DHS awards $5.6M for Hazard Mitigation Assistance technical support, with competition and performance to be closely monitored
Contract Overview
Contract Amount: $5,590,518 ($5.6M)
Contractor: CDM Federal Programs Corporation
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-29
End Date: 2026-07-31
Contract Duration: 670 days
Daily Burn Rate: $8.3K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: THIS CALL ORDER WILL PROVIDE NECESSARY TECHNICAL SUPPORT TO THE HAZARD MITIGATION ASSISTANCE PROGRAM OFFICE AND ALL 10 FEMA REGIONS FOR NATIONAL TECHNICAL REVIEW.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $5.6 million to CDM FEDERAL PROGRAMS CORPORATION for work described as: THIS CALL ORDER WILL PROVIDE NECESSARY TECHNICAL SUPPORT TO THE HAZARD MITIGATION ASSISTANCE PROGRAM OFFICE AND ALL 10 FEMA REGIONS FOR NATIONAL TECHNICAL REVIEW. Key points: 1. Contract provides essential technical support for a critical FEMA program. 2. The contract's duration and scope suggest a need for specialized expertise. 3. Performance will be key to ensuring effective hazard mitigation planning. 4. The use of Time and Materials pricing requires careful oversight to control costs. 5. This award falls within the environmental consulting services sector. 6. The contract's value is moderate, but its impact on disaster preparedness is significant.
Value Assessment
Rating: good
The contract value of $5.6 million over approximately two years appears reasonable for specialized technical support. Benchmarking against similar environmental consulting services contracts for government programs would provide a more precise value-for-money assessment. The Time and Materials (T&M) pricing structure, while common for services requiring flexibility, necessitates diligent monitoring of labor hours and rates to ensure cost efficiency and prevent overruns. Without specific performance metrics or historical data for this exact service, a definitive value judgment is challenging, but the amount is not disproportionately high for the stated purpose.
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 fair pricing and encourage high-quality service delivery. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust competition. This approach generally leads to better price discovery and a wider pool of qualified contractors, benefiting the government.
Taxpayer Impact: A full and open competition ensures that taxpayer dollars are used efficiently by fostering a competitive environment that can lead to lower prices and better service quality compared to less competitive solicitations.
Public Impact
Benefits FEMA's Hazard Mitigation Assistance Program by providing crucial technical review. Supports all 10 FEMA regions in their disaster preparedness and mitigation efforts. Enhances the national capacity to respond to and mitigate natural hazards. Indirectly benefits communities by improving the effectiveness of mitigation funding. Supports a workforce of technical consultants specializing in environmental services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns due to Time and Materials pricing structure if not closely managed.
- Dependence on contractor expertise for critical technical reviews requires robust performance monitoring.
- Scope creep could increase costs beyond the initial estimate if not carefully controlled.
Positive Signals
- Awarded through full and open competition, suggesting a competitive market for these services.
- Contract supports a vital national program focused on disaster resilience.
- Clear end date provides a defined period for service delivery and budget planning.
Sector Analysis
This contract falls within the Environmental Consulting Services sector, a market that supports government agencies in navigating complex environmental regulations and program management. The market size for such services is substantial, driven by ongoing federal, state, and local needs for environmental assessment, compliance, and technical assistance. This specific award aligns with federal spending trends in supporting disaster preparedness and resilience initiatives, where specialized technical expertise is often required to manage programs effectively and ensure compliance with environmental standards.
Small Business Impact
The contract details do not indicate any specific small business set-aside provisions. As it was awarded under full and open competition, it is possible that small businesses could have bid, but there is no explicit indication of subcontracting goals or direct benefits to the small business ecosystem from this particular award. Further analysis would be needed to determine if any small businesses were involved as prime contractors or subcontractors.
Oversight & Accountability
Oversight for this contract will likely be managed by the Federal Emergency Management Agency (FEMA) program office responsible for the Hazard Mitigation Assistance Program. The Time and Materials (T&M) pricing structure necessitates close monitoring of contractor hours, labor categories, and rates to ensure compliance with contract terms and prevent cost overruns. Performance metrics, if defined in the contract, will be crucial for accountability. Transparency is generally maintained through federal contract databases, but detailed operational oversight rests with the contracting officer and program managers.
Related Government Programs
- Hazard Mitigation Assistance Program
- FEMA Disaster Relief Fund
- Environmental Consulting Services
- Federal Emergency Management Agency Programs
Risk Flags
- Time and Materials pricing requires diligent oversight.
- Performance quality is critical for program effectiveness.
- Potential for scope creep impacting cost and schedule.
Tags
environmental-consulting, dhs, fema, hazard-mitigation, technical-support, full-and-open-competition, time-and-materials, district-of-columbia, professional-services, disaster-preparedness
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $5.6 million to CDM FEDERAL PROGRAMS CORPORATION. THIS CALL ORDER WILL PROVIDE NECESSARY TECHNICAL SUPPORT TO THE HAZARD MITIGATION ASSISTANCE PROGRAM OFFICE AND ALL 10 FEMA REGIONS FOR NATIONAL TECHNICAL REVIEW.
Who is the contractor on this award?
The obligated recipient is CDM FEDERAL PROGRAMS CORPORATION.
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 $5.6 million.
What is the period of performance?
Start: 2024-09-29. End: 2026-07-31.
What is the historical spending pattern for technical support services related to the Hazard Mitigation Assistance Program?
Analyzing historical spending for technical support related to FEMA's Hazard Mitigation Assistance Program (HMA) is crucial for understanding trends and establishing benchmarks. While specific data for this exact call order is limited, FEMA generally allocates significant resources to program administration and technical assistance to ensure effective implementation of mitigation grants. Past spending may reveal fluctuations tied to major disaster events and subsequent program expansions or reviews. Examining previous contracts for similar technical review or consulting services within HMA can provide insights into average contract values, durations, and the types of services procured. This historical context helps in assessing whether the current $5.6 million award is consistent with past investments or represents a notable increase or decrease, potentially driven by evolving program needs or policy changes. Without direct historical data for this specific service category, comparisons to broader environmental consulting contracts awarded by FEMA or DHS can offer a proxy for assessing the scale and nature of this expenditure.
How does the Time and Materials (T&M) pricing structure compare to other contract types for similar environmental consulting services?
Time and Materials (T&M) contracts are often used when the scope of work is not clearly defined at the outset or is expected to evolve, which can be common in technical consulting roles. For environmental consulting services, T&M offers flexibility, allowing the government to adjust the level of effort as needed. However, it also presents a higher risk of cost overruns compared to fixed-price contracts, as the final cost is directly tied to the hours worked and the rates charged. Compared to Firm-Fixed-Price (FFP) contracts, T&M provides less cost certainty for the government but can be more responsive to changing requirements. Labor Hour (LH) contracts are similar to T&M but typically do not include material costs. The suitability of T&M depends on the agency's ability to closely monitor contractor performance and control the scope of work. For services like technical review, where the exact effort might be hard to predict, T&M can be appropriate if robust oversight mechanisms are in place.
What are the key performance indicators (KPIs) likely to be used to evaluate the contractor's performance on this call order?
Key Performance Indicators (KPIs) for this technical support contract would likely focus on the quality, timeliness, and accuracy of the technical reviews provided to the Hazard Mitigation Assistance Program (HMA) office and FEMA regions. Specific KPIs could include: 1. **Accuracy of Reviews:** Measured by the percentage of reviews that are found to be technically sound, identify critical issues, and adhere to established guidelines, with minimal need for rework or correction by FEMA staff. 2. **Timeliness of Delivery:** Tracking the completion rate of assigned technical reviews within the agreed-upon or standard turnaround times. This could be measured as a percentage of reviews completed on schedule. 3. **Clarity and Completeness of Reports:** Assessing the quality of written reports and documentation generated by the contractor, ensuring they are clear, comprehensive, and actionable for program decision-making. 4. **Responsiveness:** Evaluating the contractor's ability to respond promptly to requests for information or clarification from FEMA staff and regional offices. 5. **Adherence to Program Requirements:** Ensuring the contractor's technical support consistently aligns with the objectives and regulations of the Hazard Mitigation Assistance Program. Performance would likely be assessed through regular progress reports, feedback from FEMA program managers, and potentially formal quality assurance reviews.
What is the potential impact of this contract on FEMA's ability to effectively administer hazard mitigation funds?
This contract is designed to directly enhance FEMA's capacity to effectively administer hazard mitigation funds by providing essential technical support for national technical reviews. The Hazard Mitigation Assistance (HMA) program, which includes grants like the Building Resilient Infrastructure and Communities (BRIC) program, requires rigorous review of project applications to ensure they meet eligibility criteria, are technically sound, and will achieve the intended mitigation outcomes. By securing specialized technical expertise through CDM Federal Programs Corporation, FEMA can ensure that these reviews are conducted thoroughly and efficiently across all 10 regions. This support is critical for verifying the feasibility and effectiveness of proposed mitigation projects, thereby preventing the misallocation of funds and maximizing the impact of federal investments in reducing disaster risk. Improved technical review can lead to better project selection, more resilient infrastructure, and ultimately, greater cost savings for taxpayers by avoiding future disaster-related damages.
Are there any specific risks associated with CDM Federal Programs Corporation's track record for similar government contracts?
Assessing the track record of CDM Federal Programs Corporation (CDM-FP) for similar government contracts is important for understanding potential risks. CDM-FP, a subsidiary of CDM Smith, has a history of performing large-scale environmental and engineering consulting services for various federal agencies, including FEMA and the Department of Defense. Generally, their performance has been viewed positively, often involving complex projects related to environmental compliance, infrastructure, and disaster recovery. However, as with any large contractor performing numerous government engagements, specific risks can arise. These might include past performance issues on specific contracts related to schedule delays, cost overruns (particularly on T&M contracts if not well-managed), or challenges in meeting specific technical requirements. A thorough review of past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS) would be necessary to identify any recurring issues or specific concerns related to their work on similar technical support or program management contracts. Without access to detailed CPART data for CDM-FP, it's difficult to pinpoint specific risks beyond the general challenges inherent in large government service contracts.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Environmental 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: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 10306 EATON PL STE 220, FAIRFAX, VA, 22030
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $5,590,518
Exercised Options: $5,590,518
Current Obligation: $5,590,518
Actual Outlays: $817,786
Subaward Activity
Number of Subawards: 7
Total Subaward Amount: $1,044,131
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70FA6023A00000006
IDV Type: BPA
Timeline
Start Date: 2024-09-29
Current End Date: 2026-07-31
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2026-02-02
More Contracts from CDM Federal Programs Corporation
- This Remedial Action Contract 2 Full Service (RAC 2 FS) for Epa's Region 8 Provides Professional Architect/Engineer, Technical, and Management Services to Support Remedial Response, Enforcement Oversight and Non-Time Critical Removal Activities Under Cercla, AS Amended by Sara; and the Robert T. Stafford Disaster Relief and Emergency Assistance ACT Pursuant to the Federal Response Plan (FRP) and Other Laws to Help Address And/Or Mitigate Endangerment to the Public Health, Welfare or Environment, and to Support States and Communities in Preparing for Responses to Releases of Hazardous Substances, AS Well AS Counter-Terrorism — $145.9M (Environmental Protection Agency)
- Region III Racs II — $51.5M (Environmental Protection Agency)
- R10 DES - Portland Harbor Superfund Site Remedial Design Services — $46.0M (Environmental Protection Agency)
- RIO Puerto Nuevo, Contract 4 — $20.7M (Department of Defense)
- EPA Region 8 DES Task Order Silver BOW Creek / Butte Area Superfund Site (sbcba) Butte Mine Flooding OU3; Rocker OU7; Butte Priority Soils OU8 — $15.0M (Environmental Protection Agency)
View all CDM Federal Programs Corporation federal contracts →
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)