FEMA awards $4.6M for climate resilience support, highlighting administrative consulting needs

Contract Overview

Contract Amount: $4,615,548 ($4.6M)

Contractor: Strategic Resolution Experts Inc

Awarding Agency: Department of Homeland Security

Start Date: 2023-06-02

End Date: 2025-04-24

Contract Duration: 692 days

Daily Burn Rate: $6.7K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: CLIMATE RESILIENCE SUPPORT SERVICES

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $4.6 million to STRATEGIC RESOLUTION EXPERTS INC for work described as: CLIMATE RESILIENCE SUPPORT SERVICES Key points: 1. Contract focuses on administrative management and general management consulting, indicating a need for expert guidance in complex policy areas. 2. The award was made under a Blanket Purchase Agreement (BPA) Call, suggesting a pre-established framework for efficient procurement. 3. A firm-fixed-price contract type suggests predictable costs for the government, mitigating budget uncertainty. 4. The duration of the contract (692 days) allows for sustained support in climate resilience efforts. 5. The geographic focus on Washington D.C. aligns with the concentration of federal agencies and policy-making activities.

Value Assessment

Rating: good

The contract value of $4.6 million for administrative management and general management consulting services appears reasonable given the scope of supporting climate resilience efforts. Benchmarking against similar contracts for specialized consulting in policy development and implementation would provide a more precise value assessment. The firm-fixed-price structure helps control costs. However, without specific deliverables or performance metrics, a definitive value-for-money assessment is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The use of a BPA Call suggests that a competitive process likely occurred at the BPA level, with this call representing a specific task order. The level of competition at the call level is not explicitly detailed, but the initial full and open competition for the BPA itself is a positive sign for price discovery.

Taxpayer Impact: Full and open competition generally leads to better pricing for taxpayers by encouraging a wider range of vendors to offer competitive bids, driving down costs and improving service quality.

Public Impact

Federal agencies, particularly FEMA, will benefit from enhanced support in developing and implementing climate resilience strategies. The services delivered will likely involve policy analysis, strategic planning, and program management related to climate change adaptation. The primary geographic impact is within Washington D.C., where federal policy is shaped and coordinated. The contract supports a specialized consulting workforce, contributing to the professional services sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the professional, scientific, and technical services sector, specifically administrative and management consulting. This sector is crucial for government agencies needing specialized expertise to navigate complex challenges like climate change. Spending in this area often supports policy development, strategic planning, and program execution. Comparable spending benchmarks would involve analyzing other federal contracts for similar consulting services related to environmental policy, disaster preparedness, and resilience planning.

Small Business Impact

The contract does not indicate any specific small business set-aside provisions. As it was awarded under full and open competition, there is potential for small businesses to participate as subcontractors if they possess the required expertise. However, the primary awardee is a large business, suggesting that direct subcontracting opportunities for small businesses may be limited unless specifically sought by the prime contractor.

Oversight & Accountability

Oversight will likely be managed by the Federal Emergency Management Agency (FEMA) contracting officers and program managers. Accountability measures are inherent in the firm-fixed-price contract, requiring the contractor to deliver specified services within the agreed budget. Transparency is facilitated by the public nature of federal contract awards, though detailed performance reports may not be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

climate-resilience, administrative-support, management-consulting, fema, department-of-homeland-security, district-of-columbia, full-and-open-competition, bpa-call, firm-fixed-price, professional-services, policy-development

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $4.6 million to STRATEGIC RESOLUTION EXPERTS INC. CLIMATE RESILIENCE SUPPORT SERVICES

Who is the contractor on this award?

The obligated recipient is STRATEGIC RESOLUTION EXPERTS INC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Federal Emergency Management Agency).

What is the total obligated amount?

The obligated amount is $4.6 million.

What is the period of performance?

Start: 2023-06-02. End: 2025-04-24.

What specific climate resilience challenges is FEMA seeking to address with these consulting services?

The contract data indicates a broad need for 'Climate Resilience Support Services' under 'Administrative Management and General Management Consulting Services.' While the specific challenges are not detailed in the award notice, FEMA's mandate includes preparing for, protecting against, responding to, and recovering from natural disasters and other emergencies, many of which are exacerbated by climate change. These services likely aim to enhance FEMA's strategic planning, policy development, program implementation, and interagency coordination related to climate adaptation, mitigation, and resilience-building efforts across various federal programs and initiatives.

How does the $4.6 million award compare to typical spending on similar climate resilience consulting contracts?

A direct comparison of the $4.6 million award to 'typical' spending is challenging without more granular data on the specific services rendered. However, this amount is moderate for a federal consulting contract of this nature, especially considering the broad scope implied by 'climate resilience support.' Larger, more complex engagements involving extensive research, modeling, or nationwide program implementation could easily exceed tens of millions of dollars. Conversely, smaller, task-specific consulting efforts might fall below this threshold. The value is likely influenced by the contractor's expertise, the duration of support, and the specific deliverables expected by FEMA.

What are the key performance indicators (KPIs) or deliverables expected under this contract?

The provided contract data does not specify the key performance indicators (KPIs) or detailed deliverables for this 'Climate Resilience Support Services' contract. Typically, such contracts would outline specific outputs like strategic plans, policy recommendations, risk assessments, program evaluations, or training materials. The firm-fixed-price nature suggests that the contractor is obligated to provide defined services or outcomes for the agreed-upon price. Without access to the full contract statement of work, a precise understanding of the expected performance outcomes remains unavailable.

What is the track record of Strategic Resolution Experts Inc. in providing climate resilience or related consulting services to the federal government?

Strategic Resolution Experts Inc. (SRE) has a history of providing management and consulting services to federal agencies. While the specific data provided does not detail their experience exclusively in climate resilience, their classification under NAICS code 541611 (Administrative Management and General Management Consulting Services) suggests a capability in strategic planning, organizational improvement, and policy support. A deeper dive into SRE's contract history, potentially through resources like FPDS or SAM.gov, would reveal the extent and nature of their past performance in areas directly related to climate resilience, disaster management, or environmental policy.

What is the potential risk associated with relying on external consultants for climate resilience strategy?

The primary risk associated with relying on external consultants for climate resilience strategy is the potential lack of institutional knowledge transfer and long-term capacity building within the agency. Consultants bring specialized expertise for a defined period, but their departure may leave the agency without the internal capability to sustain or evolve the strategies developed. Other risks include potential misalignment between consultant recommendations and agency operational realities, cost overruns if the scope is not well-defined, and the possibility of generic solutions not tailored to the agency's unique context. Effective oversight and a focus on collaborative strategy development can mitigate these risks.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 778 VEGAS VALLEY DRIVE, LAS VEGAS, NV, 89109

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $7,331,624

Exercised Options: $4,615,548

Current Obligation: $4,615,548

Actual Outlays: $4,114,098

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70FA4021A00000023

IDV Type: BPA

Timeline

Start Date: 2023-06-02

Current End Date: 2025-04-24

Potential End Date: 2025-04-24 00:00:00

Last Modified: 2026-01-15

More Contracts from Strategic Resolution Experts Inc

View all Strategic Resolution Experts Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending