is due by January
30th and July 30th each year during the Period of Performance.
e. The Quarterly Federal Financial Report (FFR) — SF-425: This quarterly report is
due within 30 days after the end of each quarter: January 30th, April 30th, July 30th
and October 30th
f. Final Cooperative Agreement Closeout Package: The closeout package is due to
FEMA within 120 days after the Period of Performance expires. This package
includes the following items:
1. Cover Letter
2. Cover Page
3. Final Performance Report
4. Final Federal Financial Report (FFR), SF-425
5. Final Payment/Unexpended Funds
Task forces must be current with all reports at the time of award of this Cooperative
Agreement.
J. Time is of the Essence
FEMA is providing an annual Readiness Cooperative Agreement and it is strongly
recommended that the Sponsoring Agency seek expedited approval for the acceptance
and management of the Cooperative Agreement. The US&R Branch and Grant
Programs Directorate acknowledge the time -sensitive nature of processing and
awarding the Cooperative Agreement and will make every effort to expedite the
process. The United States Congress closely scrutinizes the timely spending of
Readiness Cooperative Agreement funds and failure to meet necessary requirements
and time frames may result in the loss of funding for this and future Cooperative
Agreement periods.
17
Department of Homeland Security
Federal Emergency Management Agency
URBAN SEARCH AND RESCUE RESPONSE SYSTEM
Task Force Narrative Workbook
OMB 1660-0073
Expires December 31, 2018
PAPERWORK BURDEN DISCLOSURE NOTICE
FEMA Form 089-0-10
Public reporting burden for this data collection is estimated to average 4 hours per response. The burden estimate includes the time for reviewing instructions, searching existing data
sources, gathering and maintaining the data needed, and completing and submitting this form. This collection of information is required to obtain or retain benefits. You are not required to
respond to this collection of information unless a valid OMB control number is displayed on this form. Send comments regarding the accuracy of the burden estimate and any suggestions
for reducing the burden to: Information Collections Management, Department of Homeland Security, Federal Emergency Management Agency, 500 C Street, SW., Washington, DC 20472-
3100, Paperwork Reduction Project (1660-0073) NOTE: Do not send your completed form to this address.
Purpose
The U.S. Department of Homeland Security (DHS) and the Federal Emergency Management Agency (FEMA) are accountable to provide support and funding for the
maintenance and readiness of the National Urban Search and Rescue (US&R) Response System. The purpose of the Readiness Cooperative Agreement is to support the
continued development and maintenance of a national urban search and rescue capability.
Specifically, the agreement provides a mechanism for distribution of Cooperative Agreement funding for certain purposes in preparation for US&R disaster response. The
Cooperative Agreement allows each Sponsoring Agency of a US&R task force the opportunity to maintain a high standard and condition of operational readiness and
includes guidance on key areas for task force management to focus on continued preparedness efforts.
The Cooperative Agreement provides direction to the US&R task force Sponsoring Agency for the use of funding to provide: administrative and program management,
training, support, equipment cache procurement, maintenance and storage. This workbook is designed for use by the Sponsoring Agencies of all current task forces within
the US&R Response System when applying for the US&R Readiness Cooperative Agreement solicitation.
For more specific information and instructions for submission, refer to the applicable Notice of Funding Opportunity (NOFO) package and Statement of Work.
Urban Search & Rescue (US&R) Readiness Cooperative Agreement
Task Force Narrative Workbook
CONTENTS
Purpose i
Contents 1
Sample Cover Letter 2
Preparer & Contact Information (FEMA Form 089-0-10A) 3
Budget Summary (Detailed) (FEMA Form 089-0-10B) 4
Sample of "Purpose of Cooperative Agreement" from Task Force 5
Administration and Management (FEMA Form 089-0-10C) 6
Training (FEMA Form 089-0-10-10D) 7
Equipment (FEMA Form 089-0-10E) 8
Storage & Maintenance (FEMA Form 089-0-10F) 9
Budget Totals 10
Position Descriptions (FEMA Form 089-0-10H) 11
Form for Additional Budget Clarification Information (FEMA Form 089-0-10I)12
1
FY2025 COPERATIVE AGREEMENT APPLICATION
August 5, 2025
US Depai talent of Homeland Security
Federal Emergency Management Agency
Grant Program Directorate
Attn: Ms. Denise Beasley
400 C Street SW
Washington, DC 20472
Dear Ms. Beasley:
Enclosed is the US&R application of City of Miami Fire -Rescue Department for the year 2025 Department
of Homeland Security/FEMA, Urban Search & Rescue Cooperative Agreement for a total of $1,440,311
The following items have been completed electronically within ND Grants:
O 1. Application for Federal Assistance, SF 424
El 2. Budget Information -Non Construction Programs FEMA form SF 424A
O 3. Summary sheet for Assurances and Certifications, SF 424 B
O 4. SF GG/SF LLL - Lobbying Activities
The following are included in the Narrative Statement (FEMA Wkbk 089-0-10) and attached with the
Application:
O 5. Preparer & Contact Information Sheet
O 6. Budget Narrative (Budget Summary Sheet, four cost categories and Budget Totals)
O 7. Position Descriptions for all Staff paid by the Cooperative Agreement
The following are submitted as additional attachments:
O 8. Indirect Cost Rate Agreement
O 9. Specifications for all rolling transportation
E 10. Pre -Award Cost Request and Approval
O 11. Single Audit Report
Please call Capt. Erik Sanchez at (786)554-3155 or email at ErikSanchez@miamigov.com or Miroslava
Musser at (786) 236-7598 or email at mirosmusser@miamigov.com for any other information that you may
need.
Sincerely,
Erik Sanchez, Fire Captain
US&R Program Manager
City of Miami Fire -Rescue
Florida Task Force II
PREPARER INFORMATION
Preparer
Prefix
First Name
Middle Name
Ms.
Miroslava
Last Name
Musser
Title
Agency/Organization
Address 1
Grants Manager
City of Miami Florida Task Force 2
444 S.W. 2nd Avenue
10th Floor
Miami
Florida
33130
305-569-4044
mirosmusser(6miamioov com
Address 2
City
State
Zip
Phone
Fax
E-mail
CONTACT INFORMATION
Point of Contact
Prefix
Captain
Erik
Sanchez
Program Manager
First Name
Middle Name
Last Name
Title
Agency/Organization
Address 1
City of Miami Florida Task Force 2
444 S.W. 2nd Avenue
Address 2
10th Floor
City
Miami
State
Florida
Zip
33130
Phone
305-554-3155
Fax
ErikSanchez@miamigov.com
E-mail
APPLICANT INFORMATION
Applicant
Task Force
Organization Name
Employer Identification Number
DUNS Number
Address 1
Address 2
City
County
State
Zip
Country
Submission Date
Type of Applicant
Congressional District Applicant
Congressional District Project
Authorized Representative First Name
Authorized Representative Middle Name
Authorized Representative Last Name
Florida Task Force 2
City of Miami
59-6000375
72220791
444 S.W. 2nd Avenue
10th Floor
Miami
Miami -Dade
Florida
33130
United States
Authorized Representative Title
FEMA Form 089-0-10A
Section 3
Preparer Contact Information
Page 4 of 2
Authorized Representative Phone Number
Applicant Identifier (if applicable)
State Applicant Identifier (if applicable)
Organizational Unit:
Department:
Division:
Made available for EO 12372 (Answer Y or N )
Date Reviewed If applicable)
"Y" for not covered "N" for not selected
FEMA Form 089-0-10A
Section 3
Preparer Contact Information
Page 5 of 2
COOPERATIVE AGREEMENT BUDGET SUMMARY
BUDGET SUMMARY
Grant Program
Function
or Activity
(a)
Catalog of Federal
Domestic Assistance
Number
(b)
Estimated Unobligated Funds
New or Revised Budget
Federal
(c)
Non -Federal
(d)
Federal
(e)
Non -Federal
(f)
Total
(g)
1. US&R Readiness
Cooperative
Agreement
97.025
0.00
0.00
1,440,311.00
$
1,440,311.00
2.
0.00
3.
0.00
4.
0.00
5. Totals
$0.00
$0.00
$1,440,311.00
$0.00
$1,440,311.00
BUDGET CATEGORIES
6. Object Class Categories
GRANT PROGRAM, FUNCTION OR ACTIVITY
Total
(5)
(1)Admin. & Mgmnt. (2) Training (3) Equipment (4) Storage & Maint.
a. Personnel
$1,031,819.00
$0.00
$0.00
$0.00
$1,031,819.00
b. Fringe Benefits
30,415.00
0.00
0.00
0.00
30,415.00
c. Travel
71,400.00
10,500.00
0.00
0.00
81,900.00
d. Equipment
0.00
0.00
105,714.00
19,191.00
124,905.00
e. Supplies
5,036.00
0.00
0.00
0.00
5,036.00
f. Contractual
89,640.00
0.00
0.00
76,596.00
166,236.00
g. Construction
N/A
N/A
N/A
N/A
N/A
h. Other
0.00
0.00
0.00
0.00
0.00
i. Total Direct Charges (sum of 6a-6h)
1,228,310.00
10,500.00
105,714.00
95,787.00
1,440,311.00
j. Indirect Charges
0.00
0.00
0.00
0.00
0.00
k. TOTALS (sum of 6i and 6j)
$1,228,310.00
$10,500.00
$105,714.00
$95,787.00
$1,440,311.00
7. Program Income
$
$
$
$
$
FEMA Form 089-0-10B
Section 4
Budget Summary
Page 6 of 2
NON-FEDERAL RESOURCES
(a) Grant Program
(b) Applicant
(c) State
(d) Other Sources
(e) TOTALS
8.
$
$
$
$0.00
9.
0.00
10.
0.00
11.
0.00
12. TOTAL (sum of lines 8-11)
$0.00
$0.00
$0.00
$0.00
FORECASTED CASH NEEDS
13. Federal
Total for 1st Year
1st Quarter
2nd Quarter
3rd Quarter
4th Quarter
$0.00
$
$
$
$
14. Non -Federal
0.00
15. TOTAL (sum of lines 13 and 14)
$0.00
$0.00
$0.00
$0.00
$0.00
BUDGET ESTIMATES OF FEDERAL FUNDS NEEDED FOR BALANCE OF THE PROJECT
(a) Grant Program
FUTURE FUNDING PERIODS (Years)
(b) First
(c) Second
(d) Third
(e) Fourth
16.
$
$
$
$
17.
18.
19.
20. TOTAL (sum of lines 16-19)
$0.00
$0.00
$0.00
$0.00
OTHER BUDGET INFORMATION
21. Direct Charges:
22. Indirect Charges:
23. Remarks:
FEMA Form 089-0-10B
Section 4
Budget Summary
Page 7 of 2
National Urban Search & Rescue Response System
US&R Task Force Readiness Cooperative Agreement Budget Narrative
Purpose of Agreement
The purpose of this Readiness Cooperative Agreement is to continue the
development and maintenance of National Urban Search and Rescue (US&R)
Response System resources to be prepared for mission response and to provide
qualified personnel in support of Emergency Support Function-9 (ESF-9) activities
under the National Incident Management System (NIMS) and the National Response
Framework (NRF) .
Our Task Force agrees to manage the continued development and maintenance of this
National US&R Response System resource. We will be prepared to provide qualified,
competent US&R personnel in support of ESF-9 activities under the National
Response Framework. Specifically, the FY2025 US&R Notice of Funding Opportunity
(NOFO) and the accompanying budget narrative provides our plan to accomplish our
objectives identified by DHS/FEMA. This work plan identifies the key areas that our
Task Force will focus its continued readiness efforts. These key areas are admistrative
and program management, training, support, equipment cache preparedness,
maintenance and storage. These key areas are detailed in the Grant
Guidance/Statement of Work. This Cooperative Agreement will allow our Task
Force to maintain a high standard and condition of operational readiness. It is the
intent of our Task Force to comply with the US&R Response System FY 2025 US&R
NOFO throughout the duration of this agreement.
While portions of the FY2025 US&R NOFO are included in the budget narrative, we
acknowledge compliance with the FY2025 US&R NOFO in its entirety.
Section 7
Purpose of Agreement
ADMINISTRATION & MANAGEMENT
Task Force General Comments
Our Task Force will accomplish the goals set forth in the DHS-FEMA statement of work, guidance, and directives provided by the Urban Search & Rescue Program Office. The costs for the Administration & Management portion of this
budget/narrative will be addressed in this section and will cover costs for a maximum amount of time of 12 months, and the costs will occur within the 36 month period of performance. The cost details will be provided in the object classes
within this Program Category. The Administrative/Management personnel under this Readiness Cooperative Agreeement is responsible for the day-to-day operations of the Task Force and will be responsible to ensure that all management,
administration and operational requirements are accomplished. Our Task Force will attempt to maintain the preparedness of the Task Force under this Readiness Cooperative Agreement, in order to provide critical emergency response
services as one of the 28 teams for the National Urban Search and Rescue Response System under the Response Cooperative Agreement. Funding for any deployments will be handled under the Response Cooperative Agreement.
Total Administration & Management Cost
$1,228,310
Personnel Salaries & Fringe Benefits
Notes for Personnel Salaries and Fringe Benefits Section
The US&R Task Force will provide sufficient staff for management and administration of the Task Force day- to -day activities to accomplish required supervisory, administrative, training and logistical duties. Specifically: program
management; grants management; financial management; administrative support; training coordination and instruction; logistics management and property accountability. This shall include, but is not limited to, funding personnel salaries
relating to Task Force development and management; record -keeping, inventory and maintenance of the US&R Equipment Caches; correspondence with Task Force members and parties who support Task Force activities; along with similar
management and administrative tasks.
Provide the staffs' salary, benefits, and also note any cost of living increases (percentage and amount) below that will be paid under the Readiness Cooperative Agreement. There is a drop down menu for the staff positions, and any
additional staff not noted can be added. If a staff position is part time, please provide the hours and hourly rate in the Personnel box below to clarify the time to be allotted, e.g., one day a week, 40 hours a month at a rate of $45.00 per
hour, etc. If overtime hours are listed, please note them as a separate line item below. Put the total amount under salary. Note the hourly rate in the clarification box.
Personnel Salaries and Frinoe Benefits
Staff Position
Name
Full/Part Time
Overtime Hours
Salary Dates (Current)
Salary Dates (Prior)
Fringe Benefits
Salary
Total
Program Manager
Erik Sanchez
Full -Time
10/6/2025 - 10/3/2026
10/7/2024 - 10/5/2025
$3,212
$221,490
$224,702
Training Manager
Esteban Lora
Full -Time
10/6/2025 - 1D/3/2026
10/7/2024 - 10/5/2025
$2,586
$178,355
$180,941
Logistics Manager
Joseph Barber
Full -Time
10/6/2025- 10/3/2026
10/7/2024 - 10/5/2025
$2,586
$178,355
$180,941
Giant Manager
Miroslava Musser
Full -Time
10/6/2025- 10/3/2026
10/7/2024 - 10/5/2025
$10,164
$132,856
$143,020
S a'ial Projects Assistant
Shedrick Pope
Full -Time
10/6/2025- 10/3/2026
10/7/2024- 10/5/2025
$9,214
$120,439
$129,653
$0
$0
$0
$0
$0
Meetings & Travel Related Backfi//
$75.00 @ 230 hrs
$2,654
$17,250
$19,904
P t-Tare Task Fore Members
$75.00 @ 2000 hrs
$150,000
$150,000
HEPPMamt Tice
$50.00 @ 510 hrs
$25,500
$25,500
Annual adv Org Stipends - Dep/FGL -Finance/Pdmin
$75.00 @101 hrs
$7,575
$7,575
$0
$0
$0
$0
Totals
$30,415
$1,031,819
$1,062,234
Personnel Salaries
The area below is for any additional notes the Task Force may need to add for clarifying the paid staff
positions. If the position is part-time list the hours, and hourly rate. Also there is a separate area (Tab
11) for the position descriptions for each staff position listed, or position descriptions may be added as an
attachment.
FL-TF2 is currently staffed with five (5) full-time members (a Program Manager, two (2) Staff Officers, a Financial
Grants Manager, and a Special Projects Assistant) who are responsible for the day-to-day administration and
support of the Task Force. Duties include procurement, personnel time management, overtime administration, and
budget oversight All funded full-time positions spend 100%of their time on activities within the scope of this
agreement. additionally, each discipline has a coordinator who oversees the TF's daily operations and needs.
Coordinators and members assisting with admin., logistical, and training needs are used on a part-time, as -needed
basis, and their salary is budgeted under this object class. There is no duplication in charges for salaries between
Cooperative Agreements. Salary increases range from 10% to 20%due to the labor contract agreement for FY
2025. HFPP maintenance/inventory/calibration is included under Personnel Salaries and Fringe Benefits. Salary rates
re based upon contractual agreements set forth by the City of Miami and the respective Unions involved. Backfill
for members attending approved meetings and training sessions is estimated at $1800 per day (24 hours @
This narrative box has character limitations. For additional clarification use tab 12
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Historica/Data
❑ Bids/Quotes
❑ Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑ Other (List here):
Fringe Benefits
Cost Basis:
Please mark appropriate box(es) below.
The area below is to state the total percentage (e.g., 23%) for the Fringe Benefits (if applicable) and list
the items (e.g., health, dental, workers' comp) that are included.
❑
Union Agreements
Fridge Benefit Regular Wages Rate includes: Medcare 1.4596 and Sorel Security 6.296. However, we
have 27 other participating agencies with different percentages.
❑
City/County/Organization Negotiated Agreements
❑
Histwl a/Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEW FORM 00,0-10C
Section 6
Administration Management
Page a ou
Travel
Notes for Travel Section
Attend DHS/FEMA-sponsored or DHS/FEMA-approved US&R meetings, conferences, and training sessions, to include Task Force Leader meetings, Advisory Organization Meetings, Ad Hoc Groups and Sub -Groups, Incident Support Team
(IS7) training/meetings, workshops, or others as directed by the US&R Program Office as they relate to the National US&R Response System. Other activities include on -site peer Administrative Readiness Evaluation (ARE) of other Task
Forces, quality assurance oversight of FEMA-sanctioned training courses, training with other Task Forces, giants management training, and research and development for equipment, as directed by the US&R Program Office. Based on
approval by the US&R Program Office and available funding, Task Forces can use funds to cover travel for product research and development efforts, thereby keeping apprised of cutting edge technology for equipment used within the
System.
There are also miscellaneous meetings that are required due to the dynamic program. Costs can be provided in detail or by trip costs, and a detail of the costs should be listed in the comments sections, that will show how you arrived at the
trip total. The costs listed below are estimates due to travel locations that are unknown at the time of application. It is at this time when costs are generally based on historical data. There are drop down menus for some of the meetings,
and you can add others that are in line with the statement of work. The drop down menu in the section below includes all events, allowing you the flexibility to account for your travel costs in this section Admin/Management Program
Category or the Training Program Category. The Task Force is authorized to reallocate funds between Admin/Management travel and Training travel without requesting a budget change authorization. However, this change must be
reflected in your Performance Report and note the reason(s) for the change.
Travel
Event Title
No. of Personnel
No. of Trips
Cost Per Person
Lump Sum
Work Group Meetings
5
1
$2,100
$10,500
Grant Workshop
2
1
$2,100
$4,200
Task Force Representatives' Meeting
3
1
$2,100
$6,300
Sponsoring Agency Chiefs' Meeting
2
1
$2,100
$4,200
East Coast TFRMeetings
2
1
$2,100
$4,200
IST Workshop
7
1
$2,100
$14,700
Other Authorized Travel Not Yet Known
6
1
$2,100
$12,600
Strategic Group Meeting
3
1
$2,100
$6,300
Annual Adv Org Stipends - FGL - Finance/Admin
1
3
$2,100
$6,300
Annual Adv Orq Stipends - Dep FGL - Finance/Admin
1
1
$2,100
$2,100
$0
$0
$0
$0
$0
$0
$0
$0
Total
$71,400
National Meetings:
Operations Group Meeting
Task Force Representatives' Meeting
Work Group Meetings
Task Force Representatives Meeting
Or -Site Peer Evaluation (Peer Evaluators)
Strategic Group Meeting
Gant Workshop
Sponsoring Agency Chiefs' Meeting
Other AathorL,ed Travel
Travel
Briefly describe breakdavn of have) Cost Per Person. Provide examples of "other authorrzed havel" if selected above.
Travel breakdowns are approximations based on previous values (airfare and lugguage - $600, hotel -
$200 per day for average 3 day trip $600; per diem - $100 per day for 3 days $300, car rental - $100 per
day for 3 days $300, parking - $200, fuel $100). Travel expenses are estimated at $2100 for actual travel.
Backfll for attendees is estimated at $1800 per day (24 hours @ $75/hr), and it is budgeted under the
Personnel Object Class (see personnel salaries). Approved meetings and training sessions under this
object class include the 1ST Workshop, TFR meetings, AO/Work Group meetings, and Other Authorized
Travel, which are included under the Travel heading. Other authorized travel covers meetings that are
requested during a budget cycle that were not planned or anticipated by FEMA but approved throughout
the year (i.e., SARCOP workshop, HR Canine Workshops, Logistics and Water Rescue Workshop, and
State/FASAR meetings. Finally, the Annual AO Finance/Admin. Stipends are intended to fund travel
expenses for the Functional Group Leader and Deputy.
This narrative box has character limitations. For additional clarification use tab 12
Cost Basis: Please mark appropriate box(es) below.
❑' Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Histonca/Data
❑ Bids/Quotes
❑ Costs are /o Comparison w/ other 7T for Similar Tasks or Items
❑ Other (List here):
Equipment
Notes for Equipment Section
Purchase of office furniture and equipment specifically for administrative purposes are allowable under this Cooperative Agreement. This shall include, but is not limited to, laptops and desktop computers, higher -end printers, scanners, copy
machines, desks, book shelves, etc. The costs noted in this area are for the purchase of equipment and rot service agreements, which should be included under contractual or other. Rolling or Floating transportation will require
specifications as part of the application and should be listed under the Equipment Program Category. The general definition out of 2 C.F.R. Part 200 is: Equipment is tangible personal property with a useful life of at least 1 year & a per unit
cost of at Ieest $5,000 (or the non-federal entity's equivalent threshold, whichever is lower).
Equipment
These are the items our Task Force anticipates requiring for this Cooperative Agreement for the equipment object class under the Administration/Management Program Category. However, due to the dynamic program,
the requirements for these items (within the amount approved at time of award fo this object class) may change. Any changes to listed items will be reflected in the Performance Reports, with the reason for the
change noted and the Task Force will not be required to submit a budget change if items are on the approved cache lists, authorized by program guidance or directives.
Item Description
Cache #
Unit Cost
No. of Units
Total Cost
$0
$0
$o
$o
$o
$0
$o
$o
$o
$o
$o
$o
$0
$o
$0
$o
$o
$o
$o
$o
$o
Total
$O
Equipment
Describe any additional supporting information for equipment costs below.
This narrative box has character limitations. For additional clarification, use tab 12.
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
▪ Histonca/Data
❑ Bids/Quotes
❑ Costs are /o Comparison w/ other 7Ts for Similar Tasks or Items
❑ Other (List here):
HMO FORM 08,0-10C
Section 6
Administration Management
Page io of
Supplies
Notes for Supplies Section
In the below area, provide an approximate listing of the supplies necessary for the administration/management of this cooperative agreement. Supply items/costs that should be listed are items to support the administration/management
of the Task Force and other than what the equipment definition states in 2 C.F.R. Part 200. Supplies, on the other hand, are tangible personal property lower than the $5,000 equipment threshold or have a useful life of less than a year.
Phones, tablets, etc. would more likely be supplies than equipment. However, due to the dynamic program, the requirements for these items (within the amount approved at time of award for this object class) may charge. Any changes to
the listed items will be reflected in the Performance Reports, including the reason for the change(s) noted.
Supplies
These are the items we anticipate requiring for this Cooperative Agreement. However, due to the dynamic program, requirement of these items may change and any changes will be reflected in
the Performance Reports, with the reason for the change noted.
Item
Cache #
Unit Cost
No. of Units
Total cost
Miscellaneous Office Supplies
$5,036
1
$5,036
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$0
$o
$o
$o
Total
$5,036
Supplies
Describe any additional supporting information for supply costs below.
Miscellaneous office supplies might include paper, pens, folders, printer ink, replace old printer, etc. We
will also need to outfit the new full-time position with a computer, printer, office equipment, office
furniture, etc.
This narrative box has character limitations. For additional clarification, use tab 12.
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑' City/County/Organization Negotiated Agreements
❑ Histonca/Data
❑ Bids/Quotes
❑ Costs are in Comparison w/ other 7T for Similar Tasks or Items
❑ Other (List here):
Contractual
Notes for Contractual Section
In the area below, list any contractual costs for medical exams, services, rentals, etc. The Task Force will ensure that Task Force Medical Screening will take place in accordance with Program Directive 2005-008 or a more current revised
directive issued by the US&R Program Office.
Contractual
Service
Quantity
Unit Cost
Total Cost
Medical Screening
90
$250
$10,000
Canine Insurance
2
$2,150
$32,000
Phone/ iPad Data Service (Verizon)
2
$1,500
$18,000
Phone Data Service (FirsNet)
$0
$o
My DB Solution
12
$515
$6,180
Satellite Iridiums - SatCom Global
2
$486
$5,835
Satellite BGANS/G2 - SatCom Global
12
$333
$3,996
Satellite - Ground Control
12
$457
$5,480
M-Sat - NI Government
12
$334
$4,008
Alarm Service
12
$214
$2,568
YouTubetv
2
$105
$1,260
Zoom platform
12
$16
$192
Task Force Website Yearly Hosting
$120
$120
$0
$o
Total
$89,640
Contractual
Describe any additional supporting information for contractual costs below.
The medical screening line item will be utilized up to a cost of $250 for TF civilians, mostly. This cost will
cover deductibles and special tests not covered by insurance or sponsoring agencies for compliance with
team medical physical requirements, and per US&R PD 2005-008. Canine insurance covers medication
and provides yearly coverage for a period of one year. Official personnel cellphones (see attachments for
full-time and part-time staff). Service for cache satellite phones, which remain with the cache for
emergency use only (deployments). Contractual service period for Phone Data and Satellite will be from
January 1st, 2026, to December 31st, 2026. The YouTube TV, Zoom platform, and yearly website hosting
are yearly service expenses to support the task force operations. These contractual costs do not Drover
more than a 12-month time frame as per the SOW.
This narrative box has character limitations. For additional clarification, use tab 12.
Cost Basis: Please mark appropriate box(es) below.
LI Union Agreements
❑' City/County/Organization Negotiated Agreements
❑ Histonca/Data
❑ Bids/Quotes
❑ Costs are in Comparison w (List here):
❑ Other
FEW FORM 009-0-10C
sartico 6
Administration Management
Other
Notes for Other Section
This area will cover any miscellaneous items that are not
Item
Quantity
Unit Cost
Total Cost
go
go
;o
;o
;o
so
Total
go
Other Cost Basis: Please mark appropriate box(es) below.
Describe any additional supporting information for other costs below.
This narrative box has character limitations. For additional clarification, use tab 12.
Indirect Costs
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Histonca/Data
❑ Bids/Quotes
❑ Costs are in Comparison w/ other TFs for Similar Tasks or Items
(List here):
❑ Other
Notes for Indirect Costs Section
Indirect Costs can only be listed if there is an Indirect
Indirect Costs
Total Cost
Item/Category
Item Description
Base Amount
Percentage
SO
Total
Indirect Costs
Describe any additional supporting information for indirect costs below. Please advise wF,o is the
Cognizant Federal Agency and the date of approval.
This narrative box has character limitations. For additional clarification, use tab 12.
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Histonca/Data
❑ Bids/Quotes
❑ Costs are in Comparison w/ other TFs for Similar Tasks or Items
(List here):
❑ Other
FERIA FORM 089-010C
Section 6
Administration Management
Page 12 of
TRAINING
Task Force General Comments
This Program Category covers the costs for the training portion of this Readiness Cooperative Agreement. The training portion of this budget/narretive will cover costs for a maximum amount of time of 12 months, and will be
accomplished within the 36 month period of performance. This Task Force intends to maintain a deployable Task Force and will provide the required training to insure mission readiness, safety, and management of the Task
Force. The training will be accomplished in accordance with the Urban Search & Rescue Program ice statement of work, program guidance, directives, and will also include training to meet the NIMS compliance
requirements. The training cost details will be provided in the below object classes under this Program Category. Our Task Force will attempt to maintain the preparedness of the Task Force under this Readiness Cooperative
Agreement, in order to provide critical emergency response services as one of the 28 teams for the National Urban Search and Rescue Response System. Funding for any deployments will be handled under the Activation
Cooperative Agreement. The below list of training and costs covers what is anticipated for this Readiness Cooperative Agreement. Due to the dynamic program, training scheduling and requirement changes, some of the
training listed may require revisions. Any changes will be noted within the Performance Reports, and will include the change and the reason for the change. It will not require a budget adjustment as long as the change is
within the Program Category total as noted at time of award, and is an approved training requirement within the statement of work, program guidance, and directives. The only exception to this is the movement of travel
funds between the Administretion/Managment Program Category and the Training Program Category, which can be accomplished without requiring a budget change, however, it must be noted in the Performance Reports,
with the change and the reason for the movement of funds.
Total Training Cost
$10,500
Personnel Salaries & Fringe Benefits
Notes for Personnel Salaries and Fringe Benefits Section
The Task Force can use this category to account for the salaries of Task Force Members attending US&R-related, US&R required, and local training as well as salaries for the treining coordinator. This includes, but is not
limited to, functional training, mobilization training, local training for the program, grants management training, training with other task forces, research and development for equipment, and other DHS/FEMA approved
treining events, or treining related to the requirements of the US&R program, as approved by the Program Manager/Grants Assistance Officer. This may also include backfill expenses for the individual(s) attending training. If
specific costs are unknown, give estimated salary hours and average salary rate. If specific dates are unknown, provide estimated time frame (e.g., 1 day per week/month, etc.). If overtime hours are listed, please note
them as a separate line item below. Put the total amount under salary. Note the houry rate in the clarification box.
Personnel Salaries and Fringe Benefits
Staff Position
Training Event Description
Full/ Part Time
Overtime Hours
Date Salary Charged
Fringe Benefits (If Applicable)
Salary
Total
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Totals
$0
$0
$0
Personnel Salaries
Cost Basis:
Please mark appropriate box(es) below.
The area below is to provide additional notes the Task Force may need to add for darifying
the range of salary rates used to develop the average hourly costs.
0
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/other TFs Ion Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
Fringe Benefits
The area below is to state the total percentage (e.g., 23%) for the Fringe Benefits (if
applicable) and list the items (e.g., health, dental, workers' comp) that are included.
This narrative box has character limitations. For additional clarification use tab 12
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Historical Data
❑ Bids/Quotes
❑ Costs are in Comparison w/other TFs for Similar Tasks or Items
❑ Other (List here):
FEMA FORM 089-0-100
Section
Training
Page 13 of
Travel
Notes for Travel Section
Attend DHS/FEMA-sponsored or DHS/FEMA-approved US&R meetings, conferences, and training sessions, to include Task Force Leader meetings, the Advisory Organization Meetings, Incident Support Team (IST)
training/meetings, workshops, or others as directed by the US&R Branch as they relate to the National US&R Response System. Other activities include on -site peer Administrative Readiness Evaluations (AREs) of other US&R
Task Forces, quality assurance oversight of FEMA-sanctioned training courses, training with other Task Forms, grants management training, and research and development for equipment, as directed by the US&R Branch.
Based on approval by the US&R Branch and available funding, Task Forces can use funds to cover travel for product research and development efforts, thereby keeping apprised of cutting edge technology for equipment used
within the System.
There are also miscellaneous meetings that are required due to the dynamic program. Costs can be provided in detail or by trip costs, and a detail of the costs sFauld be listed in the comments sections, that will show how
you arrived at the trip total. The costs listed below are estimates due to travel locations are unknown at the time of application. It is at this time when costs are generally based on historical data. There are drop down
menus for some of the meetings/training, and you can add others that are in line with the statement of work, program guidance, and directives. This will allow you the flexibility to account for your travel costs in this section
(Training) or Admin/Management categories. The Task Force is authorized to reallocate travel funds between Admin/Management travel and Training travel without requesting a budget change authorization. However, any
changes must be reflected in your Performance Report, with an explanation on the reason(s) for the change.
Travel
Event Title
No. of Personnel
Cost Per Person
Lump Sum
Grants Manager Training
1
$2,100
$2,100
Other Authorized Travel (see below)
3
$2,100
$6,300
Communications Specialist
1
$2,100
$2,100
$0
$0
$0
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
rota/
$10,500
Travel
Cost Basis:
Please mark appropriate box(es) below.
Briefly describe breakdown of travel Cost Per Person. Provide examples of "other authorized
travel' if selected above.
❑
❑
❑p
D
D
Union Agreements
City/County/Organization Negotiated Agreements
Historical Data
Bids/Quotes
Casts are in Comparison w/other TFs Ion Similar Tasks or Items
Other (List here):
Travel breakdowns are approximations based on previous values (airfare and lugguage -
$600, hotel - $200 per day for average 3 day trip $600; per diem - $100 per day for 3 days
$300, car rental - $100 per day for 3 days $300, parking - $200, fuel $100). Travel expenses
are figured at a cost of $2100 for actual travel and $1800 per day (24 hour) backfill (line item
under Staff Positions). Backfill for students is figued at a rate of $75.00 per hour (see
salaries). Other Authorized Travel: Communications Specialist, Structural Collapse Technician,
Logistics Specialist.
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-100
Section
Training
Page 14 of
Equipment
Notes for Equipment Section
Purchase of equipment specifically for training, to include props, training materials, training faolity expenses, etc. are allowable under this Cooperative Agreement. The costs noted in this area are for the purchase of
equipment and not service agreements, which should be included under contractual or other. Rolling or floating transportation, if allowable, will require specifications/approval as part of the application.
The general definition of"Equipment" out of the CFR is: "Equipment" means an article of nonexpendable, tangible personal property having a useful life of more than one year and an acquisition cost which equals or exceeds
the lesser of the capitalization level established by the governmental unit for financial statement purposes, or $5000.
Equipment
Item Description
Item #
Cache #
Unit Cost
No. of Units
Total Cost
$0
$0
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
$o
Total
#0
Equipment
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for equipment costs below.
J
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-100
Section
Training
Page 15 of
Supplies
Notes for Supplies Section
In the area below, provide an approximate listing of the supplies necessary for preparing and/ or delivery of training within this inoperative agreement.
Supply items/costs that should be listed are items other then what the equipment definition states as follows: The general definition of"Equipment" out of the CFR is: "Equipment" means an article of nonexpendable,
tangible personal property having a useful life of more than one year and an acquisition cost which equals or exceeds the lesser of the capitalization level established by the governmental unit for finandal statement purposes,
or $5000.
Supplies
Item
Cache #
Unit Cost
No. of Units
Total Cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
rota/
$0
Supplies
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for supply costs below.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/other TFs for Similar Tasks or Items
This narrative box has character limitations. For additional clarification use tab 12
❑
Other (List here):
Contractual
Notes for Contractual Section
In the area below, list any supporting information for the contractual costs of services, rentals, etc., as it pertains to training.
Contractual
Service
Quantity
Unit Cost
Total Cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
$0
Contractual
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for contractual costs below.
❑
❑
❑
❑
Union Agreements
City/County/Organization Negotiated Agreements
Historical Data
Bids/Quotes
Costs are in Comparison w/other TFs for Similar Tasks or Items
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-100
Section
Training
Page 16 of 5
Other
Notes for Other Section
This area will cover any miscellaneous items that are are training -related and allowable under the Statement of Work but not covered in the other object classes.
Other (If Applicable
Item
Quantity
Unit Cost
Total Cost
$0
$0
$0
$0
$0
$0
Total
;0
Other
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for other costs below.
❑
Union Agreements
D
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/other TFs hr Similar Tasks or Items
This narrative box has character limitations. For additional clarification use tab 12
❑
Other (List here):
Indirect Costs
Notes for Indirect Costs Section
Indirect Costs on only be provided if there is an Indirect Cost Rate Agreement that has been approved by a cognizant Federal Agency. A copy of the Indirect Cost Rate Agreement should accompany the application. The
Indirect Cost Rate Agreement that you provide should state what category or categories the Indirect Costs are based on, ie equipment, salaries, all expenses, etc. The information provided below should list the description
of the cost category for the base, the amount on which it's based, the percentage, and the total. The rate or amount approved at time of award will prevail thru the terrn of the Cooperative Agreement.
Indirect Costs
Item/Category
Item Description
Base Amount
Percentage
Total Cost
rota/
#0
Indirect Costs
Describe any additional supporting information for indirect costs below. Please advise who is
the Cognizant Federal Agency and the date of approval.
This narrative box has character limitations. For additional clarification use tab 12
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
E City/County/Organization Negotiated Agreements
❑ Historical Data
E Bids/Quotes
D Costs are in Comparison w/other TFs Ior Similar Tasks or Items
❑ Other (List Here):
FEMA FORM 089-0-100
Section
Training
Page 17 of 5
EQUIPMENT
Task Force General Comments
This Program Category covers the costs for the equipment portion of the Readiness Cooperative Agreement for our Task Force. The period of performance covers a 36 month period to accomplish the work
in this area. Our Task Force intends to maintain a deployable Task Force and will provide the required equipment to insure mission readiness, safety, and management of the Task Force. The equipment
will be purchased in accordance with the requirements of the Urban Search & Rescue Branch statement of work, current cache list, and official guidance from the US&R Branch. The equipment and
supporting cost details will be provided in the below object classes under this Program Category. Our Task Force will attempt to maintain the preparedness of the Task Force under this Readiness
Cooperative Agreement, in order to provide critical emergency response services as one of the 28 teams for the National Urban Search and Rescue Response System.
The below list of equipment and costs covers what is anticipated for this Readiness Cooperative Agreement. Due to the dynamic program, training scheduling and requirement changes, some of the
equipment listed may require revisions. Any changes will be noted within the Performance Reports, and will include the change and the reason for the change. It will not require a budget adjustment as
long as the change is within the Program Category total as noted at time of award, and is an approved equipment requirement within the statement of work, current cache list, and official guidance from the
US&R Branch.
Total Equipment Cost
$105,714
Personnel Salaries & Fringe Benefits
Notes for Personnel Salaries and Fringe Benefits Section
The Task Force can use this category to account for the salaries of Task Force Members who perform duties related to maintenance of US&R equipment and vehicles. This may also include backfill
expenses for individual(s) who are working with the cache. If specific costs are unknown, give estimated salary hours and average salary rate. If specific dates are unknown, provide estimated time frame
(e.g., 1 day per week/month, etc.). If overtime hours are listed, please note them as a separate item below. Put the total amount under salary. Note the hourly rate in the clarification box.
Personnel Salaries and Frinoe Benefits
Staff Position
Full/Part Time
Overtime Hours
Date Salary Charged
Fringe Benefits (If Applicable)
Salary
Totals
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Totals
$0
$0
so
Personnel Salaries
Cost Basis:
Please mark appropriate box(es) below.
The area below is to provide additional notes the Task Force may need to add for clarifying
the range of salary rates used to develop the average hourly costs.
❑
Union Agreements
❑
City/county/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
Fringe Benefits (If Applicable)
Cost Basis:
Please mark appropriate box(es) below.
The area below is to state the total percentage (e.g., 23%) for the Fringe Benefits (if
applicable) and list the items (e.g., health, dental, workers' comp) that are included.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10E
Section 8
Equipment
Page 18 of
Travel
Notes for Travel Section
Travel in this category would cover costs relating to quality assurance on equipment or vehicle, or any other travel related to cache management within the scope of the Grant Guidance. Please note:
These expenses can be reflected within the Administrative/Management or Training travel category instead. Costs can be provided in detail or by trip costs, and a detail of the costs should
be listed in the comments sections, that will show how you arrived at the trip total. The costs listed below are estimates due to travel locations that are unknown at the time of application. It is at this time
when costs are generally based on historical data. There are drop down menus for some of the meetings, and you can add others that are in line within the Statement of Work.
Travel (If Applicable)
Event Title
No. of Personnel
Cost Per Person
No. of Trips (approx.)
Total Cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
Total
$0
Travel.
Cost Basis:
Please mark appropriate box(es) below.
Briefly describe breakdown of travel Cost Per Person.
Provide examples of "other authorized
travel" if selected above.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10E
Section 8
Equipment
Page 19 of8
Equipment
Notes for Equipment Section
Your agency is authorized to purchase equipment as listed in the approved DHS/FEMA 2015 US&R Task Force Equipment Cache List, or any subsequently approved DHS/FEMA US&R Equipment list. Task
Force personnel are reminded and directed not to exceed quantity and/or cost caps as listed on the cache list. Task Force must follow department procurement regulations, which are in accordance with 2
CFR Part 200 to ensure reasonable prices are obtained. The US&R Program Office and the Grants Office Assistance Officer must provide written approval for any other equipment not identified on approved
cache list(s), in program guidance, or specifications. Those Task Forces who maintain an IST Medical Cache are to include the appropriate amount below for replacement of equipment and pharmaceuticals.
However, due to the dynamic program, the requirements for these items (within the amount approved at time of award for this object class) may change. Any changes to listed items will be reflected in the
Performance Reports, noting the reason for the change and the Task Force will not be required to submit a budget change if items are on the approved cache lists, noted in the statement of work, or
authorized by program guidance or directives. Rolling or floating equipment requires the specifications to be submitted to the US&R Branch/Grants Assistance Officer for prior approval. The general
definition of "Equipment" out of the CFR is: "Equipment" means an article of nonexpendable, tangible personal property having a useful life of more than one year and an acquisition cost which equals or
exceeds the lesser of the capitalization level established by the governmental unit for financial statement purposes, or $5000.
Equipment
These are the items our Task Force anticipa es requiring for this Cooperative Agreement under the equipment object class within the Equipment Program Category. However, due to the dynamic program,
the requirements for these items (within the amount approved at time of award for this object class) may change. Any changes to listed items will be reflected in the Performance Reports, noting the
reason for the change and the Task Force MI not be required to submit a budget change if items are on the approved cache lists, authorized by program guidance or directives. Rolling or floating
equioment requires the specifications and budget information to be submitted to the Program Office Grants Assistance Office for prior approval.
Item Description
Item #
Cache #
Unit Cost
No. of Units
Total Cost
HEPP Cache Recapitalization
$11,000
1
$11,000.00
Equipment Cache Recapitilization - Congressional
Intent
HEAVY VEHICLE (VA-
0101901
Logistics
$99,719.00
1
$94,714.00
Total
$105,714.00
Equipment
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for equipment costs below.
❑
Union Agreements
Cache List Items shall cover what has been previously approved from the FEMA cache list
and/or Statement of Work. Examples: small engines, hydraulic tool seals, chainsaws, and
medical equipment. We are currently in the process of getting quotes, as we plan to purchase
a Heavy Fleet (HF) vehicle to update our aging Heavy Fleet. Once comparables are received,
we will request written approval from the US&R Branch by submitting the required
paperwork, including the FEMA Form 089-0-26. Prior to purchase, a completed FEMA form
0
❑
City/County/Organization Negotiated Agreements
Historical Data
089-0-26 and specifications will be submitted to the program office for approval. The HEPP
Bids/Quotes
Cache Recapitalization will be used in accordance with forthcoming guidance from the US&R
Branch to purchase approved equipment items.
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-t0E
Section 8
Equipment
Page 20 of8
Supplies
Notes for Supplies Section
In the area below, provide an approximate listing of necessary supplies. Supply items/costs that should be listed are items other then what the equipment definition states as follows: The general definition
of "Equipment" out of the CFR is: "Equipment" means an article of nonexpendable, tangible personal property having a useful life of more than one year and an acquisition cost which equals or exceeds the
lesser of the capitalization level established by the governmental unit for financial statement purposes, or $5000. However, due to the dynamic program, the requirements for these items (within the
amount approved at time of award for this object class) may change. Any changes to the listed items will be reflected in the Performance Reports, including the reason for the change(s) noted.
Supplies
These are the items our Task Force anticipates requiring under this Cooperative Agreement. However, due to the dynamic program, the requirements for these items may change and any changes will be
reflected in the Performance Reports, with the reason for the change noted. A budget change is not required to be submitted for approval if the costs in this object class remain as approved at time of
award and the items are allowable in accordance with the statement of work, program guidance and directives.
Item M.
Cache #
Unit Cost
No. of Units
Total Cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
$0
Supplies
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for supply costs below.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10E
Section 8
Equipment
Page 21 of
Contractual
Notes for Contractual Section
In the area below, list any supporting information for the contractual costs of services, rentals, etc., for equipment.
Contractual
Service
Quantity
Unit Cost
Total Cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Tota/
$0
Contractual
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for contractual costs below.
❑
Union Agreements
❑
City/county/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
Other
Notes for Other Section
This area will cover any miscellaneous items that are are equipment -related and allowable under the Statement of Work but not covered in the other object classes.
Other
Item
Quantity
Unit Cost
Total Cost
0
$0
$0
$0
$0
$0
$0
$0
Tota/
$0
Other
Describe any additional supporting information for other costs below.
This narrative box has character limitations. For additional clarification use tab 12
Cost Basis: Please mark appropriate box(es) below.
❑ Union Agreements
❑ City/County/Organization Negotiated Agreements
❑ Historical Data
❑ Bids/Quotes
❑ Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑ Other (List here):
FEMA FORM 089-0-10E
Section 8
Equipment
Page 22 of 6
Indirect Costs
Notes for Indirect Costs Section
Indirect Costs can only be provided if there is an Indirect Cost Rate Agreement that has been approved by a cognizant Federal Agency. A copy of the Indirect Cost Rate Agreement should accompany the
application. The Indirect Cost Rate Agreement that you provide should state what category or categories the Indirect Costs are based on, i.e., equipment, salaries, all expenses, etc. The information
provided below should list the description of the cost category for the base, the amount on which it's based, the percentage, and the total. The rate or amount approved at time of award will prevail thru the
term of the Cooperative Agreement.
Indirect Costs
Item/Category
Item Description
Base Amount
Percentage
Total Cost
Total
$0
Indirect Costs
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for indirect costs below.
Please advise who is
the Cognizant Federal Agency and the date of approval.
C
Union Agreements
❑
City/county/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (List here):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10E
Section 8
Equipment
Page 23 of8
STORAGE & MAINTENANCE
Task Force General Comments
This Program Category covers the costs for the storage/maintenance portion of this Readiness Cooperative Agreement. The costs for the Storage/Maintenance portion of this budget/narrative will
be addressed in this section for any warehouse lease or maintenance costs for the equipment/vehicles, and the costs will occur within the 36 month period of performance. Task force management
is reminded you may only use cooperative agreement funds to pay for warehouse leases for a twelve-month consecutive period within the overall period of performance and that there is no
guarantee of cooperative agreement funding in future years (See Statement of Work, Section F, Cooperative Agreement Funding at pages 21-22). Task forces may write contracts with an available
fund's clause or option years for protection. The storage and maintenance will be in accordance with the requirements of the Urban Search & Rescue Branch statement of work, program guidance,
Our Task Force will attempt to maintain the preparedness of the Task Force under this Readiness Cooperative Agreement, in order to provide critical emergency response services as one of the 28
teams for the National Urban Search and Rescue Response System. The below list of costs covers what is anticipated for this Readiness Cooperative Agreement. Except for minor renovations and
modifications of existing warehouse facilities that do not change the footprint of the structure, construction and renovation costs are not allowed. Examples of permissible minor renovation and
Total Storage & Maintenance Cost
$95,787
Personnel Salaries & Fringe Benefits
Notes for Personnel Salaries and Fringe Benefits Section
The Task Force can use this category to account for the salaries of Task Force Members who perform duties related to storage & maintenance. This may also include backfill expenses for
individual(s) who are working with related projects. If specific costs are unknown, give estimated salary hours and average salary rate. If specific dates are unknown, provide estimated time
frame (e.g., 1 day per week/month, etc.). If overtime hours are listed, please note them as a separate line item below. Put the total amount under salary. Note the hourly rate in the clarification
box
Personnel Salaries and Frinoe Benefits
Staff Position
Full/Part Time
Overtime Hours
Date Salary Charged
Fringe Benefits (If
Applicable)
Salary
Totals
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Totals
$0
$0
$0
Personnel Salaries
Cost Basis:
Please mark appropriate box(es) below.
The area below is to provide additional notes the Task Force may need to add for clarifying the
range of salary rates used to develop the average hourly costs.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
Fringe Benefits
Cost Basis:
Please mark appropriate box(es) below.
The area below is to state the total percentage (e.g., 23%) for the Fringe Benefits (if
applicable) and list the items (e.g., health, dental, workers' comp) that are included.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 24 of 6
Travel
Notes for Travel Section
This section can be used for those travel items related to storage, maintenance and/or equipment (e.g., mileage, etc.) allowable within the scope of the Statement of Work. Please note: These
expenses can be reflected within the Administrative/Management travel category instead. Costs can be provided in detail or by trip costs, and a detail of the costs should be listed in
the comments sections, that will show how you arrived at the trip total. The costs listed below are estimates due to travel locations that are unknown at the time of application. It is at this time
when costs are generally based on historical data. There are drop down menus for some of the meetings, and you can add others that are in line within the Statement of Work.
Travel (If Applicable)
Event Title
No. of Personnel
Cost Per Person
Number of Trips
Total Cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
If other, list here
$0
Total
$0
Travel
Cost Basis:
Please mark appropriate box(es) below.
Briefly describe breakdown of travel Cost Per Person.
Provide examples of "other authorized
travel" if selected above.
D
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 25 of 6
Equipment
Notes for Equipment Section
This section may be used to reflect expenses related purchasing, maintenance and repair of equipment and vehicles, as approved by DHS/FEMA and within the scope of the Statement of Work.
Your Task Force is authorized to purchase equipment as listed in the approved DHS/FEMA 2017 US&R Task Force Equipment Cache List, or any subsequently approved DHS/FEMA US&R Equipment
list. Task Force personnel are reminded and directed not to exceed quantity and/or cost caps as listed on the cache list. Task Force must follow department procurement regulations, which are in
accordance with 2 CFR Part 200 to ensure reasonable prices are obtained. The US&R Branch and the Grants Office Assistance Officer must provide written approval for any other equipment not
identified on approved cache list(s). Those Task Forces who maintain an IST Medical Cache are to include the appropriate amount below for replacement of equipment and pharmaceuticals.
Please note: These expenses can be reflected within the Equipment category instead.
Equipment
Item Description
Item #
Cache #
Unit Cost
No. of Units
Total Cost
Equipment/Warehouse and Fleet Maintenance/Repair
$9,691
1
$9,691
HEPP Maintenance
$9,500
1
$9,500
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
$19,191
Equipment
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for equipment costs below.
❑
0
p
p
0
0
Union Agreements
City/County/Organization Negotiated Agreements
Historica/Data
Bids/Quotes
Costs are in Comparison w/ other TFs for Similar Tasks or Items
Other (Listhere):
Maintenance costs associated with meeting the benchmarks set forth in Sections VI and VIII of
US&R 2025 Readiness Cooperative Agreement Statement of Work are anticipated to consist of
preventative maintenance/repair of Cache Equipment/Supplies per FL-TF2 and Manufacturer
recommended maintenance schedules. Fleet Repair/maintenance includes new tires, oil and
fuel filter changes, shock absorbers, replace burned out lights and other wear consumables.
HEPP and Task Force Equipment repair/maintenance is to repair any damage from wear and
tear, or maintenece for any of our gas, electric, and hydraulic equipment. Building Support for
the Warehouse may include items like: cleaning supplies, small repairs, floor mats, vacuum
cleaner, step ladders, chairs, tables, light bulbs, shelving racks, floor scrubbers, pa systems,
overhead doors repairs, lighting, etc.
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 26 of 6
Supplies
Notes for Supplies Section
In the area below, provide an approximate listing of necessary supplies. Supply items/costs that should be listed are items other then what the equipment definition states as follows: The general
definition of "Equipment" out of the CFR is: "Equipment' means an article of nonexpendable, tangible personal property having a useful life of more than one year and an acquisition cost which
equals or exceeds the lesser of the capitalization level established by the governmental unit for financial statement purposes, or $5000.
Supplies
Item
Cache #
Unit Cost
No. of Units
Total cost
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
;o
Supplies
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for supply costs below.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
This narrative box has character limitations. For additional clarification use tab 12
I
0
Other (List here):
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 27 of
Contractual
Notes for Contractual Section
In the area below, list any supporting information for the contractual costs of services, rentals, etc., as it pertains to the maintenance and/or lease of storage facilities and associated US&R
equipment and supplies. Under the quantity for leases please include the square footage of the warehouse. Task force management is reminded you may only use cooperative agreement funds to
pay for warehouse leases for a twelve-month consecutive period within the overall period of performance and that there is no guarantee of cooperative agreement funding in future years (See
Statement of Work, Section F, Cooperative Agreement Funding at pages 21-22). Task forces may write contracts with an available fund's clause or option years for protection.
Contractual
Service
Prior Coverage Dates
Lease Begin Date
Lease End Date
Quantity
Unit Cost
Total Cost
Controlled Temperature Environment
12/1/2024 - 11/30/2025
12/1/2025
11/30/2026
12
$1,268
$15,216
USAR Offices
5/1/2025 - 4/30/2026
5/1/2026
4/30/2027
12
$5,027
$60,324
AES Portable
2/1/2025- 1/30/2026
2/1/2026
1/30/2027
12
$88
$1,056
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
Total
$76,596
Contractual
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for contractual costs below. Include square
footage and cost per for any facility leases included above.
❑
Union Agreements
FL-TF2 facilities warehouse contains an overall area of 25,000 square feet. This area includes
equipment storage, vehicle storage, a training facility, and administrative support. The
contractual costs under this category include a US&R office, Pota Potty rental, and a Controlled
0
City/County/Organization Negotiated Agreements
Temperature Environment trailer (approx. 1,300 square feet) for storing temperature -sensitive
items, such as computers, radios, HazMat monitors, MREs, and medical cache. Lease costs will
not exceed a 12-month period in this FY2025 CA.
0
Historical Data
0
Bids/Quotes
0
Costs are in Comparison w/ other TFs for Similar Tasks or Items
0
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
Other
Notes for Other Section
This area will cover any miscellaneous items that are are storage & maintenance -related and allowable under the Statement of Work but not covered in the other object classes. Except for minor
renovations and modifications of existing warehouse facilities that do not change the footprint of the structure, construction and renovation costs are not allowed. Examples of permissible minor
renovation and modification costs include but are not limited to office/storage space build-out/reconfiguration, ceilings, loading docks/doors, lighting, HVAC, and security fencing. US&R Branch
Other (List minor renovation/modification costs here)
Item
Quantity
Unit Cost
Total Cost
$0
$0
$0
$0
$0
$0
Total
$0.00
Other
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for other costs below.
❑
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
1
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 28 of 6
Indirect Costs
Notes for Indirect Costs Section
Indirect Costs can only be provided if there is an Indirect Cost Rate Agreement that has been approved by a cognizant Federal Agency. A copy of the Indirect Cost Rate Agreement should
accompany the application. The Indirect Cost Rate Agreement that you provide should state what category or categories the Indirect Costs are based on, ie equipment, salaries, all expenses,
etc. The information provided below should list the description of the cost category for the base, the amount on which it's based, the percentage, and the total. The rate or amount approved at
time of award will prevail thru the term of the Cooperative Agreement.
Indirect Costs
Cost Basis:
Please mark appropriate box(es) below.
Describe any additional supporting information for indirect costs below.
Please advise who is
the Cognizant Federal Agency and the date of approval.
0
Union Agreements
❑
City/County/Organization Negotiated Agreements
❑
Historical Data
❑
Bids/Quotes
❑
Costs are in Comparison w/ other TFs for Similar Tasks or Items
❑
Other (Listhere):
This narrative box has character limitations. For additional clarification use tab 12
FEMA FORM 089-0-10F
Section 9
Storage Maintenance
Page 29 of 6
BUDGET TOTALS
This summary will be populated based on figures entered into other sections of this narrative.
Activity
Cost
Administration & Management
$1,228,310.00
Training
$10,500.00
Equipment
$105,714.00
Storage & Maintenance
$95,787.00
Object Class
Cost
Personnel
$1,031,819.00
Fringe Benefits
$30,415.00
Travel
$81,900.00
Equipment
$124,905.00
Supplies
$5,036.00
Contractual
$166,236.00
Other
$0.00
Indirect Charges
$0.00
Activity Sum
$1,440,311.00
Object Class Sum
$1,440,311.00
Total
$1,440,311.00
FEMA FORM 089-0-10G
Section 10
Budget Totals
FLORIDA TASK FORCE 2 -ADMINISTRATIVE MANUAL
Article VI. Position Descriptions for Program
Manager and Staff
FL-TF2 will maintain administrative staffing organized as part of the Special
Operations Division of the City of Miami Fire Rescue Department with the
following dedicated full-time personnel:
• Program Manager: 100%
Captain Erik Sanchez: Establish division goals and objectives; coordinate all
task force grant goals to comply with cooperative agreements; oversee day-to-
day task force operations; acts as liaison between the TF and the Sponsoring
Agency and acts as Task Force Representative at all local and national US&R
meetings.
• Staff Officer 1 /Administrative Training Manager: 100%
Lieutenant Esteban Lora: Responsible for the timely delivery of training in
accordance with the requirements set forth by FEMA (Approximately 30
courses delivered in a two-year period), as well as the yearly training
requirements set forth by the Program Manager (Approximately 72 hours per
member). Responsible for tracking and reconciling all Task Force Training
hours. Provides supervisory assistance to the Program Manager.
• Staff Officer 2 /Administrative Logistics Manager: 100%
Lieutenant Joseph Barber: Responsible for all daily Finance and Procurement
(Administrative) issues and activities within the organization. Provide
supervisory assistance to the Program Manager. Responsible for all personnel
issues within the organization (Overtime reporting, time sheets, etc.).
• Financial Grants Manager: 100%
Miroslava Musser: Daily oversight of grant and financial matters in support of
task force activities; creates reports for audits and grants deliverables,
coordinates, submits, and tracks reimbursements using different platforms (ND
Grants, FEMA Go, and FDEM portal) as it relates to the TF.
Version 2024
1
FLORIDA TASK FORCE 2 — ADMINISTRATIVE MANUAL
• Special Projects Assistant: 100%
Shedrick Pope: Review and reconcile payroll expenditures between Oracle PNG
and Oracle Payroll modules. Responsible for submitting monthly requisitions, i-
expenses, and direct payments as well as ensuring all invoices and expenses are
paid and reconciled promptly. File and retain all grant records.
Part-time personnel are also utilized as Discipline Coordinator positions. This
allows for the most cost-effective means of personnel allocation. They are utilized
on an as -needed basis and do not burden the organization with the cost of full-time
salaries.
The following part-time positions have been established within the Table of
Organization:
• Discipline Training Coordinator:
Frank Mainade (Civ): Responsible for assisting each discipline with their
monthly/yearly discipline training needs. Assists and facilitates our Drills and
Mobility Exercises.
• Readiness Coordinator /Administrative Aid Assistant:
Joe Sorrentino /Sylvia Arango (Civ.): Responsible for assuring the Task Force is in
a readiness state as it pertains to discipline training and exercise requirements.
Responsible for updating our deployment rosters and assisting with the ARE
requirements. / Work hand -in -hand with the Training Manager to update personnel
folders and record certifications. Assist with emails and correspondence.
• Financial Reimbursement Officer:
Julio Mestas (Civ.): Responsible for the financial oversight of team activity. Assist
with day-to-day financial support and management of grant goals and conducts all
reconciliation of reimbursement paperwork and coordinate any After -Action
Reports.
• Medical Coordinator:
Firefighter Ahmed Abousaleh: Responsible for the implementation and oversight
of the Medical Team. This responsibility includes response activities during
Version 2024
2
FLORIDA TASK FORCE 2 — ADMINISTRATIVE MANUAL
deployments, readiness activities, and team welfare. Coordinates yearly medical
exams and oversees all HIPAA-related information within the TF personnel files.
• Communications Coordinator:
Firefighter Gabriel Rodriguez: Responsible for the readiness and implementation
of the communications plan. Ensures communications equipment is functional and
deployable. Monitors, maintains, and updates equipment and conducts training
within his discipline.
• Hazmat/HEEP Coordinator:
Captain Erick DeArmas/Tony Prado (Civ): Responsible for the WMD component
of the Task Force. (One fully stocked tractor -trailer containing about 1.2 million
dollars in equipment.) Oversees training and maintenance for all HazMat
equipment components and the new HazMat Equipment Push Package Cache
scheduled to be stored at the FL-TF2 warehouse.
• Canine/Tech-Search Coordinator:
Captain Jorge Cruz/Chief Harris Henbest: Responsible for the readiness of the K-
9 and technical search component of the Task Force. Ensures that all search team
members comply with requirements set forth by FEMA. Coordinates all training
for TF members within their discipline and oversees the coordination and site
maintenance of the TF2 training prop located in Davie, FL.
• Public Information Officer:
TBD: Ensures that the message released by this Task Force is in line with the
position of the Department of Homeland Security and the Sponsoring Agency, The
City of Miami Fire Department. Disseminates TF-related information to the local
media and coordinates the TF Media Policy as it relates to all media resources.
• Rescue Coordinator:
Captain Carlos Soldevila: Responsible for the oversight of all Rescue equipment.
Assists with the institution of rescue methodology and the implementation and
Version 2024
3
FLORIDA TASK FORCE 2 - ADMINISTRATIVE MANUAL
maintenance of light, medium, and heavy rescue vehicles: Guarantees the
readiness of the Rescue equipment cache and oversees training and skill testing for
every TF member in his discipline.
• Flood /Swiftwater Coordinator:
Lieutenant Christopher Dudot: Responsible for the Flood/Swiftwater cache,
maintenance, and training in support of FEMA Directives. Oversees the continuing
education and training of all TF members.
• Logistics Coordinator:
Firefighter Jesus Garcia: Responsible for all response equipment contained within
the organization (over 20,000 individual items). Also responsible for excess
property and the day-to-day operations of the Warehouse Manager, Transportation
Officer, and Air Response Manager.
• Deputy Coordinator of Logistics:
Peter Darley Sr. (Civ): Responsible for assisting the Logistics Coordinator with
any task related to Logistics (i.e., training, equipment maintenance, etc.).
• Warehouse Manager:
Firefighter Jesse Santerre: Responsible for the inventory, tracking, and
maintenance of all of our equipment, apparatus, and supplies. Oversees the day-to-
day operational readiness of our equipment cache.
• Air Response Manager:
Ishmael Colon -Marquez (Civ): Responsible for assuring our equipment and
apparatus are in a state of readiness to be deployed by air. Creates load plans for
response to disasters, which include our equipment pallets, transportation vehicles,
and apparatus, as well as our personnel.
• Transportation Officer:
Rene Gomez (Civ.): Responsible for overseeing the entire Florida 2 Task Force
Version 2024
4
FLORIDA TASK FORCE 2 — ADMINISTRATIVE MANUAL
fleet. Establishes and implements a transportation policy for active drivers and a
transportation plan during deployments. Oversees the day-to-day operational
readiness of the Transportation Cache, including but not limited to monthly
maintenance, minor repairs and modifications, yearly inspections, records, etc.
• Personnel Support Coordinator:
Firefighter Timothy Gleason: Responsible for the administration of the Personnel
Support Program to include Critical Incident Stress Management and Employee
Assistance; assisting personnel and family with needs during times of deployment
and coordinating CISD for the TF members and their relatives after deployment
and on an as -needed basis.
• Planning Coordinator:
Lieutenant Santiago Ramos: Responsible for the oversight of all Planning
equipment. Responsible for reviewing and updating FL-TF2 Administrative,
Strategic, and Mobilization Manuals as set by TF policy. Guarantees the readiness
of the Planning equipment cache and oversees training and skill testing for every
TF member in his discipline.
• Task Force Leaders (TFLs):
Fire Chief Robert Hevia (SAC), Dpt. Fire Chief Scott Dean, Asst. Fire Chief
Christopher Diaz, Asst. Fire Chief Grant Musser, Asst. Fire Chief Melissa Llera:
Utilized on an as -needed basis for special projects requiring management oversight
with regard to higher -level administrative duties. (Example: hurricane
reimbursements, audits). Additionally, they can function as a non -department
member liaison and represent FL-TF2 at all local and national US&R meetings.
See Annex #2 Rates of Pay for Non-CBA members. US&R TF Program Directive
2024-01; Rates of Pay per Hour; Exhibit "C"
Version 2024
5
FY 2025 - $40.832M Budget Spend Plan - Final
2025-OS-A391-D60D-XXXX Final Budget Amount:
$ 40,832,000
Task Forces:
$ 40,274,708
Direct Support:
$ 557,292
Task Force Readiness Cooperative Agreements
#
ITEM
UNIT COST
QTY
EXTENDED COST
SUBTOTAL
1
Program Management
$ 762,750
28
$ 1,378,311
$ 38,592,708
2
Staff & Other Travel - TAVs
$ 50,000
3
Support & Mtg. Travel or as directed by US&R Branch
$ 60,000
4
Readiness Assessment Program Participation
$ 5,000
5 I
$ 82,500
6
Equip, Supplies, Veh Acquisition
$ 147,457
7
Equip Recapitilization - Congressional Intent
$ 94,714
8
Insurance Costs
9
Storage/Maintenance
$ 175,890
# I
10
IST Cache
See: Spend Plan TF Details
1
$ 289,500
$ 289,500
11
HEPP Cache
See: Spend Plan TF Details
1
$ 322,000
$ 322,000
12
Capital Contingency
See: Spend Plan TF Details
1
$ -
$ -
13
Nat'l Level Training Delivery Hosting
1
$ 440,000
$ 440,000
14
Nat'l Level Training Initiatives
1
$ 80,000
$ 80,000
15
Divisional Multi -Task Force Field Exercises
0
$ 15,000
$ -
16
Divisional Multi -Task Force Table Top Exercises
0
$ 10,000
$ -
17
IST CE Wkshp & New Mbr Orntation Hosting - CY26
0
$ 62,000
$ -
18
IST National Level Training Course (S-420)
0
$ 90,000
$ -
19
IST Support
See: Spend Plan TF Details
1
$ 18,000
$ 18,000
20
Annual Meetings Hosting
See: Spend Plan TF Details
1
$ 164,500
$ 164,500
21
Annual Advisory Organization Stipends
See: Spend Plan TF Details
1
$ 368,000
$ 368,000
22
Canine Search Specialist Certification Process
See: Spend Plan TF Details
1
$ -
$ -
23
TF Readiness Cooperative Agreements Subtotal:
98.6%
$ 40,274,708
24
TF Readiness CA Supplemental Funding - End of Year US&R Funding:
25
TF Readiness CA Supplemental Funding - End of Year PDO Funding:
Direct Task Force Support Subtotal:
1.4%
$ 557,292
27
28
29
Budget Task Force Surplus/Deficit Subtotal:
$ -
$ 40,832,000
Final Budget Combined Spend Plans Total:
Administrative Travel Spend Plan Total (amount not paid from Appropriation):
FY 2025 - $40.832M Budget Spend Plan - Final
2025-OS-A391-D60D-XXXX Final Budget Total Amount:
$ 40,832,000
A391 - Task Forces:
$ 40,274,708
Direct Support:
$ 557,292
Spend Plan Task Force Details
#
ITEM
DETAILS
QTY
UNIT COST
SUBTOTAL
30
IST Cache Maintenance (Exercises, Med Kits, database)
CA-TF6, TX-TF1, VA-TF2
3
$ 91,500
$ 274,500
31
IST Cache Recapitalization
CA-TF6, TX-TF1, VA-TF2
3
$ 5,000
$ 15,000
32
Line 10: IST Cache Maintenance Total:
$ 289,500
HEPP Cache Maintenance
a-TF,co-TF1,F-TF2, N-TF1,-
C33
TF1, NV-TF1, TX-TF1
7
$ 35,000
$ 245,000
34
HEPP Cache Recapitalization
a-TF ,co-TF1,F-TFz,IN-TF1, MD-
TF1, NV-TF1, TX-TF1
7
$ 11,000
$ 77,000
35
Line 11: HEPP Cache Maintenance Total:
$ 322,000
36
Capital Contingency
1
$ -
37
Capital Contingency
1
$ -
38
Line 12: Capital
Contingency:
$ -
$ 35,000
39
Nat'l LvlTraining Hosting- CSS
VA-TF2
1
$ 35,000
40
Nat'l Lvl Training Hosting - Comm Spec
MA-TF1
1
$ 100,000
$ 100,000
41
Nat'l LvITraining Hosting- HERS
CA-TF7
1
$ 45,000
$ 45,000
42
Nat'l LvITraining Hosting- Log
AZ-TF1
1
$ 40,000
$ 40,000
43
Nat'l LvITraining Hosting- MTT
CA-TF2
1
$ 110,000
$ 110,000
44
Nat'l LvITraining Hosting- PTT
CA-TF1
1
$ 15,000
$ 15,000
45
Nat'l Lvl Training Hosting - SOFR
CO-TF1
1
$ 35,000
$ 35,000
46
Nat'l LvlTraining Hosting - TFL
NV-TF1
1
$ 20,000
$ 20,000
47
Nat'lLvlTrainingHosting -TSS
TN-TF1
1
$ 40,000
$ 40,000
48
Line 13: Nat'l Level Training Delivery Hosting Total:
$ 440,000
49
Nat'l LvI Annual Water Ops Training Workshop/Instructor Rollout
CA-TF6
1
$ 35,000
$ 35,000
50
Nat'l LvI Annual Logistics Workshop
IN-TF1
1
$ 10,000
$ 10,000
51
Nat'l LvITraining Hosting- Comm N Workshop
MA-TF1
1
$ 35,000
$ 35,000
52
Line 14 Nat'l Level Training
Initiatives Total:
$ 80,000
53
IST Support -ISTL Stipend - Red IST
VA-TF2
1
$ 6,000
$ 6,000
54
IST Support - ISTL Stipend - White IST
CA-TF5
1
$ 6,000
$ 6,000
55
IST Support - ISTL Stipend - Blue IST
TX-TF1
1
$ 6,000
$ 6,000
56
IST Support - IST Facilitation e.g., C&GS Stipend/Training, etc
NE-TF1 (FY24)
0
$ 100,000
$ -
57
Line 19: IST Support Total:
$ 18,000
58
Annual Mtg Hosting - CY26 - SAC Meeting
CO-TF1
1
$ 25,000
$ 25,000
59
Annual Mtg Hosting - FY26 Strat Mtg
TX-TF1
2
$ 1,000
$ 2,000
60
Annual Mtg Hosting - CY26 TFR Mtg
MO-TF1
1
$ 65,000
$ 65,000
61
Annual Mtg Hosting - CY26 Grants Wkshp
TX-TF1
1
$ 7,500
$ 7,500
62
Annual Mtg Hosting - CY26 Trng/Exercise Wkshp
PA-TF1 (FY24)
0
$ 7,500
$ -
63
Annual Mtg Hosting - CY26 Adv Org Meetings - 3 Meetings
UT-TF1
1
$ 65,000
$ 65,000
64
Line 20: Annual Mtg Hosting Total:
$ 164,500
65
Annual Adv Org Stipends - SACR-Ds
CA-TF5, TX-TF1, NY-TF1
3
$ 8,000
$ 24,000
66
Annual Adv Org Stipends - TFR-N
NY-TF1
1
$ 20,000
$ 20,000
67
Annual Adv Org Stipends - TFR-Ds
CA-TF7, NE-TF1, MA-TF1
3
$ 20,000
$ 60,000
68
Annual Adv Org Stipends - Adv Grp Chair
UT-TF1
1
$ 30,000
$ 30,000
69
Annual Adv Org Stipends - Dep Adv Grp Chair
PA-TF1
1
$ 24,000
$ 24,000
70
Annual Adv Org Stipends - Legal Rep
0
$ 4,000
$ -
71
Annual Adv Org Stipends - Func Grp Ldrs
See current Adv OrgList
5
$ 12,000
$ 60,000
72
Annual Adv Org Stipends - Dep FGLs
See current Adv Om List
5
$ 4,000
$ 20,000
73
Annual Adv Org Stipends - Subgroup & Unit Ldrs
See current Adv OrgList
20
$ 4,000
$ 80,000
74
Annual Adv Org Stipends - IT Support
UT-TF1
1
$ 50,000
$ 50,000
75
Annual Adv Org Stipends - Exer Unit Support
0
$ 15,000
$ -
76
Line 21: Annual Advisory Organization Stipends Total:
$ 368,000
77
Canine Search Specialist Certification Evaluations (w/HR)
0
$ 32,500
$ -
78
Line 22: Canine Search Specialist Certificat on Process Total:
$ -
Note: Line Item Changes this version
FY 2025 - $40.832M Budget Spend Plan - Final
2025-OS-A391-D60D-XXXX Final Budget Total Amount:
$ 40,832,000
Task Forces:
$ 40,274,708
Direct Support:
$ 557,292
Direct Task Force Support Spend Plan
tt
ITEM
DETAILS
QTY
UNIT COST
SUBTOTAL
79
Balance of Planned Operational Travel Costs
On: OpsTry/ Spend Plan
n/a
n/a
$ 106,200
80
IST and HEPP Fleet Use & Maintenance - Fuel
1
$ 17,000
$ 17,000
IST and HEPP Fleet Use & Maintenance
1
$ 63,632
$ 63,632
81
IST Equipment
1ST Clothing
1
$ 10,001
$ 10,001
82
Learning Management System (Annual sustainment Fee)
1
$ 86,048
$ 86,048
83
Nat'l Training Development/Delivery
0
$ -
84
Program Documentation (Fed Register)
0
$ -
85
Shipping - Freight, General
1
$ 10,000
$ 10,000
86
Technical Support Contract
HSFE70-15-F-0090
1
$ 85,411
$ 85,411
87
US&R Mail
UPS / DHL
1
$ 5,000
$ 5,000
88
USACE Interagency Agreement
1
$ 154,000
$ 154,000
89
Warehouse Services Credit Card
1
$ 15,000
$ 15,000
Warehouse Services Credit Card - Small Equip Purchases
90
OCONUS Operations - PCARD Equip Purchases
1
$ 5,000
$ 5,000
91
$ -
92
$ -
93
$ -
94
$ -
95
$ -
96
$ -
97
$ -
98
$ -
99
$ -
100
$ -
101
$ -
102
$ -
103
$ -
104
$ -
105
$ -
106
$ -
107
$ -
108
$ -
109
$ -
110
$ -
111
$ -
112
$ -
113
$ -
114
$ -
115
$ -
116
$ -
117
$ -
118
Direct Task Force Support Subtotal:
1.36%
$ 557,292
Note Line Item Changes this version
FY 2025 - $40.832M Budget Spend Plan - Final
2024-OS-A391-D6OD-XXXX Final Budget Total Amount:
$ 40,832,000
Task Forces: $ 40,274,708
Direct Support:
$ 557,292
Operational Travel Spend Plan (A391)
#
ITEM
Travel Dates
DETAILS
QTY
UNIT COST
ESTIMATE
ACTUAL COST
BALANCE
119
Staff - ARE - OH-TF1 / IN-TF1
10/22/24
10/25/24
6
$ 3,000
$ 18,000
$ -
$ 18,000.00
120
Staff - ARE - CA-TF4/CA-TF3
11/19/24
11/22/24
6
$ 3,000
$ 18,000
$ -
$ 18,000.00
121
Staff- ARE - FL-TF1/FL-TF2
04/08/25
04/11/25
6
$ 3,000
$ 18,000
$ -
$ 18,000.00
122
Staff - ARE - CA-TF1/CA-TF2
04/29/25
05/02/25
5
$ 3,000
$ 15,000
$ -
$ 15,000.00
123
Staff - ARE - NY-TF1/NJ-TF1
06/03/25
06/06/25
5
$ 3,000
$ 15,000
$ -
$ 15,000.00
124
Staff- Logistics Workshop
$ 2,000
$ -
$ -
$ -
125
Staff - T&E - ORE
4
$ 2,000
$ 8,000
$ -
$ 8,000.00
126
Staff - T&E - IST CE
$ 2,000
$ -
$ -
$ -
127
Staff- PR PEK Maintenance
4
$ 2,000
$ 8,000
$ -
$ 8,000.00
128
Site Visit - ORE
$ 2,000
$ -
$ -
$ -
129
Staff -T&E- Unplanned
3
$ 2,000
$ 6,000
$ -
$ 6,200.00
130
$ 2,000
$ -
$ -
$ -
131
$ 2,000
$ -
$ -
$ -
132
$ 3,000
$ -
$ -
$ -
133
$ 2,000
$ -
$ -
$ -
134
$ 2,000
$ -
$ -
$ -
135
$ 2,000
$ -
$ -
$ -
136
$ 2,000
$ -
$ -
$ -
137
$ 2,000
$ -
$ -
$ -
163
$ -
$ -
$ -
164
Ops Travel Details Subtotal (Balance included on "Direct Support" Spend Plan - Line #26):
$ 106,000.00
$ -
$ 106,200.00
Note:
National Urban Search and Rescue FY2025
Readiness Cooperative Agreements
APPENDIX D
Sponsoring Agency/Cooperative Agreement Recipients
Base Funding Amount
Administrative
Costs
Special Cache
Costs
Total Cooperative
Agreement Amount
1
City of Phoenix Fire Department (AZ-TF1)
Attn: Thomas Taylor (tom.b.taylor@phoenix.gov)
2430 S. 2nd Avenue
Phoenix, AZ 85009
$1,378,311
$40,000
$0
$1,418,311
2
City of Los Angeles Fire Department (CA-TF1)
Attn: Adam Knabe (adam.knabe@lacity.org)
5021 N. Sepulveda Blvd.
Sherman Oaks, CA 91403
$1,378,311
$15,000
$0
$1,393,311
3
Los Angeles County Fire Department (CA-TF2)
Attn: Greg Short (greg.short@fire.lacounty.gov)
12605 Osborne Street
Pacoima, CA 91331
$1,378,311
$110,000
$0
$1,488,311
4
Menlo Park Fire Protection District (CA TF3)
Attn: John Wurdinger (jurdinger@MenloFire.gov)
170 Middlefield Road
Menlo Park, CA 94025
$1,378,311
$8,000
$0
$1,386,311
5
City of Oakland Fire Services Agency (CA TF4)
Attn: James Bowron(jbowron@oaklandca.gov)
150 Frank H. Ogawa Plaza, Suite 3354
Oakland , CA 94612-2007
$1,378,311
$0
$0
$1,378,311
6
Orange County Fire Authority (CA-TF5)
Attn: Sean Lowry (seanlowry@ocfa.org)
1 Fire Authority Rd
Irvine, CA 92602
$1,378,311
$26,000
$0
$1,404,311
7
City of Riverside Fire Department (CA-TF6)
Attn: Michael Staley (mstaley@riversideca.gov)
3085 St. Lawrence Street
Riverside, CA 92504
$1,378,311
$43,000
$96,500
$1,517,811
8
City of Sacramento (CA-TF7)
Attn: Pat Costamagna(pcostamagna@sfd.cityofsacramento.org)
5770 Freeport Blvd. #200
Sacramento, CA 95822
$1,378,311
$73,000
$46,000
$1,497,311
9
City of San Diego Fire -Rescue Department (CA-TF8)
City of San Diego
Attn: Tim Robles (trobles@sandiego.gov)
600 B St Suite 1300
San Diego, CA 92101
$1,378,311
$0
$0
$1,378,311
10
West Metro Fire Protection District (CO-TF1)
Attn: John Grothe (jgrothe@westmetrofire.org)
433 S. Allison Street
Lakewood, CO 80226-4332
$1,378,311
$64,000
$46,000
$1,488,311
11
Metro -Dade County Fire Department (FL TF1)
Attn: Brandon Webb (Brandon.Webb@miamidade.gov)
9300 NW 41 St.
Dora!, FL 33178 (786) 331-4486
$1,378,311
$12,000
$0
$1,390,311
12
City of Miami Fire and Rescue (FL-TF2)
Attn: Erik Sanchez (eriksanchez@miamigov.com)
1151 NW 7th St 3rd Floor
Miami, FL 33136
$1,378,311
$16,000
$46,000
$1,440,311
13
City of Indianapolis - DPS (IN-TF1)
Attn: Tom Neal (Thomas.Neal@indy.gov)
2650 Fortune Circle East Drive
Indianapolis, IN 46241
$1,378,311
$18,000
$46,000
$1,442,311
14
City of Beverly Emergency Management Agency (MA-TF1)
Attn: Janice Corkhum (jcorkhum@matf.org
43 Airport Road
Beverly, MA 01915
$1,378,311
$159,000
$0
$1,537,311
15
Montgomery County Fire and Rescue Service (MD-TF1)
Dept. of Fire & Rescue Services
Attn: Robert Stojinski
(robert.stojinski@montgomerycountymd.gov)
701 Suite C Dover Road
Rockville, MD 20850
$1,378,311
$0
$46,000
$1,424,311
5 of 15
7/26/2025 8:00 PM
National Urban Search and Rescue FY2025
Readiness Cooperative Agreements
APPENDIX D
Sponsoring Agency/Cooperative Agreement Recipients
Base Funding Amount
Administrative
Costs
Special Cache
Costs
Total Cooperative
Agreement Amount
16
Boone County Fire Protection District (MO-TF1)
Attn: Kurt Doolady (kdoolady@bcfdmo.com)
2201 1-70 Drive Northwest
Columbia, MO 65202
$1,378,311
$69,000
$0
$1,447,311
17
City of Lincoln, NE Fire and Rescue Department (NE TF1)
ATTN: Ashley Engler (aengler@netf1.org)
901 W. Bond St Suite 140
Lincoln, NE 68521
$1,378,311
$20,000
$0
$1,398,311
18
New Jersey State Police (NJ-TF1)
Attn: Kevin Morrissey (Ippmorrk@gw.njsp.org)
2350 State Hwy. 34 North
Manasquan (Wall Twsp.), New Jersey 08736
$1,378,311
$0
$0
$1,378,311
19
Clark County Fire Department (NV-TF1)
ATTN: Kenyon Leavitt (kleavitt@clarkcountynv.gov)
575 East Flamingo Road
Las Vegas, NV 89108
$1,378,311
$20,000
$46,000
$1,444,311
20
NYC Office of Emergency Management (NY-TF1)
Attn: Brittany Schiliro (bschiliro@oem.nyc.gov)
11 Water Street
Brooklyn, NY 11201
$1,378,311
$48,000
$0
$1,426,311
21
Miami Valley Fire/EMS Alliance (OH-TF1)
Attn: Evan Schumann (eschumann@ohtf1.com)
2800 Old Springfield Road, Suite E
Vandalia, Ohio 45377
$1,378,311
$8,000
$0
$1,386,311
22
Philadelphia Fire Department (PA-TF1)
Attn: Ivan Lopez (lopezia@patf1.org)
6601 New State Road
Philadelphia, PA 19135
$1,378,311
$28,000
$0
$1,406,311
23
City of Memphis Division of Fire Services
Attn: Jason Stuart (Jason.stuart@memphistn.gov)
125 N Main St
Memphis, TN 38103
$1,378,311
$52,000
$0
$1,430,311
24
Texas Engineering Extension Service (TX-TF1)
Attn: Chuck Jones (chuck.jones@teex.tamu.edu)
200 Technology Way
College Station, TX 77845
$1,378,311
$23,500
$142,500
$1,544,311
25
Salt Lake Urban Search & Rescue (UT-TF1)
Attn: Bryan Case (bcase@unifiedfire.org)
6726 South Navigator Drive
West Jordan, UT 84084
$1,378,311
$149,000
$0
$1,527,311
26
Fairfax County Fire and Rescue Dept.
Attn: Robert Schoenberger
(robert.schoenberger(afairfaxcounty.gov)
1200 Government Center Pkwy
Fairfax, VA 22035
$1,378,311
$16,000
$0
$1,394,311
27
Virginia Beach Fire Department (VA-TF2)
Attn: Michael Hopkins (mwhopkins@vbgov.com)
Special Operations,Municipal Center
2401 Courthouse Dr, Bldg 1 3rd floor STE 3097
Virginia Beach, VA 23456
$1,378,311
$53,000
$96,500
$1,527,811
28
Pierce County Dept. of Emerg. Mgmt (WA-TF1)
Attn: William Palmer (wpalmer@co.pierce.wa.us)
2501 S 35th Street Suite D
Tacoma, WA 98433
$1,378,311
$0
$0
$1,378,311
Totals:
$38,592,708
$1,070,500
$611,500
$40,274,708
6 of 15
7/26/2025 8:00 PM
National Urban Search and Rescue FY2025 Readiness Cooperative Agreements
APPENDIX E
Task
Force
Strategic Group, Advisory Group Leadership
(Attachment G) & National Meeting Name/ Purpose of
Financial Facilitation
SAC/National/
Divisional
Rep/Advisory Group
Member/Financial
Facilitation $$
TFR
Meetings/Advisory
Group/SG
Meeting/SAC Meeting
Host $$
Canine Search Spec.
Certification $$
National Training
Host
IST ConEd, IST
Training, IST Stipends
Capital Contingency
IT Support
Total Amount Per
Task Force
AZ-TF1
Nat'l Level Training - Logs
40,000.00
40,000.00
CA-TF1
Nat'l Level Training - PTT
15,000.00
15, 000.00
CA-TF2
Nat'l Level Training - MTT
$ 110,000.00
110,000.00
CA-TF3
Annual Adv Org Stipends - SGL - IST
4,000.00
8,000.00
Annual Adv Org Stipends - Management/ AAR
4,000.00
CA-TF4
0.00
CA-TF5
Annual Adv Org Stipends - SACR-D West
8,000.00
26,000.00
Annual Adv Org Stipends - FGL - Command/IST
12,000.00
Annual Adv Org Stipends - IST-L White
6,000.00
CA-TF6
Annual Adv Org Stipends - SGL - IST Cache
$ 4,000.00
43,000.00
Annual Adv Org Stipends - Dep FGL - Preparedness
4,000.00
Nat'l Level Training - Water Workshop
35,000.00
CA-TF7
Annual Adv Org Stipends - TFR-D West
20,000.00
73,000.00
Annual Adv Org Stipends - SGL - HEPP
4,000.00
Annual Adv Org Stipends - SGL - HazMat
4,000.00
Nat'l Level Training - HERS
45,000.00
CA-TF8
0.00
CO-TF1
Nat'l Level Training - SOFR
35,000.00
64,000.00
Annual Adv Org Stipends - SGL - Equip
4,000.00
Annual Mfg Hosting - SAC CY26 Meeting
25,000.00
FL-TF1
Annual Adv Org Stipends - SGL - Search
$ 4,000.00
12,000.00
Annual Adv Org Stipends - SGL - Canine
4,000.00
Annual Adv Org Stipends - Dep FGL - Ops
4,000.00
FL-TF2
Annual Adv Org Stipends - FGL - Finance/Admin
12,000.00
16,000.00
Annual Adv Org Stipends - Dep FGL Admin/Finance
4,000.00
IN-TF1
Annual Adv Org Stipends - SGL - Transportation
$ 4,000.00
18,000.00
Annual Adv Org Stipends - SGL - Public Affairs
4,000.00
Nat'l Level Training - Water Workshop
10,000.00
Annual Adv Org Stipends - TFR-D East
20,000.00
_
National Urban Search and Rescue FY2025 Readiness Cooperative Agreements
APPENDIX E
Task
Force
Strategic Group, Advisory Group Leadership
(Attachment G) & National Meeting Name/ Purpose of
Financial Facilitation
SAC/National/
Divisional
Rep/Advisory Group
Member/Financial
Facilitation $$
TFR
Meetings/Advisory
Group/SG
Meeting/SAC Meeting
Host $$
Canine Search Spec.
Certification $$
National Training
Host
IST ConEd, IST
Training, IST Stipends
Capital Contingency
IT Support
Total Amount Per
Task Force
MA-TF1
Annual Adv Org Stipends - SGL - Finance
4,000.00
159,000.00
Nat'l Level Training - COMM Spec
100,000.00
Nat'l Level Training - COMM N Workshop
35,000.00
MD-TF1
0.00
MO-TF1
Annual Adv Org Stipends - SGL - Structures
4,000.00
69,000.00
Annual Mtg Hosting - CY26 TFR Mtg
65,000.00
NE-TF1
Annual Adv Org Stipends - TFR-D Central
20,000.00
20,000.00
NJ-TF1
0.00
NV-TF1
Nat'l Level Training - TFL
$ 20,000.00
20,000.00
NY-TF1
Annual Adv Org Stipends - TFR - National
20,000.00
48,000.00
Annual Adv Org Stipends - SGL - Communications
4,000.00
Annual Adv Org Stipends - SGL - Medical
4,000.00
Annual Adv Org Stipends - SACR-D East
8,000.00
Annual Adv Org Stipends - Operations FGL
12,000.00
OH-TF1
Annual Adv Org Stipends - SGL - Safety
4,000.00
8,000.00
Annual Adv Org Stipends - SGL - Exercise
4,000.00
PA-TF1
Annual Adv Org Stipends - Dep Adv Grp Leader
24,000.00
28,000.00
Annual Adv Org Stipends - SGL - Training
4,000.00
TN-TF1
Annual Adv Org Stipends - FGL - Preparedness
12,000.00
52,000.00
Nat'l Level Training - TSS
40,000.00
TX-TF1
Annual Adv Org Stipends - IST-L Blue
6,000.00
23,500.00
149,000AO
Annual Adv Org Stipends - SACR-D Central
8,000.00
Annual Mtg Hosting - Grants Workshop
7,500.00
Annual Mtg Hosting - Strategic Group
2,000.00
UT-TF1
Annual Adv Org Stipends - SGL - Response
4,000.00
Annual Adv Org Stipends - IT Support
50,000.00
Annual Adv Org Stipends - Adv Grp Chair
30,000.00
Annual Mtg Hosting - Adv Org CY26 Meetings (3)
65,000.00
National Urban Search and Rescue FY2025 Readiness Cooperative Agreements
APPENDIX E
Task
Force
Strategic Group, Advisory Group Leadership
(Attachment G) & National Meeting Name/ Purpose of
Financial Facilitation
SAC/National/
Divisional
Rep/Advisory Group
Member/Financial
Facilitation $$
TFR
Meetings/Advisory
Group/SG
Meeting/SAC Meeting
Host $$
Canine Search Spec.
Certification $$
National Training
Host
IST ConEd, IST
Training, IST Stipends
Capital Contingency
IT Support
Total Amount Per
Task Force
VA-TF1
Annual Adv Org Stipends - SGL - Planning
4,000.00
16,000.00
Annual Adv Org Stipends - FGL Logistics
12,000.00
VA-TF2
Annual Adv Org Stipends - SGL - Rescue
4,000.00
53,000.00
Annual Adv Org Stipends - ISTL - Red
6,000.00
Annual Adv Org Stipends - Dep FGL - Logistics
4,000.00
Annual Adv Org Stipends - Dep FGL - Command
4,000.00
Nat'l Level Training - CSS
35,000.00
WA-TF1
0.00
Totals:
318,000.00
219,500.00
0.00
465,000.00
18,000.00
0.00
1,070,500.00
9
National Urban Search and Rescue FY2025
Readiness Cooperative Agreements
APPENDIX F
Sponsoring Organization/Cooperative
Agreement Recipients
Task Force
HEPP Cache
Maintenance &
Recapitalization
(PAPR Year 1 of 3) -
Line 9
IST Cache
Maintenance &
Recapitalization -
Line 8
Total Amount
Per Task Force
City of Phoenix Fire Department
AZ-TF1
$
City of Los Angeles Fire Department CA-TF1 $ -
Los Angeles County Fire Department
CA-TF2
$ -
Menlo Park Fire Protection District
CA-TF3
$ -
Oakland Fire Department
CA-TF4
$ -
Orange County Fire Authority
CA-TF5
$ -
City of Riverside Fire Department
CA-TF6
$ 96,500.00
$ 96,500.00
City of Sacramento Fire Department
CA-TF7
$ 46,000.00
$ 46,000.00
City of San Diego Fire-
RescueDepartment
CA-TF8
$ -
West Metro Fire Protection District
CO-TF1
$ 46,000.00
$ 46,000.00
Miami -Dade County Fire Department
FL-TF1
$ -
City of Miami Fire and Rescue
FL-TF2
$ 46,000.00
$ 46,000.00
City of Indianapolis - DPS
IN-TF1
$ 46,000.00
$ 46,000.00
City of Beverly EMA MA-TF1 $ -
10
National Urban Search and Rescue FY2025
Readiness Cooperative Agreements
APPENDIX F
Sponsoring Organization/Cooperative
Agreement Recipients
Task Force
HEPP Cache
Maintenance &
Recapitalization
(PAPR Year 1 of 3) -
Line 9
IST Cache
Maintenance &
Recapitalization -
Line 8
Total Amount
Per Task Force
Montgomery County Fire and Rescue
Service
MD-TF1
$ 46,000.00
$ 46,000.00
Boone County Fire Protection District
MO-TF1
$ -
Lincoln Fire & Rescue
NE-TF1
$ -
NJ State Police
NJ-TF1
$ -
Clark County Fire Department
NV-TF1
$ 46,000.00
$ 46,000.00
NYC Office of Emergency
Management
NY-TF1
$
Miami Valley Fire/EMS Alliance
OH-TF1
$ -
Philadelphia Fire Department
PA-TF1
$ -
City of Memphis Fire Service
TN-TF1
$ -
Texas Engineering Extension Service
TX-TF1
$ 46,000.00
$ 96,500.00
$ 142,500.00
Salt Lake Urban Search & Rescue
UT-TF1
$ -
Fairfax County Fire and Rescue Dept.
VA-TF1
$ -
Virginia Beach Fire Department
VA-TF2
$ 96,500.00
$ 96,500.00
Pierce County Dept. of Emerg.
Mgmt/US&R
WA-TF1
$
Totals:
$ 322,000.00
$ 289,500.00
$ 611,500.00
11
UPDATED 06-20-2025
POSITION
NAME
FORCE
Amount
FIRST NAME
LAST NAME
Sponsoring Agency Chief Reps - Divisional (SAC-D)
Brian
Fennessy
CA-TF5
$ 8,000
Sponsoring Agency Chief Reps - Divisional (SAC-D)
Jeff
Saunders
TX-TF1
$ 8,000
Sponsoring Agency Chief Reps - Divisional (SAC-D)
John
Grimm
NY-TF1
$ 8,000
Task Force Representative - National (TFR-N)
Joe
Downey
NY-TF1
$ 20,000
ADVISORY GROUP CHAIR
Keith
Bevan
UT-TF1
$ 30,000
DEPUTY ADVISORY GROUP CHAIR
Fred
Endrikat
PA-TF1
$ 24,000
LEGAL REPRESENTATIVE
VACANT
UT-TF1
Task Force Representatives - Divisional (TFR-D)
William (Brad)
Thavenet
NE-TF1
$ 20,000
Task Force Representatives - Divisional (TFR-D)
Sean
Brown
MA-TF1
$ 20,000
Task Force Representatives - Divisional (TFR-D)
Pat
Costamagna
CA-TF7
$ 20,000
LOGISTICS FUNCTIONAL GROUP LEADER
Scott
Schermerhorn
VA-TF1
$ 12,000
DEPUTY FUNCTIONAL GROUP LEADER
Dennis
Burke
VA-TF2
$ 4,000
FINANCE/ADMIN FUNCTIONAL GROUP LEADER
Grant
Musser
FL-TF2
$ 12,000
DEPUTY FUNCTIONAL GROUP LEADER
Jesus
Garcia
FL-TF2
$ 4,000
OPERATIONS FUNCTIONAL GROUP LEADER
Michael
Kenny
NY-TF1
$ 12,000
DEPUTY FUNCTIONAL GROUP LEADER
Jeff
Rouse
FL-TF1
$ 4,000
PREPAREDNESS FUNCTIONAL GROUP LEADER
William (Bill)
Geyer
TN-TF1
$ 12,000
DEPUTY FUNCTIONAL GROUP LEADER
Jarvis
Willis
CA-TF6
$ 4,000
COMMAND/IST FUNCTIONAL GROUP LEADER
Mike
Boyle
CA-TF5
$ 12,000
DEPUTY FUNCTIONAL GROUP LEADER
Randy
Journigan, Sr
VA-TF2
$ 4,000
COM MAN D-IST
SUBGROUP LEADER - RESPONSE
Wade
Russell
UT-TF1
$ 4,000
SUBGROUP LEADER - IST
Joe
Crivello
CA-TF3
$ 4,000
SUBGROUP LEADER - PLANS
William
Moreland
VA-TF1
$ 4,000
SUBGROUP LEADER - SAFETY
Jeff
Newman
OH-TF1
$ 4,000
SUBGROUP LEADER - PUBLIC AFFAIRS
Mike
Pruitt
IN-TF1
$ 4,000
OPERATIONS
SUBGROUP LEADER - RESCUE
Jonathan
Rigolo
VA-TF2
$ 4,000
SUBGROUP LEADER - SEARCH
Susana
Oatmeyer
FL-TF1
$ 4,000
SUBGROUP LEADER - HAZMAT
Kevin
Cullison
CA-TF7
$ 4,000
SUBGROUP LEADER - STRUCTURES
Dave
Weber
MO-TF1
$ 4,000
SUBGROUP LEADER - CANINE
Kristian
Labrada
FL-TF1
$ 4,000
SUBGROUP LEADER - MEDICAL
Douglas
Isaacs
NY-TF1
$ 4,000
PREPAREDNESS
SUBGROUP LEADER - TRAINING
Ivan
Lopez
PA-TF1
$ 4,000
SUBGROUP LEADER - EXERCISE
Ryan
Hogsten
OH-TF1
$ 4,000
FINANCE/ADMIN
SUBGROUP LEADER - FINANCE
Janice
Corkhum
MA-TF1
$ 4,000
SUBGROUP LEADER - MANAGEMENT - AAR
Bernadine "Joie"
Garrett
CA-TF3
$ 4,000
LOGISTICS
SUBGROUP LEADER - EQUIPMENT
Brian
Tomlin
CO-TF1
$ 4,000
SUBGROUP LEADER - TRANSPORTATION
Marty
Roberts
IN-TF1
$ 4,000
SUBGROUP LEADER - COMMUNICATIONS
Andrew
Dick
NY-TF1
$ 4,000
SUBGROUP LEADER - IST CACHE LEVELING
Joshua
Tronaas
CA-TF6
$ 4,000
SUBGROUP LEADER - HEPP
Scott
Johnson
CA-TF7
$ 4,000
SUBTOTAL
$ 318,000
IT Support Stipend
UT-TF1
$ 50,000
STIPENDS TOTAL
$ 368,000
FY 2025 COOPERATIVE AGREEMENT STATEMENT OF WORK -- SUMMARY OF DELIVERABLES APPENDIX H
YEARLY REPORTING REQUIREMENTS
Deliverable
Due Date(s)
Method(s) of Submittal
Point(s) of Contact
Additional Information_
1
Grant Application
Jul 28, 2025: NOFO posts to Grants.gov
Jul 28—Aug 11 Application Period
Aug 11: Deadline to submit complete
application package in FEMAGO
Submit application through FEMA GO
System.
Catherine Deel / Rayna Bal
Use current template (FEMA
Form 089-0-10)
2
Task Force Self -Evaluation
Per Program Directive
Formstack
Buddy Ey
National US&R Reponse System
Task Force Self -Evaluation
Scoresheet (FEMA Form 089-0-
14)
3
Equipment Database
January 31 st
Submit via email, OneDrive, LMS -
Depending on file size and capability.
US&R Branch cannot except external
drive (ie thumb drive or CD)
Lance Gilmore
q
Inventory of Federally Owned Equipment (2nd Cache,
HEPP & IST, where applicable); Current copy of 18-4
January31 st
Lance Gilmore
Lance Gilmore
Time -Phase Force Deployment Data
(TPFDD)/"Aircraft Loading Data" form (FEMA Form
089-0-15)
January 31 st
6
HEPP Maintenance Annual Cost Estimates
October 30th
Submit via email, OneDrive, LMS -
Depending on file size and capability.
US&R Branch cannot except external
drive (ie thumb drive or CD)
Lance Gilmore
This cost estimate shall be based
on actual expenses incurred from
the previous year and any
additional costs anticipated for
the following year.
7
Semi -Annual Performance Report (FEMA Form 089-
0-11)
January 30th
Submit Semi -Annual Perforance Report
through FEMA GO
Rayna Bal
FEMA Form 089-0-11
July 30th
8
Quarterly Financial Report (SF-425)
October 30th
Submit SF425 through FEMA GO
Denise Beasley
Must be submitted in FEMA GO
to continue to draw down funds
January 30th
April 30th
July 30th
9
Notification of Mobilization or Full -Scale Exercise
No later than 60 days before the exercise
begins
Email
Lance Gilmore
Notification should be brief, but
include dates, scope of exercise,
number of participants, and other
agencies involved. (not take the
place of, and should not be
confused with sanction request
letters to obtain FEMA approval
of TF sponsored training and
exercises)
10
Exercise After Action Report
Within 90 days of the completion of a
mobilization or full-scale exercise, or a
training activity with duration of more
than 24 consecutive hours.
Submit via email, OneDrive, LMS -
Depending on file size and capability.
US&R Branch cannot except external
drive (ie thumb drive or CD)
Lance Gilmore
AAR should be written in a
format where lessons learned
may be shared with other task
forces in the National US&R
Response System.
CLOSEOUT REPORTING REQUIREMENTS - Due 120 days after end of the Cooperative Agreement Period of Performance
Deliverable
Method(s) of Submittal
Point(s) of Contact
Additional Information
USE CURRENT CLOSEOUT PACKAGE TEMPLATE (CONTAINS THE FOLLOWING
FEMA GO
Rayna Bal
ITEMS with exception of the SF-425):
1
Final Performance Report (should show actual expenditures, by budget category)
Attach in FEMA GO as a Microsoft
Word or .PDF file
Consolidates and summarizes all
prior performance reports
2
Final Financial Status Report (SF-425)
Submit through FEMA GO
Denise Beasley
3
Financial Payment and Unexpended Funds (if applicable)
Discuss specific method of repayment
with Grants Officer at time of closeout
Denise Beasley
Payment of all unliquidated
obligations for FEMA and report
unexpended funds to Assistance
Officer
4
Equipment Inventory
Attach in FEMA GO as a Microsoft
Word or .PDF file
Rayna Bal
Inventory should include items
purchased with Federal grant
funds, where current fair market
value is equal to or greater than
$10,000 per item
Inventoryof unused or residual supplies (if applicable) and Tangible Personal Property Report
pp pp ) g pWord
Attach in FEMA GO as a Microsoft
or .PDF file
Rayna Bal
purchased with Federal grant
funds, which the aggregate
exceeds $10,000 or provide
written statement (in cover letter)
that such supplies (if any) do not
exceed $10,000. If not
applicable, state so in Cover
Letter
6
Cover Letter, including statement of intent for future use of equipment
Attach in FEMA GO as a Microsoft
Word or .PDF file
Include in cover letter stating the
equipment/supplies will be used
for their intended purpose of the
grant over the life cycle of the
equipment/supplies.
POC NAME
EMAIL
Phone
ADDRESS
US&R BRANCH CONTACTS
Lance Gilmore
Catherine Deel
Buddy Ey
Rayna Bal
lance.oilmore@fema.dhs.gov
202-664-6495
202-701-5566
202-702-8854
202-646-7933
U.S. Department of Homeland Security
Federal Emergency Management Agency
US&R Branch, ORR-RS-OP-UB
Attn: (Appropriate name here)
500 C Street, SW
Washington, DC 20472
catherine.deel@fema.dhs.gov
elwood.ey-iiafema.dhs.gov
rayna.bal@fema.dhs.gov
US&R WAREHOUSE CONTACT -
EQUIPMENT INVENTORY ITEMS
GROUP EMAIL ACCOUNT
Lance Gilmore
fema-usr-logs@fema.dhs.gov
202-664-6495
Federal Emergency Management Agency
US&R Warehouse
405 Glenn Dr
Sterling, VA 20164
lance.oilmore@fema.dhs.gov
GRANT PROGRAMS DIRECTORATE
CONTACT
Denise Beasley
denise.beasley@fema.dhs.gov
202-227-9172
U.S. Department of Homeland Security
Federal Emergency Management Agency
DHS-FEMA-GPD
Attn: (Appropriate name here)
400 C Street, SW, 3N
Washington, D.C. 20472-3635
ADDRESS TO RETURN REFUND CHECKS
All Checks and Money Orders:
FEMA
P.O. Box 6200-16
Portland, OR 97228-6200
Payments sent via courier (eg., UPS, DHL, Fedex)
U.S. Bank
Attn: Government Lockbox
FEMA Finance Center #6200-16
17650 NE Sandy Blvd
Portland, OR 97230
(Make payable to the Federal Emergency
Management Agency)
Note: Call 866-804-2469 to make sure the address
FOR:
FROM:
SUBJECT:
U.S. Department of Homeland Security
Washington, DC 20472
FEMA
US&R GENERAL MEMORANDUM — 2025-023
July 25, 2025
National Urban Search & Rescue Response System
Task Force Representatives
Buddy Ey, Deputy Chi
Urban Search and Rescue Branch
US&R General Memorandum 2025-023 — FY25 Award — NOFO/Application
Timeline
This General Memorandum (GM) is being issued to alert key National Urban Search and Rescue
Response System (the System) personnel that the Notice of Funding Opportunity (NOFO) for the
FY25 Readiness Cooperative Agreement will be posted to Grants.gov on Monday, July 28, 2025.
The application period and time frame to return the application package is very aggressive, only
15 calendar days, 10 working days. The deadline to submit the application package is August 11,
2025. Please see the timeline below for additional. Attached to this GM is the checklist that will
be used during the review of all submitted applications. Every task force is encouraged to use
the checklist as a reference during application preparation.
The projected award timeline for the FY25 US&R Readiness Cooperative Agreement is as follows:
Jul 28, 2025: NOFO rollout, Award posts to Grants.gov
Jul 28—Aug 11: Application Period
Aug 11: Deadline to submit complete application package in FEMAGO
Aug 11- Aug 18: Application Review and Briefing Development
Aug 18- Aug 22: S 1 Memo Approval
Aug 25: Announcement of Awards
NLT Sept 30 Issue Awards
US&R Task Force members have 90 days to accept their awards from the time of FEMAGO
System Notification.
PERIOD OF PERFORMANCE FOR FY 2025 Award is anticipated to be: September 1, 2025 —
August 31, 2028 (36 months)
www.fema.gov
US&R General Memorandum 2025-0XX — FY25 Award — NOFO/Application Timeline
Page 2
Attachments:
FY2025 Application Review Checklist
cc: US&R Strategic Group
US&R Advisory Group
US&R Branch Staff
FEMA Regional/Federal/International ESF #9 Representatives
US&R Task Force Grant Managers
www.fema.gov
An official wsite of the United States government Here's how you know
11�
G RANTS .GOV
VIEW GRANT OPPORTUNITY
View similar opportunities
D H S-25-DOD-025-00-99
Fiscal Year 2025 National Urban Search And Rescue Response System
Readiness Cooperative Agreement
Department of Homeland Security
Department of Homeland Security - FEMA
VERSION HISTORY RELATED DOCUMENTS PACKAGE
General Information
Document Type:
Funding
Opportunity
Number:
Funding
Opportunity
Title:
Opportunity
Category:
Opportunity
Category
Explanation:
Funding
Instrument
Type:
Category of
Funding Activity:
Grants Notice
D H S-25-DOD-025-00-99
Fiscal Year 2025 National
Urban Search And
Rescue Response System
Readiness Cooperative
Agreement
Discretionary
Cooperative Agreement
Other (see text field
entitled "Explanation of
Version:
Posted Date:
Last Updated Date:
•
Synopsis 1
Jul 28, 2025
Jul 28, 2025
Original Closing Date for Aug 11,
Applications: 2025
Current Closing Date for Aug 11,
Applications: 2025
Archive Date: Sep 10,
2025
Estimated Total Program
Funding: 40,274,708
Award Ceiling: $1,600,000
Award Floor: $1,300,000
Category
Explanation:
Expected
Number of
Awards:
Assistance
Listings:
Cost Sharing or
Matching
Requirement:
Eligibility
Eligible
Applicants:
Additional
Information on
Eligibility:
Other Category of
Funding Activity" for
clarification)
Disaster readiness and
response
28
97.025 -- National Urban
Search and Rescue
(US&R) Response System
No
Native American tribal governments (Federally recognized)
State governments
County governments
Others (see text field entitled "Additional Information on Eligibility" for
clarification)
City or township governments
FEMA-designated Urban Search and Rescue Task Force Sponsoring Agencies
Additional Information
Agency Name:
Description:
Department of Homeland Security - FEMA
The National Urban Search and Rescue (US&R) Response System (the
System) provides funding to ensure adequate management, training,
exercise, procurement (vehicle and equipment) and storage and
maintenance for the 28 national task forces staffed and equipped to assist
State and Local governments, tribes, and territories to conduct around -the -
clock search -and -rescue operations following a Presidentially declared
major disaster or emergency under the Stafford Act (e.g., earthquakes,
tornadoes, floods, hurricanes, aircraft accidents, hazardous materials spills
and catastrophic structure collapses). When deployed, these task forces
support State and local emergency responders' efforts by leading the U.S.
response to natural and man-made incidents, conducting mass search and
rescue operations in the immediate aftermath of and incident, and assisting
with stabilization and restoration of community lifelines immediately
following an incident.
Applicants can submit applications for this funding opportunity through
FEMA Grants Outcomes (GO). Access the system at https://go.fema.gov/.
Link to
Additional
Information:
Grantor If you have difficulty accessing the full announcement electronically, please
Contact contact:
Information: FEMA GO Help Desk
Phone: 1-877-585-3242
E-mail: femago@fema.dhs.gov
femago@fema.dhs.gov
Similar Opportunities (identified by Ai)
DFOP0017442 N62473-25-2-0007 TEMP-30794
FOR-FD-24-015 DHS-25-N PD-005-00-98
Return to top
Connect with Us
Nog
Twitter
YouTube
Alerts
RSS
XML Extract
Get Adobe Reader
Health & Human
Services
HHS.gov
EEOC/ No Fear Act
Accessibility
Privacy
Vulnerability
Disclosure Policy
Disclaimers
Site Map
Community
USA.gov
WhiteHouse.gov
USAspending.gov
SBA.gov
SAM.gov
Report Fraud
Additional Help
Chat now with Grant
Frequently Asked
Questions
tir CI
Musser, Miroslava
From:
Sent:
To:
Cc:
Subject:
FEMA GO <no-reply@fema.dhs.gov>
Thursday, August 7, 2025 7:07 AM
Musser, Miroslava
Sanchez, Erik; Hardy, Robert C.; Musser, Miroslava; Becraft, Andrea; Blondet, Lillian
Application submitted: Fiscal Year 2025 National Urban Search And Rescue Response
System grant number EMW-2025-CA-05015
CAUTION: This is an email from an external source. Do not click links or open attachments unless you
recognize the sender and know the content is safe.
Your grant application for EMW-2025-CA-05015 has been submitted on 08/07/2025 at 07:06 AM Eastern
time for review and consideration. Please use the FEMA GO system at https://go.fema.gov to access
your grants, check on statuses, and review any outstanding actions.
1
You have successfully submitted your application.
Submitted to FEMA
EMW-2025-CA-05015: Fiscal Year 2025 National Urban
Search And Rescue Response System
CITY OF MIAMI
Period of performance
Federal resources awarded
Required non-federal resources
Federal resources disbursed to recipient
Pending disbursements to recipient
Balance of federal resources available
My to do list
$0.00
$0.00
$0.00
Description Status Date of status Due date Action
EMW-2025-CA- Submitted to 08/07/2025 08/11/2025 Reopen application
05015 FEMA
Organization : CITY OF MIAMI
This information is current of SAM.gov as of: 08/03/2025
Registration summary
x
UEI-EFT KJT5RFPMWTK5
DUNS 072220791
Registration status Active
Registration last update date 01/07/2025
Registration expiration date
Has active exclusion? No
Debt subject to offset? N
Business Information
Doing business as name
Physical address
Mailing address
Financial reports
Report
3500 PAN AMERICAN DR
MIAMI, FL 33133
444 SW 2ND AVENUE 5TH FLOOR - GRANTS
ADMINISTRATION
MIAMI, FL 33133
Due date Status Date of status Action
Performance progress reports
Report
Due date Status Date of status Action
Closeout reports
Report Due date Status Date of status Action
Request for Information
RFI number Request date Status Date of status Action
or not and whether the assistance took place prior to submitting the application?
No
Secondary point of contact
Please provide a secondary point of contact for this grant.
The Authorized Organization Representative (AOR) who submits the application will be identified as the
primary point of contact for the grant. Please provide one secondary point of contact for this grant below.
The secondary contact can be members of the fire department or organizations applying for the grant that
will see the grant through completion, are familiar with the grant application, and have the authority to
make decisions on and to act upon this grant application. The secondary point of contact can also be an
individual who assisted with the development, preparation, or review of the application.
Erik Sanchez Primary phone Additional phones
Program Manager 7865543155 7862367598
Mobile Mobile
Fax
eriksanchezmiamigov
Please attach your Budget narrative or equivalent document:
Filename
Date
Uploaded by Label Description Action
uploaded
FY2025 - 08/05/2025 mirosmusser@miamigov.com Budget FY 2025
BdgtNrrtve USR narrative Budget
FL-TF2 Final.xls Narrative
US&R FL-
TF2
Please attach your Additional attachment (General attachments) or equivalent document
(optional):
Filename
ARTICLE 6 -
POSITION
DESCRIPTION
US&R STAFF.pdf
Date
uploaded
08/05/2025
City of Miami 08/05/2025
Single Audit 2024
•(secured).pdf
Uploaded by Label Description Action
mirosmusser@miamigov.com Additional
attachment
(General
attachments)
mirosmusser@miamigov.com Additional
attachment
(General
attachments)
Assurance and certifications
0 Signed by AOR:
Miroslava Musser on 08/07/2025
Position
Description
US&R FL-
TF2
City of Miami
Single Audit
2024
OMB number: 4040-0007, Expiration date: 02/28/2025 View burden statement
SF-424B: Assurances - Non -Construction Programs
OMB Number: 4040-0007
Expiration Date: 02/28/2025
Certain of these assurances may not be applicable to your project or program. If you have any questions,
please contact the awarding agency. Further, certain Federal awarding agencies may require applicants
to certify to additional assurances. If such is the case, you will be notified.
As the duly authorized representative of the applicant, I certify that the applicant:
1. Has the legal authority to apply for Federal assistance and the institutional, managerial and
financial capability (including funds sufficient to pay the non -Federal share of project cost) to
ensure proper planning, management and completion of the project described in this application.
2. Will give the awarding agency, the Comptroller General of the United States and, if appropriate, the
State, through any authorized representative, access to and the right to examine all records, books,
papers, or documents related to the award; and will establish a proper accounting system in
accordance with generally accepted accounting standards or agency directives.
3. Will establish safeguards to prohibit employees from using their positions for a purpose that
constitutes or presents the appearance of personal or organizational conflict of interest, or personal
gain.
4. Will initiate and complete the work within the applicable time frame after receipt of approval of the
awarding agency.
5. Will comply with the Intergovernmental Personnel Act of 1970 (42 U.S.C. §§4728-4763) relating to
prescribed standards for merit systems for programs funded under one of the 19 statutes or
regulations specified in Appendix A of OPM's Standards for a Merit System of Personnel
Administration (5 C.F.R. 900, Subpart F).
6. Will comply with all Federal statutes relating to nondiscrimination. These include but are not limited
to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the
basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as
amended (20 U.S.C.§§1681-1683, and 1685-1686), which prohibits discrimination on the basis of
sex; (c) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. §794), which
prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975, as
amended (42 U.S.C. §§6101-6107), which prohibits discrimination on the basis of age; (e) the Drug
Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination
on the basis of drug abuse; (f) the Comprehensive Alcohol Abuse and Alcoholism Prevention,
Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination
on the basis of alcohol abuse or alcoholism; (g) §§523 and 527 of the Public Health Service Act of
1912 (42 U.S.C. §§290 dd-3 and 290 ee- 3), as amended, relating to confidentiality of alcohol and
drug abuse patient records; (h) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. §§3601 et seq.),
as amended, relating to nondiscrimination in the sale, rental or financing of housing; any other
nondiscrimination provisions in the specific statute(s) under which application for Federal
assistance is being made; and, (j) the requirements of any other nondiscrimination statute(s) which
may apply to the application.
7. Will comply, or has already complied, with the requirements of Titles II and Ill of the Uniform
Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) which
provide for fair and equitable treatment of persons displaced or whose property is acquired as a
result of Federal or federally -assisted programs. These requirements apply to all interests in real
property acquired for project purposes regardless of Federal participation in purchases.
8. Will comply, as applicable, with provisions of the Hatch Act (5 U.S.C. §§1501-1508 and 7324-7328)
which limit the political activities of employees whose principal employment activities are funded in
whole or in part with Federal funds.
9. Will comply, as applicable, with the provisions of the Davis -Bacon Act (40 U.S.C. §§276a to 276a-
7), the Copeland Act (40 U.S.C. §276c and 18 U.S.C. §874), and the Contract Work Hours and
Safety Standards Act (40 U.S.C. §§327-333), regarding labor standards for federally -assisted
construction subagreements.
10. Will comply, if applicable, with flood insurance purchase requirements of Section 102(a) of the
Flood Disaster Protection Act of 1973 (P.L. 93-234) which requires recipients in a special flood
hazard area to participate in the program and to purchase flood insurance if the total cost of
insurable construction and acquisition is $10,000 or more.
11. Will comply with environmental standards which may be prescribed pursuant to the following: (a)
institution of environmental quality control measures under the National Environmental Policy Act of
1969 (P.L. 91-190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant
to EO 11738; (c) protection of wetlands pursuant to EO 11990; (d) evaluation of flood hazards in
floodplains in accordance with EO 11988; (e) assurance of project consistency with the approved
State management program developed under the Coastal Zone Management Act of 1972 (16
U.S.C. §§1451 et seq.); (f) conformity of Federal actions to State (Clean Air) Implementation Plans
under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. §§7401 et seq.); (g)
protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as
amended (P.L. 93-523); and, (h) protection of endangered species under the Endangered Species
Act of 1973, as amended (P.L. 93-205).
12. Will comply with the Wild and Scenic Rivers Act of 1968 (16 U.S.C. §§1271 et seq.) related to
protecting components or potential components of the national wild and scenic rivers system.
13. Will assist the awarding agency in assuring compliance with Section 106 of the National Historic
Preservation Act of 1966, as amended (16 U.S.C. §470), EO 11593 (identification and protection of
historic properties), and the Archaeological and Historic Preservation Act of 1974 (16 U.S.C.
§§469a-1 et seq.).
14. Will comply with P.L. 93-348 regarding the protection of human subjects involved in research,
development, and related activities supported by this award of assistance.
15. Will comply with the Laboratory Animal Welfare Act of 1966 (P.L. 89-544, as amended, 7 U.S.C.
§§2131 et seq.) pertaining to the care, handling, and treatment of warm blooded animals held for
research, teaching, or other activities supported by this award of assistance.
16. Will comply with the Lead -Based Paint Poisoning Prevention Act (42 U.S.C. §§4801 et seq.) which
prohibits the use of lead -based paint in construction or rehabilitation of residence structures.
17. Will cause to be performed the required financial and compliance audits in accordance with the
Single Audit Act Amendments of 1996 and OMB Circular No. A-133, "Audits of States, Local
Governments, and Non -Profit Organizations."
18. Will comply with all applicable requirements of all other Federal laws, executive orders, regulations,
and policies governing this program.
19, Will comply with the requirements of Section 106(g) of the Trafficking Victims Protection Act (TVPA)
of 2000, as amended (22 U.S.C. 7104) which prohibits grant award recipients or a sub -recipient
from (1) Engaging in severe forms of trafficking in persons during the period of time that the award
is in effect (2) Procuring a commercial sex act during the period of time that the award is in effect or
(3) Using forced labor in the performance of the award or subawards under the award.
Certifications regarding lobbying
OMB Number: 4040-0013
Expiration Date: 02/28/2025
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned certifies, to the best of his or her knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,
to any person for influencing or attempting to influence an officer or employee of an agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with the awarding of any Federal contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan,
or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with
this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and
submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose
accordingly.
Statement for Loan Guarantees and Loan Insurance
The undersigned states, to the best of his or her knowledge and belief, that:
If any funds have been paid or will be paid to any person for influencing or attempting to influence
an officer or employee of any agency, a Member of Congress, an officer or employee of Congress,
or an employee of a Member of Congress in connection with this commitment providing for the
United States to insure or guarantee a loan, the undersigned shall complete and submit Standard
Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. Submission of
this statement is a prerequisite for making or entering into this transaction imposed by section
1352, title 31, U.S. Code. Any person who fails to file the required statement shall be subject to a
civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
OMB number: 4040-0013, Expiration date: 02/28/2025 View burden statement
SF-LLL: Disclosure of Lobbying Activities
OMB Number: 4040-0013
Expiration Date: 02/28/2025
Complete only if the applicant is required to do so by 44 C.F.R. part 18. Generally disclosure is required
when applying for a grant of more than $100,000 and if any funds other than Federal appropriated funds
have been paid or will be paid to any person for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of
a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement,
the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in
accordance with its instructions. Further, the recipient shall file a disclosure form at the end of each
calendar quarter in which there occurs any event described in 44 C.F.R. § 18.110(c) that requires
disclosure or that materially affects the accuracy of the information contained in any disclosure form
previously filed by the applicant.
The applicant is not currently required to submit the SF-LLL.
Notice of funding opportunity
I certify that the applicant organization has consulted the appropriate Notice of Funding Opportunity and
that all requested activities are programmatically allowable, technically feasible, and can be completed
within the award's Period of Performance (POP).
Accuracy of application
I certify that i represent the organization applying for this grant and have reviewed and confirmed the
accuracy of all application information submitted. Regardless of intent, the submission of information that
is false or misleading may result in actions by FEMA that include, but are not limited to: the submitted
application not being considered for award, enforcement actions taken against an existing award pending
investigation or review, or referral to the DHS Office of Inspector General.
Authorization to submit application on behalf of applicant
organization
By signing this application, I certify that I am either an employee or official of the applicant organization
and am authorized to submit this application on behalf of my organization; or, if I am not an employee or
official of the applicant organization, I certify that the applicant organization is aware I am submitting this
application on its behalf, that I have written authorization from the applicant organization to submit this
application on their behalf, and that I have provided contact information for ari employee or official of the
applicant organization in addition to my contact information.
Musser, Miroslava
From:
Sent:
To:
Subject:
FEMA GO <no-reply@fema.dhs.gov>
Thursday, August 14, 2025 9:15 AM
Sanchez, Erik; Musser, Miroslava; Hardy, Robert C.; Becraft, Andrea; Blondet, Lillian
RFi request: Fiscal Year 2025 National Urban Search And Rescue Response System grant
number EMW-2025-CA-05015
CAUTION: This is an email from an external source. Do not click links or open attachments unless you
recognize the sender and know the content is safe.
This email is to inform you that RFI request for Grant number EMW-2025-CA-05015 has been issued for
you to review and update. Please use the FEMA GO system to update and re -submit your RFI request by
2025-08-18T00:00:00. The Fiscal Year 2025 National Urban Search And Rescue Response System
program office provided the following comments on your RFI request:
Your application is being returned to you for edits. Please check your email to receive specific comments
pertaining to your application. Once you have made the necessary edits, please delete the previous
version of the budget plan, upload the revised budget plan, and submit your application back through
FEMA GO. Thank you, FEMA US&R Branch
For financial/program questions or assistance contact your regional point of contact.
For technical issues with the FEMA GO system, email FEMAGO@fema.dhs.gov or call toll -free 1-877-
585-3242.
i
Tasks EMW-2025-CA-05015 Request For information
EMW-2025-CA-05015: Fiscal Year 2025
National Urban Search And Rescue
Response System
Request for Information: Application
Request for Information (RFI) status
Please note that you have until 08/1812025 to respond to this request. If the request for
information is not returned in FEMA GO by the deadline, any current changes made in the
request for information task will not be reported to FEMA.
Instructions:
1. Please address the findings listed below and complete the sections of the application.
2. Provide any comments and additional
documentation (if needed)
3. Sign and submit this RFI.
FEMA findings to be addressed:
Your application is being returned to you for edits. Please check your email to receive specific
comments pertaining to your application. Once you have made the necessary edits, please delete
the previous version of the budget plan, upload the revised budget plan, and submit your
application back through FEMA GO. Thank you, FEMA US&R Branch
Fiscal Year 2025 National Urban
Search And Rescue Response
System
Application ID: EMW-2025-CA-05015
Status: Pending
submission
OMB number: , Expiration date: View burden statement
City
miami
Zip code
33130
Zip extension
1910
Grant request details
4.y
State/territory
Florida
Grand total: $1,440,311.00
Program area: Non construction
Activity: Project Administration and Management
Activity: Project Training
Activity: Project Equipment
Activity: Project Storage and Maintenance
Additional comments
Budget summary
$1,228,310.00
$10,500.00
$105,714.00
$95,787.00
Overall budget summary
Object class categories
TOTAL
Program income
Total applicant management costs
(optional) (Maximum allowable
management cost, $1,440,311.00)
Contact information
Total
$1,440,311.00
$0.00
$0.00
Did any individual or organization assist with the development, preparation, or review of the
application to include drafting or writing the narrative and budget, whether that person, entity, or
agent is compensated or not and whether the assistance took place prior to submitting the
application?
Q Yes
No
Secondary point of contact
Please provide a secondary point of contact for this grant.
The Authorized Organization Representative (AOR) who submits the application will be identified as the
primary point of contact for the grant. Please provide one secondary point of contact for this grant below.
The secondary contact can be members of the fire department or organizations applying for the grant that
will see the grant through completion, are familiar with the grant application, and have the authority to make
decisions on and to act upon this grant application. The secondary point of contact can also be an individual
who assisted with the development, preparation, or review of the application.
Erik Sanchez Primary phone Additional phones
Program Manager 7865543155 7862367598
Mobile Mobile
Fax
eriksanchez@miamigov.
'Edit
Please attach your Budget narrative or equivalent document:
SF-LLL: Disclosure of Lobbying Activities
OMB number: 4040-0013, Expiration date: 02/28/2025 View burden statement
Complete only if the applicant is required to do so by 44 C.F.R. part 18. Generally disclosure is required
when applying for a grant of more than $100,000 and if any funds other than Federal appropriated funds
have been paid or will be paid to any person for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in
accordance with its instructions. Further, the recipient shall file a disclosure form at the end of each
calendar quarter in which there occurs any event described in 44 C.F.R. A§ 18.110(c) that requires
disclosure or that materially affects the accuracy of the information contained in any disclosure form
previously filed by the applicant.
+I The applicant is not currently required to submit the SF-LLL
Add any additional attachments to your RFI submission (optional)
Filename Date uploaded Uploaded by File size Description Action
Maximum File Size:
1 GB
Applicant comments (optional)
Accepted File Types:
.pdf, .doc, .docx, .xis, .xlsx, .xlsb,
.xps, .pptx, .jpg, •Jpeg, •png, .txt,
.csv, .html, .mp4, .msg, .pub, .rtf,
tif, .zip
Sign and submit your RFI
You have successfully submitted your request for information. 73\11-b6
Submitted to FEMA
EMW-2025-CA-05015: Fiscal Year 2025 National Urban
Search And Rescue Response System
CITY OF MIAMI
Period of performance
Federal resources awarded
Required non-federal resources
Federal resources disbursed to recipient
Pending disbursements to recipient
Balance of federal resources available
My to do list
$0.00
$0.00
$0.00
Description Status Date of status Due date Action
Organization : CITY OF MIAMI
This information is current of SAM.gov as of: 08/03/2025
Registration summary
UEI-EFT KJT5RFPMWTK5
Report Due date Status Date of status Action
Request for Information
RFI number Request date Status Date of status Action
RFI 1 08/14/2025 Submitted to FEMA 08/14/2025 Actions
CITY OF MIAMI, FLORIDA
SINGLE AUDIT REPORT
FOR THE YEAR ENDED SEPTEMBER 30, 2024
CITY OF MIAMI, FLORIDA
SINGLE AUDIT REPORT
Year Ended September 30, 2024
TABLE OF CONTENTS
PAGE(S)
Independent Auditor's Report on Schedule of Expenditures of Federal Awards
and State Financial Assistance 1-2
Independent Auditor's Report on Compliance for Each Major Federal Program and
State Project and Report on Internal Control over Compliance in Accordance with
the Uniform Guidance and Chapter 10.550, Rules of the Auditor General 3-5
Schedule of Expenditures of Federal Awards and State Financial Assistance 6-10
Notes to Schedule of Expenditures of Federal Awards and State Financial Assistance 11
Schedule of Findings and Questioned Costs 12-13
eit-n
ANTHONY BRUNSON P.A.
Lv
C1'R'1'1F1FD P1'1f1\CC()1 NTANTS & BUS \'ESS ADVISORS
INDEPENDENT AUDITOR'S REPORT ON SCHEDULE OF EXPENDITURES OF
FEDERAL AWARDS AND STATE FINANCIAL ASSISTANCE
The Honorable Mayor and Members of the City Commission
City of Miami, Florida
Report on the Audit of the Schedule of Expenditures of Federal Awards and State Financial Assistance
Opinion
We have audited the schedule of expenditures of federal awards and state financial assistance (the "Schedule")
of the City of Miami, Florida (the "City") for the year ended September 30, 2024, and the related notes.
In our opinion, the accompanying schedule of expenditures of federal awards and state financial assistance
presents fairly, in all material respects, the expenditures of federal awards and state financial assistance of the
City of Miami, Florida for the year ended September 30, 2024, in accordance with accounting principles
generally accepted in the United States of America.
Basis for Opinion
We conducted our audit in accordance with auditing standards generally accepted in the United States of
America; the standards applicable to financial audits contained in Government Auditing Standards issued by
the Comptroller General of the United States; the audit requirements of Title 2 U.S. Code of Federal Regulations
Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards
(Uniform Guidance), and Chapter 10.550, Rules of the Auditor General. Our responsibilities under those
standards and the Uniform Guidance are further described in the Auditor's Responsibilities for the Audit of the
Schedule section of our report.
We are required to be independent of the City and to meet our other ethical responsibilities, in accordance
with the relevant ethical requirements relating to our audit. We believe that the audit evidence we have
obtained is sufficient and appropriate to provide a basis for our audit opinion.
Responsibilities of Management for the Schedule
Management is responsible for the preparation and fair presentation of the Schedule in accordance with
accounting principles generally accepted in the United States of America and for the design, implementation,
and maintenance of internal control relevant to the preparation and fair presentation of the Schedule that is
free from material misstatement, whether due to fraud or error.
Auditor's Responsibilities for the Audit of the Schedule
Our objectives are to obtain reasonable assurance about whether the Schedule as a whole is free from material
misstatement, whether due to fraud or error, and to issue an auditor's report that includes our opinion.
Reasonable assurance is a high level of assurance but is not absolute assurance and therefore is not a guarantee
that an audit conducted in accordance with generally accepted auditing standards, Government Auditing
Standards, the Uniform Guidance as well as Chapter 10.550, Rules of the Auditor General will always detect a
Miramar Office
3350 SW 148th Ave. I Suite 110
Miramar, FL 33027
(954) 874-1721
1
t f 9 E V1 r()(I SI I): S01 I r!Qv IMP, 1 \
info@abcpasolutions.com
North Miami Office
1801 NE 123rd Street Suite 314
North Miami, FL 33181
(786) 743-7108
Auditor's Responsibilities for the Audit of the Schedule - cont'd
material misstatement when it exists. The risk of not detecting a material misstatement resulting from fraud is
higher than for one resulting from error, as fraud may involve collusion, forgery, intentional omissions,
misrepresentations, or the override of internal control. Misstatements are considered material if there is a
substantial likelihood that, individually or in the aggregate, they would influence the judgment made by a
reasonable user based on the Schedule.
In performing an audit in accordance with generally accepted auditing standards, we:
• Exercise professional judgment and maintain professional skepticism throughout the audit.
• identify and assess the risks of material misstatement of the Schedule, whether due to fraud or error, and
design and perform audit procedures responsive to those risks. Such procedures include examining, on a
test basis, evidence regarding the amounts and disclosures in the Schedule.
• Obtain an understanding of internal control relevant to the audit in order to design audit procedures that
are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness
of the City's internal control. Accordingly, no such opinion is expressed.
• Evaluate the appropriateness of accounting policies used and the reasonableness of significant accounting
estimates made by management, as well as evaluate the overall presentation of the Schedule.
Report on Audited Financial Statements
The financial statements of the governmental activities, the business -type activities, the aggregate discretely
presented component units, each major fund, and the aggregate remaining fund information of the City as of
and for the year ended September 30, 2024, were audited by other auditors, and they have issued their
report thereon dated April 30, 2025. Their audit was performed for the purpose of forming opinions on the
financial statements that collectively comprise the City's basic financial statements as a whole, and
they issued unmodified opinions thereon.
In accordance with Government Auditing Standards, the other auditors have also issued a report dated April
30, 2025, on their consideration of the City's internal control over financial reporting and on their tests of its
compliance with certain provisions of laws, regulations, contracts, and grant agreements and other matters.
The purpose of that report is to describe the scope of their testing of internal control over financial reporting
and compliance, and the results of that testing, and not to provide opinions on the internal control over
financial reporting or on compliance. That report is an integral part of an audit performed in accordance with
Government Auditing Standards and should be considered in assessing the results of their audit.
We are required to communicate with those charged with governance regarding, among other matters, the
planned scope and timing of the audit, significant audit findings, and certain internal control -related matters
that we identified during the audit.
This report is intended solely for the information and use of the Honorable Mayor and Members of the City
Commission, management, and specific legislative or regulatory bodies and is not intended to be, and should
not be, used by anyone other than these specified parties.
r74-•
North Miami, Florida
April 30, 2025
2
c,7\ ANTHONY BRUNSON P.A.
CERTIFIED PUBLIC ACCOUNTANTS & BUSINESS ADVISORS
INDEPENDENT AUDITOR'S REPORT ON COMPLIANCE FOR EACH MAJOR
FEDERAL PROGRAM AND STATE PROJECT AND REPORT ON INTERNAL
CONTROL OVER COMPLIANCE IN ACCORDANCE WITH THE UNIFORM GUIDANCE
AND CHAPTER 10.550, RULES OF THE AUDITOR GENERAL
The Honorable Mayor and Members of the City Commission
City of Miami, Florida
Report on Compliance for Each Major Federal Program and State Project
Opinion on Each Major Federal Program and State Project
We have audited City of Miami, Florida's compliance with the types of compliance requirements identified as
subject to audit in the OMB Compliance Supplement and the requirements described in the Department of
Financial Services State Projects Compliance Supplement that could have a direct and material effect on each
of City of Miami, Florida's major federal programs and State projects for the year ended September 30, 2024.
City of Miami, Florida's major federal programs and State projects are identified in the summary of auditor's
results section of the accompanying schedule of findings and questioned costs.
In our opinion, City of Miami, Florida complied, in all material respects, with the types of compliance
requirements referred to above that could have a direct and material effect on each of its major federal
programs and State projects for the year ended September 30, 2024.
Basis for Opinion on Each Major Federal Program and State Project
We conducted our audit of compliance in accordance with auditing standards generally accepted in the United
States of America; the standards applicable to financial audits contained in Government Auditing Standards,
issued by the Comptroller General of the United States; the audit requirements of Title 2 U.S. Code of Federal
Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for
Federal Awards (Uniform Guidance) and Chapter 10.550, Rules of the Auditor General. Our responsibilities
under those standards, the Uniform Guidance and Chapter 10.550, Rules of the Auditor General are further
described in the Auditor's Responsibilities for the Audit of Compliance section of our report.
We are required to be independent of City of Miami, Florida and to meet our other ethical responsibilities, in
accordance with relevant ethical requirements relating to our audit. We believe that the audit evidence we
have obtained is sufficient and appropriate to provide a basis for our opinion on compliance for each major
federal program and State project. Our audit does not provide a legal determination of City of Miami, Florida's
compliance with the compliance requirements referred to above.
Responsibilities of Management for Compliance
Management is responsible for compliance with the requirements referred to above and for the design,
implementation, and maintenance of effective internal control over compliance with the requirements of laws,
statutes, regulations, rules, and provisions of contracts or grant agreements applicable to City of Miami,
Florida's federal programs and State projects.
Miramar Office
3350 SW 148th Ave. Suite 110
Miramar, FL 33027
(954) 874-1721
3
('m
(\-7t3
I t1 ",,1
info(u abcpasolutions.com
North Miami Office
1801 NE 123"1 Street j Suite 314
North Miami, FL 33181
(786) 743-7108
Auditor's Responsibilities for the Audit of Compliance
Our objectives are to obtain reasonable assurance about whether material noncompliance with the compliance
requirements referred to above occurred, whether due to fraud or error, and express an opinion on City of
Miami, Florida's compliance based on our audit. Reasonable assurance is a high level of assurance but is not
absolute assurance and therefore is not a guarantee that an audit conducted in accordance with generally
accepted auditing standards, Government Auditing Standards, the Uniform Guidance, and Chapter 10.550,
Rules of the Auditor General will always detect material noncompliance when it exists. The risk of not detecting
material noncompliance resulting from fraud is higher than for that resulting from error, as fraud may involve
collusion, forgery, intentional omissions, misrepresentations, or the override of internal control.
Noncompliance with the compliance requirements referred to above is considered material if there is a
substantial likelihood that, individually or in the aggregate, it would influence the judgment made by a
reasonable user of the report on compliance about City of Miami, Florida's compliance with the requirements
of each major federal program and State project as a whole.
In performing an audit in accordance with generally accepted auditing standards, Government Auditing
Standards, the Uniform Guidance, and Chapter 10.550, Rules of the Auditor General we:
• Exercise professional judgment and maintain professional skepticism throughout the audit.
• Identify and assess the risks of material noncompliance, whether due to fraud or error, and design and
perform audit procedures responsive to those risks. Such procedures include examining, on a test basis,
evidence regarding City of Miami, Florida's compliance with the compliance requirements referred to
above and performing such other procedures as we considered necessary in the circumstances.
• Obtain an understanding of City of Miami, Florida's internal control over compliance relevant to the
audit in order to design audit procedures that are appropriate in the circumstances and to test and
report on internal control over compliance in accordance with the Uniform Guidance and Chapter
10.550, Rules of the Auditor General, but not for the purpose of expressing an opinion on the
effectiveness of City of Miami, Florida's internal control over compliance. Accordingly, no such opinion
is expressed.
We are required to communicate with those charged with governance regarding, among other matters, the
planned scope and timing of the audit and any significant deficiencies and material weaknesses in internal
control over compliance that we identified during the audit.
Report on Internal Control over Compliance
A deficiency in internal control over compliance exists when the design or operation of a control over
compliance does not allow management or employees, in the normal course of performing their assigned
functions, to prevent, or detect and correct, noncompliance with a type of compliance requirement of a federal
program or State project on a timely basis. A material weakness in internal control over compliance is a
deficiency, or a combination of deficiencies, in internal control over compliance, such that there is a reasonable
possibility that material noncompliance with a type of compliance requirement of a federal program or State
Project will not be prevented, or detected and corrected, on a timely basis. A significant deficiency in internal
control over compliance is a deficiency, or a combination of deficiencies, in internal control over compliance
with a type of compliance requirement of a federal program or State project that is less severe than a material
weakness in internal control over compliance, yet important enough to merit attention by those charged with
governance.
4
Report on Internal Control over Compliance - cont'd
Our consideration of internal control over compliance was for the limited purpose described in the Auditor's
Responsibilities for the Audit of Compliance section above and was not designed to identify all deficiencies in
internal control over compliance that might be material weaknesses or significant deficiencies in internal
control over compliance. Given these limitations, during our audit we did not identify any deficiencies in
internal control over compliance that we consider to be material weaknesses, as defined above. However,
material weaknesses or significant deficiencies in internal control over compliance may exist that were not
identified.
Our audit was not designed for the purpose of expressing an opinion on the effectiveness of internal control
over compliance. Accordingly, no such opinion is expressed.
The purpose of this report on internal control over compliance is solely to describe the scope of our testing of
internal control over compliance and the results of that testing based on the requirements of the Uniform
Guidance and Chapter 10.550, Rules of the Auditor General. Accordingly, this report is not suitable for any other
purpose.
North Miami, Florida
April 30, 2025
5
CITY OF MIAMI, FLORIDA
SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
Year Ended September 30, 2024
Assistance
Listing
Federal Grantor/Pass-through Grantor/Program or Cluster Title Number
U.S. Department of Agriculture
Pass -Through Florida Department of Health:
Child and Adult Care Food Program 10.558
Total U.S. Department of Agriculture
U.S. Department of Housing and Urban Development
CDBG - Entitlement Grants Cluster:
Community Development Block Grants/Entitlement Grants
Community Development Biock Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants
Community Development Block Grants/Entitlement Grants -CV
Community Development Block Grants/Entitlement
Grants/Neighborhood Stabilization Program (RP)
Total CDBG - Entitlement Grant Cluster
Community Development Block Grants/State's Program and Non -
Entitlement Grants in Hawaii
Community Development Block Grants/State's Program and Non -
Entitlement Grants in Hawaii
Community Development Block Grants/Rate's Program and Non -
Entitlement Grants in Hawaii
Community Development Block Grants/State's Program and Non -
Entitlement Grants in Hawaii
Emergency Solutions Grants Program
Emergency Solutions Grants Program
HOME Investment Partnerships Program
HOME Investment Partnerships Program
HOME Investment Partnerships Program
HOME Investment Partnerships Program
HOME Investment Partnerships Program
HOME Investment Partnerships Program
HOME Investment Partnerships Program
HOME Investment Partnerships Program
HOME Investment Partnerships Program
Grant/ Pass -Through Entity Passed Through Federal
Contract Number Identifying Number to Subrecipients Expenditures
5-576
14.218 B-18-MC-12-0013
14.218 B-19-MC-12-0013
14.218 B-20-MC-12-0013
14.218 B-21-MC-12-0013
14,218 B-22-MC-12-0D13
14.218 B-23-MC-12-0013
14.218 B-24-MC-12-0013
14.218 B-20-MW-12-0013
14.218 B-08-MN-12-0016
14.228
14.228
14.228
14.228
14.231
14.231
14.239
14.239
14.239
14.239
14.239
14,239
14,239
14.239
14.239
MT052
MT121
MT122
10130
E-22-MC-12-0013
E-23-MC-12-0013
M15-MC120211
M17-MC120211
M18-MC120211
M19-MC120211
M20-MC120211
M 21-MC120211
M 2 2-MC120211
M23MC120211
M24-MC120211
See Notes to Schedule.
739,504
$ 61,626
61,626
16,801 18,937
67,951
1,470,593
1,832,798
622,066
1,813,327
3,972
756,305 5,829,644
776,266
776,266
366,511
366,511
756,305 6,972,421
(Continued on next page)
4,093
4,403
3,232
8,591
20,319
5,654
479,067
484,721
81,668
26,951
65,249
311,287
39
331,121
179,201
381,217
2,462
1,379,195
6
CITY OF MIAMI, FLORIDA
SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
Year Ended September 30, 2024
Assistance
Listing
Federal Grantor/Pass-through Grantor/Program or Cluster Title Number
U.S. Department of Housing and Urban Development {cont'd)
Housing Opportunities for Persons with AIDS
Housing Opportunities for Persons with AIDS
Housing Opportunities for Persons with AIDS
Housing Opportunities for Persons with AIDS
Total Housing Opportunities for Persons with AIDS
Pass -Through Miami Dade County Homeless Trust:
Continuum of Care (COC) Program:
Continuum of Care Program
Continuum of Care Program
Section 8 Project - Based Cluster:
Lower Income Housing Assistance Program -Section 8 Moderate
Rehabilitation
Housing Voucher Cluster:
Section 8 Housing Choice Vouchers
Mainstream Vouchers
Total Housing Voucher Cluster
Total U.S. Department of Housing and Urban Development
U.S. Department of Justice
Coronavirus Emergency Supplemental Funding Program
Pass -Through Office of the Florida Attorney General:
Crime Victim Assistance
Crime Victim Assistance
Public Safety Partnership and Community Policing Grants
Public Safety Partnership and Community Policing Grants
Public Safety Partnership and Community Policing Grants
Edward Byrne Memorial Justice Assistance Grant Program
Edward Byrne Memorial Justice Assistance Grant Program
Edward Byrne Memorial Justice Assistance Grant Program
Pass -Through Florida Department of Law Enforcement:
Edward Byrne Memorial Justice Assistance Grant Program
U.S. Department of Justice (cont'd)
14.241
14.241
14.241
14.241
Grant/ Pass -Through Entity Passed Through Federal
Contract Number Identifying Number to Subrecipients Expenditures
FLH21-F005
FLH22-F005
FLH23-F005
FLH24F005
14.267 FL0211L40002215 FL0211L4D002215
14,267 FL0211L4D002216 FL0211L4D002316
14,856
14.871
14.879
FL145MR0001
FL145
FL145
16.034 2020-VD-BX-1259
VOCA-C -2023-City of
Miami Police
16.575 Department-00268
16.575 VOCA-2022-847
15JCO PS-21-GG-02139-
16.710 SLEM
151COP5-21-GG-03496-
16.710 UHPX
16.710 2020ULWX0074
16.738
16.738
16.738
2020-DG-BX-0011
2020-DJ-BX-0974
15 P BJA-23-GG-03309-
JAGX
15PBJA-22-GG-00656-
16,738 MUMU
See Notes to Schedule.
43,717
5,785,151
9,920,431
9,847
15,759,146
624,921
470,491
1,095,412
2,033,913
2,033,913
3,213,195
556,120
3,769,815
756,305 31,514,442
23,682
23,682
(Continued on next page)
14,868
14,868
224,673
17,683
242,356
45,902
533,396
511,733
1,091,031
83,418
17,531
260,700
361,649
46,679
46,679
7
CITY OF MIAMI, FLORIDA
SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
Year Ended September 30, 2024
Federal Grantor/Pass-through Grantor/Program or Cluster Title
Byrne Criminal Justice Innovation Program
Criminal and Juvenile Justice and Mental Health Collaboration
Program
Equitable Sharing Program
Total U.S. Department of Justice
U.S. Department of Transportation
Pass -Through Florida Department of Transportation- Federal
Highway Administration:
Recreational Trails Program
Highway Safety Cluster:
Pass -Through Florida Department of Transportation:
State and Community Highway Safety
Total Highway Safety Cluster
National Priority Safety Programs
National Priority Safety Programs
Total U.S. Department of Transportation
Assistance
Listing Grant/
Number Contract Number
15PBJA-2I-GG-04114-
16.817 BCJI
16.745 2018-MO-BX-0014
16.922 Not Applicable
Pass -Through Entity Passed Through Federal
Identifying Number to Subrecipients Expenditures
20.219 T1801 12RECT018
20.600 G2P36 69A37519300004020FL0
20.616
20.616
U.S. Department of the Treasury
Emergency Rental Assistance Program 21.023
Coronavirus State and Local Fiscal Recovery Funds
Coronavirus State and Local Fiscal Recovery Funds
Coronavirus State and Local Fiscal Recovery Funds
Coronavirus State and Local Fiscal Recovery Funds
Total U.S. Department of the Treasury
US Department of Education
Pass Through Miami Dade County Public Schools
Twenty -First Century Community Learning Centers
Twenty -First Century Community Learning Centers
Total U.S. Department of Education
U.S. Department of Health and Human Services
Federal Pass -Through Florida Agency for Persons with Disabilities
Medicaid Cluster:
Medical Assistance Program
Total U.S. Department of Health and Human Services
Executive Office of the President of the United States
Pass -Through South Florida HIDTA/Monroe County Sheriffs:
High Intensity Drug Trafficking Areas Program
Total Executive Office of the President
21.027
21.027
21.027
21.027
84.287
84.287
G2P51
G2E29
1505-0270
22FRP45
23FRP35
22FRP56
LT/2013-2014 #001
130-2448A-2CCC3
69A3752030000405DFLM
69A3752130000405DFLM
93.778 Not Applicable Not Available
95.001
G23 MI0001A
See Notes to Schedule.
410,907
410,907
483,871
483,871
23,227
269,344
292,571
434,589 2,533,025
199,999
199,999
198,548
198,548
82,539
3,533
86,072
484,619
94,742
32,856,073
16,493
25,556
1,292
32,994,156
109
460
569
(Continued on next page)
190,166
190,166
99,950
99,950
8
CITY OF MIAMI, FLORIDA
SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
Year Ended September 30, 2024
Assistance
Listing
Federal Grantor/Pass-through Grantor/Program or Cluster Title Number
U.S. Department of Homeland Security
National Urban Search and Rescue (US&R) Response System
National Urban Search and Rescue (US&R) Response System
National Urban Search and Rescue (US&R) Response System
National Urban Search and Rescue (US&R) Response System
National Urban Search and Rescue (US&R) Response System
Pass -Through State of Florida Division of Emergency Management:
Disaster Grants - Public Assistance (Presidentially Declared
Disasters)
Disaster Grants - Public Assistance (Presidentially Declared
Disasters)
Disaster Grants - Public Assistance (Presidentially Declared
Disasters)
Assistance to Firefighters Grant
Assistance to Firefighters Grant
97.025
97,025
97.025
97.025
97,025
97.036
97.036
97.036
Grant/ Pass -Through Entity Passed Through Federal
Contract Number Identifying Number to Subrecipients Expenditures
EMW-95-K-4718
EMW-2020-CA-00056
EMW-2023-CA-05396
E MW-2021-CA-00034
E MW-2022-CA-00057
Z2070
Z2834
Z3569
97.044 EMW-2022-FG-01526
97,044 EMW-2021-FG-02449
Pass Through State of Florida Division of Emergency Management:
BRIC: Building Resilient Infrastructure and Communities 97.047 18DM-AX-11-23-02-365
Homeland Security Grant Program
Homeland Security Grant Program
Homeland Security Grant Program
Homeland Security Grant Program
Homeland Security Grant Program
Homeland Security Grant Program
Securing the Cities Program
Total U.S. Department of Homeland Security
TOTAL EXPENDITURES OF FEDERAL AWARDS
97.067
97.067
97.067
97.067
97,067
97,067
R0571
R0924
R0521
R0232
R0917
R0588
97.106 20CWDSTC00007-04-00
See Notes to Schedule.
EMA-2017-PC-0001
EMW -2022-S S-00029-501
EMW-2023-S S-00058-501
EMW -2021-5 S-00056-501
E M W-2020-55-00035-501
EMW-2023-SS-00058-501
EMW-2022-S S-00029-5-01
94,612
5,077,052
4,156,394
472,115
2,123,384
1,236
799,778
233,666
509,851
3,667,915
110,140
221,342
68,201
399 683
553,790
785,984
1,339,774
359,709
359,709
88,555
134,986
8,586,350
4,628,460
7,479
1,987,893
9,800,173 15 433 723
35,893 1,630,139
35,893 1,630,139
9,836,066 22,830,943
$ 11,026,960 $ 902709,496
(Continued on next page)
9
CITY OF MIAMI, FLORIDA
SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
Year Ended September 30, 2024
Total Passed
CSFA Grant/ Pass -Through Entity Through to Total State
State Grantor/Pass-through Grantor/Program or Cluster Title Number Contract Number Identifying Number Subrecipients Expenditures
Department of Environmental Protection
Statewide Water Quality Restoration Projects 37.039 LPA0190 $ - $ 95,452
Statewide Water Quality Restoration Projects 37.039 LPA0328 291,462
Statewide Water Quality Restoration Projects 37.039 LPA0329 258,762
Statewide Water Quality Restoration Projects 37.039 LPA0333 - 761,881
Statewide Water Quality Restoration Projects 37.039 LPA0330 - 127,288
- 1,534,845
Resilient Florida Program
Total Department of Environmental Protection
37.098 22PLN49 - 195,323
1,730,168
Florida Housing Finance Corporation
State Housing Initiatives Partnership Program (SHIP) 40.901 SHIP FY2022-2023 - 1,352,360
State Housing initiatives Partnership Program (SHIP) 40.901 SHIP FY2023-2024 - 168,304
State Housing Initiatives Partnership Program (SHIP) 40.901 SHIP FY2021-2022 - 964,348
Total Florida Housing Finance Corporation - 2,485,012
Department of Transportation
Public Transit Service Development Program
Transit Corridor Development Program
Transit Corridor Development Program
55.012 G1U25 272,550
272,550
55.013 G2489 - 1,180,060
55.013 G2C24 - 1,019,046
2,199,046
Total Department of Transportation - 2,471,596
Department of Health
Pass -Through Miami -Dade County, Florida:
EMS County Grant
County Grant Awards 64.005 #C0013 2,246
Total Department of Health 2 246
Florida Department of Elder Affairs
Senior Center- Fixed Capital Outlay (FCO) 65.013 XQ104 - 729,755
Tota€ Florida Department of Elders Affairs - 729,755
Department of Law Enforcement
Identify Theft and Fraud Grant Program 71.042 L6007 5,493
FDLE Drone Replacement Program 71.092 3X032 - 16,015
State Assistance for Fentanyl Eradication (S.A.F.E.) in Florida 71.122 2023-SAFE-SF-042 - 228,634
Total Department of Law Enforcement - 250,142
Total Expenditures of State Financial Assistance $ - $ 7,668.919
TOTAL EXPENDITURES FOR FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE $ 11,026.160 $ 98378.415
(Concluded)
See Notes to Schedule.
10
CITY OF MIAMI, FLORIDA
NOTES TO SCHEDULE OF EXPENDITURES OF FEDERAL AWARDS
AND STATE FINANCIAL ASSISTANCE
Year Ended September 30, 2024
NOTE 1— BASIS OF PRESENTATION
The accompanying Schedule of Expenditures of Federal Awards and Schedule of State Financial Assistance
(the "Schedule") includes the federal and state award activity of the City of Miami, Florida (the "City")
under programs of the federal and state government for the year ended September 30, 2024. The
information in the Schedules are presented in accordance with the requirements of the Title 2 U.S. Code
of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit
Requirements for Federal Awards (Uniform Guidance) and Chapter 10.550, Rules of the Florida Auditor
General (Chapter 10.550). Because the Schedule presents only a selected portion of the operations of the
City, it is not intended to and does not present the financial position, changes in fund balance/net position
or cash flows of the City.
NOTE 2— SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES
Expenditures reported on the Schedules are reported on the modified accrual basis of accounting. Such
expenditures are recognized following the cost principles contained in the Uniform Guidance and Chapter
10.550 wherein certain types of expenditures are not allowable or are limited as to reimbursement.
Negative amounts shown on the Schedule represent adjustments or credits made in the normal course of
business to amounts reported as expenditures in prior years.
NOTE 3 — INDIRECT COST RATE
The City has elected not to use the 10-percent de minimis indirect cost rate allowed under the Uniform
Guidance.
11
CITY OF MIAMI, FLORIDA
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
Year Ended September 30, 2024
Section I - Summary of Independent Auditors' Results
Financial Statements
Type of report the auditor issued on whether the financial
statements audited were prepared in accordance with GAAP: Unmodified Opinion
Internal control over financial reporting:
• Material weakness(es) identified? Yes X No
• Significant deficiency(ies) identified? Yes X None Reported
• Noncompliance material to financial statements noted? Yes X No
Federal Awards and State Financial Assistance
Internal control over major Federal programs and State projects:
• Material weakness(es) identified? Yes X No
• Significant deficiency(ies) identified that are not considered to be
material weaknesses? Yes X None Reported
Type of Auditors' Report issued on Compliance for Major Federal
Programs and State Projects: Unmodified Opinion
Any audit findings disclosed that are required to be reported in
accordance with 2 CFR 200.516(a) of the Uniform Guidance or Chapter
10.550, Rules of the Auditor General? Yes X No
Identification of Major Federal Programs and State Projects:
Assistance Listing Numbers Name of Federal Programs
21.027 Coronavirus State and Local Fiscal Recovery Funds
97.044 Assistance to Firefighters Grant
97.067 Homeland Security Grant Program
CSFA Numbers
37.039
55.013
65.013
Name of State Projects
Statewide Water Quality Restoration Projects
Transit Corridor Development Program
Senior Center - Fixed Capital Outlay (FCO)
Dollar threshold used to distinguish between
Type A and Type B programs:
Federal S2,721,285
State S750,000
Auditee qualified as low -risk auditee?
X Yes No
12
CITY OF MIAMI, FLORIDA
SCHEDULE OF FINDINGS AND QUESTIONED COSTS
Year Ended September 30, 2024
Section II - Current Year Findings - Financial Statement Audit
None Reported.
Section III - Current Year - Maior Federal Award Programs and State Financial Assistance Findings and
Questioned Costs
Federal Grants
None Reported.
State Grants
None Reported.
Section IV - Prior Year - Major Federal Award Programs and State Financial Assistance Findings and
Questioned Costs
None Reported.
13