USDA awards $859K for geospatial data services to support National Flood Insurance Program

Contract Overview

Contract Amount: $8,590,040 ($8.6M)

Contractor: Corelogic Solutions, LLC

Awarding Agency: Department of Agriculture

Start Date: 2025-05-22

End Date: 2026-04-30

Contract Duration: 343 days

Daily Burn Rate: $25.0K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: CORELOGIC GEOSPATIAL SOFTWARE AND DATA SERVICES FOR PROPERTY STRUCTURE AND LOCATION INFORMATION, CRITICAL FOR THE FEMA NATIONAL FLOOD INSURANCE PROGRAM QUOTES TO US RANCHERS, FARMERS AND CITIZENS.

Place of Performance

Location: IRVINE, ORANGE County, CALIFORNIA, 92618

State: California Government Spending

Plain-Language Summary

Department of Agriculture obligated $8.6 million to CORELOGIC SOLUTIONS, LLC for work described as: CORELOGIC GEOSPATIAL SOFTWARE AND DATA SERVICES FOR PROPERTY STRUCTURE AND LOCATION INFORMATION, CRITICAL FOR THE FEMA NATIONAL FLOOD INSURANCE PROGRAM QUOTES TO US RANCHERS, FARMERS AND CITIZENS. Key points: 1. Contract provides critical data for FEMA's National Flood Insurance Program. 2. Services support quotes for ranchers, farmers, and citizens. 3. Full and open competition ensures broad market access. 4. Firm-fixed-price contract type aims to control costs. 5. Delivery order structure allows for phased implementation. 6. Contract duration of 343 days indicates a focused scope.

Value Assessment

Rating: good

The contract value of $859,004 is modest for specialized geospatial data services. Benchmarking against similar contracts for property structure and location information is difficult without more specific service details. However, the firm-fixed-price nature suggests that the government has a clear understanding of the scope and associated costs, which is a positive indicator for value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This competitive process is expected to drive favorable pricing and ensure the government receives the best value. The specific number of bidders is not provided, but the open competition is a strong signal of a healthy market for these services.

Taxpayer Impact: Taxpayers benefit from a competitive process that is likely to result in a more efficient use of funds and potentially lower costs compared to a sole-source or limited competition award.

Public Impact

Ranchers and farmers will benefit from accurate property and location data for flood insurance quotes. Citizens across the nation will have access to more reliable flood insurance information. The services are critical for the administration of the National Flood Insurance Program. Geographic impact is national, supporting a federal program. No direct workforce implications are immediately apparent from the data provided.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the broader IT and data services sector, specifically focusing on geospatial data and property information. This market is characterized by specialized software and data providers. The value of this contract is relatively small compared to large-scale IT procurements, but the data's criticality to the National Flood Insurance Program highlights its strategic importance within the government's risk management framework.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). While this doesn't preclude small businesses from subcontracting, there's no explicit mechanism in place to ensure their involvement. The primary contractor, CORELOGIC SOLUTIONS, LLC, is a significant entity, suggesting that direct subcontracting opportunities for small businesses might be limited unless specifically sought by the prime.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Agriculture's Office of the Chief Financial Officer, which is the specific agency procuring the services. Accountability measures are inherent in the firm-fixed-price contract type, requiring the contractor to deliver specified services within the agreed-upon price. Transparency is supported by the public nature of federal contract awards, though detailed performance metrics are not publicly available.

Related Government Programs

Risk Flags

Tags

geospatial-data, property-information, flood-insurance, department-of-agriculture, fema, firm-fixed-price, delivery-order, full-and-open-competition, it-services, data-services, california, national

Frequently Asked Questions

What is this federal contract paying for?

Department of Agriculture awarded $8.6 million to CORELOGIC SOLUTIONS, LLC. CORELOGIC GEOSPATIAL SOFTWARE AND DATA SERVICES FOR PROPERTY STRUCTURE AND LOCATION INFORMATION, CRITICAL FOR THE FEMA NATIONAL FLOOD INSURANCE PROGRAM QUOTES TO US RANCHERS, FARMERS AND CITIZENS.

Who is the contractor on this award?

The obligated recipient is CORELOGIC SOLUTIONS, LLC.

Which agency awarded this contract?

Awarding agency: Department of Agriculture (Office of the Chief Financial Officer).

What is the total obligated amount?

The obligated amount is $8.6 million.

What is the period of performance?

Start: 2025-05-22. End: 2026-04-30.

What is the specific nature of the 'property structure and location information' provided by CoreLogic?

The provided data indicates that CoreLogic is supplying 'geospatial software and data services for property structure and location information.' This likely includes data such as property boundaries, building footprints, elevation data, flood zone designations, and potentially other geographic attributes relevant to assessing flood risk. This information is crucial for the FEMA National Flood Insurance Program to accurately quote insurance policies, assess risk, and manage claims. The exact granularity and specific data layers would be detailed in the contract's statement of work, which is not publicly available in this summary.

How does this contract compare in value to similar geospatial data services procured by the government?

Benchmarking this $859,004 contract against similar geospatial data services is challenging without more specific details on the scope and duration of comparable contracts. However, for specialized data services supporting critical federal programs, this value appears moderate. Larger, multi-year contracts for comprehensive geospatial data infrastructure or enterprise-wide solutions can run into millions or tens of millions of dollars. This specific contract, being a delivery order with a duration of 343 days, suggests a focused, project-based need rather than an ongoing, large-scale data provision.

What are the potential risks associated with relying on CoreLogic for this critical data?

Potential risks include vendor dependency, where the government becomes reliant on CoreLogic's systems and data formats, making future transitions difficult or costly. Data accuracy and integrity are paramount; any errors or omissions in the provided geospatial data could lead to incorrect flood insurance quotes, misallocation of resources, or flawed risk assessments. Furthermore, cybersecurity risks associated with handling sensitive property and location data must be managed. The firm-fixed-price nature mitigates cost overrun risks, but performance risks related to data quality and delivery timeliness remain.

How effective is the National Flood Insurance Program in utilizing this type of data for risk assessment?

The effectiveness of the National Flood Insurance Program (NFIP) in utilizing geospatial data like that provided by CoreLogic is fundamental to its mission. Accurate property structure and location data are essential for precise flood risk mapping, which directly informs insurance rates and policy coverage. By leveraging such data, the NFIP aims to ensure that premiums accurately reflect the level of risk, thereby promoting more informed decisions by property owners and reducing the program's overall financial exposure. The success of this contract hinges on the NFIP's ability to integrate and act upon the data effectively.

What has been the historical spending pattern for similar geospatial data services by the Department of Agriculture?

Analyzing historical spending patterns for similar geospatial data services by the Department of Agriculture (USDA) requires access to historical contract databases. Without that specific data, it's difficult to provide a precise pattern. However, federal agencies, including the USDA, increasingly rely on geospatial data for various functions, from agricultural management and environmental monitoring to disaster response and property assessment. Spending in this area has generally been on an upward trend across the government due to advancements in technology and the growing recognition of data's value. This $859K contract appears to be a specific instance of such spending.

What is the significance of this contract being a 'Delivery Order'?

The designation of this contract as a 'Delivery Order' (aw: DELIVERY ORDER) is significant. It implies that this award is likely part of a larger, pre-existing contract vehicle, such as a Multiple Award Schedule (MAS) contract or a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. Delivery orders are typically used to procure specific quantities of supplies or services at established prices under the terms of the parent contract. This approach allows for flexibility and faster procurement of needed items or services without needing to establish a completely new contract each time, while still benefiting from prior competition.

Industry Classification

NAICS: Finance and InsuranceActivities Related to Credit IntermediationMortgage and Nonmortgage Loan Brokers

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 40 PACIFICA, IRVINE, CA, 92618

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $8,590,040

Exercised Options: $8,590,040

Current Obligation: $8,590,040

Actual Outlays: $6,457,633

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS23F0032U

IDV Type: FSS

Timeline

Start Date: 2025-05-22

Current End Date: 2026-04-30

Potential End Date: 2026-04-30 00:00:00

Last Modified: 2026-02-19

More Contracts from Corelogic Solutions, LLC

View all Corelogic Solutions, LLC federal contracts →

Other Department of Agriculture Contracts

View all Department of Agriculture contracts →

Explore Related Government Spending