FEMA's $175K Transitional Sheltering Assistance readiness contract awarded to Corporate Lodging Consultants, Inc

Contract Overview

Contract Amount: $174,998 ($175.0K)

Contractor: Corporate Lodging Consultants, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2022-10-16

End Date: 2022-11-14

Contract Duration: 29 days

Daily Burn Rate: $6.0K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TRANSITIONAL SHELTERING ASSISTANCE - READINESS SERVICES

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $174,997.68 to CORPORATE LODGING CONSULTANTS, INC. for work described as: TRANSITIONAL SHELTERING ASSISTANCE - READINESS SERVICES Key points: 1. Contract value appears modest, suggesting a focused scope for readiness services. 2. The 'All Other Travel Arrangement and Reservation Services' NAICS code indicates a niche service area. 3. A short duration of 29 days points to a specific, time-bound operational need. 4. The contract was awarded under full and open competition, suggesting a competitive bidding process. 5. Fixed-price contract type helps mitigate cost overrun risks for the government. 6. The service area is limited to Washington D.C., indicating a localized operational focus.

Value Assessment

Rating: good

The contract value of approximately $175,000 for a 29-day period for readiness services is relatively small in the context of federal emergency management spending. Benchmarking this specific 'readiness' service is challenging without more detail on the deliverables. However, the fixed-price nature of the award suggests that the government aimed to secure services at a predetermined cost, which is generally a positive indicator for value. Compared to larger, longer-term contracts for disaster response logistics, this appears to be a targeted investment in preparedness.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition,' indicating that all responsible sources were permitted to submit a bid. While the number of bidders is not specified, this method of procurement generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The use of a BPA Call suggests that a broader agreement was already in place, and this call was made against that existing framework.

Taxpayer Impact: Full and open competition maximizes the potential for competitive pricing, ensuring that taxpayer dollars are used efficiently for these readiness services.

Public Impact

This contract supports the readiness of the Federal Emergency Management Agency (FEMA) for transitional sheltering assistance operations. It aims to ensure that necessary travel and reservation services are in place should a need arise. The primary beneficiaries are potentially disaster-affected populations who would rely on FEMA's sheltering capabilities. The geographic impact is focused on Washington D.C., suggesting readiness planning for events or operations within the capital. The contract likely involves coordination with travel and lodging providers, potentially impacting those businesses.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The travel arrangement and reservation services sector is highly competitive, with numerous providers ranging from large online travel agencies to specialized corporate booking services. Federal contracts in this space often involve complex requirements for duty of care, reporting, and compliance. FEMA's use of such services for readiness indicates a strategic approach to ensuring logistical support is available during emergencies. Comparable spending benchmarks are difficult to establish without knowing the exact scope of 'readiness services,' but federal spending on travel and lodging for operational support is substantial.

Small Business Impact

The provided data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, small businesses would have had to compete directly with larger entities under the full and open competition. There is no information available regarding subcontracting plans or their impact on the small business ecosystem. Without a set-aside, the direct impact on small businesses participating in this specific contract is likely minimal unless they were prime contractors.

Oversight & Accountability

Oversight for this contract would fall under the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. As a firm fixed-price contract awarded through full and open competition, standard procurement regulations and oversight apply. Transparency is facilitated by the public nature of contract awards. Specific performance monitoring would be conducted by the contracting officer's representative (COR) to ensure the readiness services meet the defined requirements within the specified timeframe and budget. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

fema, department-of-homeland-security, travel-arrangement-reservation-services, full-and-open-competition, firm-fixed-price, bpa-call, readiness-services, transitional-sheltering-assistance, district-of-columbia, small-contract-value

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $174,997.68 to CORPORATE LODGING CONSULTANTS, INC.. TRANSITIONAL SHELTERING ASSISTANCE - READINESS SERVICES

Who is the contractor on this award?

The obligated recipient is CORPORATE LODGING CONSULTANTS, 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 $174,997.68.

What is the period of performance?

Start: 2022-10-16. End: 2022-11-14.

What specific 'readiness services' were procured under this contract, and what were the key performance indicators (KPIs)?

The provided data identifies the contract as 'TRANSITIONAL SHELTERING ASSISTANCE - READINESS SERVICES' under NAICS code 561599 (All Other Travel Arrangement and Reservation Services). However, the specific deliverables and Key Performance Indicators (KPIs) are not detailed in the summary data. Typically, readiness services in this context could include establishing pre-negotiated rates with lodging providers, developing communication protocols for rapid deployment of reservations, training staff on shelter logistics, or creating contingency plans for travel disruptions. Without access to the full contract statement of work (SOW), it is impossible to ascertain the precise services rendered or how their effectiveness was measured. The short duration (29 days) suggests a focused, perhaps preparatory, task rather than ongoing operational support.

How does the $175,000 contract value compare to similar FEMA readiness contracts or broader travel services procurements?

The contract value of approximately $175,000 is relatively modest for a federal contract, especially within the emergency management domain. FEMA often manages large-scale contracts for disaster response and recovery that can run into millions or even billions of dollars. This specific contract's value suggests a limited scope, possibly focused on a particular region (Washington D.C.) or a specific aspect of readiness for the Transitional Sheltering Assistance program. Benchmarking against 'similar' readiness contracts is difficult without more granular data on the specific services provided. However, compared to large-scale logistical support contracts, this appears to be an investment in planning and preparation rather than immediate operational deployment. General federal spending on travel and reservation services is substantial, but this contract's value is likely within the lower range for specialized support.

What is the track record of Corporate Lodging Consultants, Inc. with federal contracts, particularly with FEMA or DHS?

Corporate Lodging Consultants, Inc. (CLC) has a history of receiving federal contracts. While the provided data focuses on this specific award, a deeper analysis would involve reviewing CLC's contract history across federal databases like SAM.gov or FPDS. This would reveal the volume, value, and types of contracts they have secured, including any prior work with FEMA or the Department of Homeland Security (DHS). Examining past performance, including any reported issues or successes, would provide context for their reliability and capability in fulfilling government requirements. Without that broader historical data, assessing their track record specifically for this type of readiness service remains limited to the information available for this single contract.

What are the potential risks associated with a short-duration, fixed-price contract for readiness services?

Short-duration contracts, like this 29-day award, can present risks if the 'readiness' need extends beyond the contract period, potentially requiring a new, competitive procurement or costly extensions. A firm fixed-price structure mitigates cost overrun risks for the government, but it places the risk of underestimation or unforeseen challenges on the contractor. If the contractor underestimates the effort required to establish readiness, they might cut corners, potentially impacting the quality or completeness of the preparedness measures. Conversely, if the contractor accurately prices a potentially complex readiness task into a fixed price, the government might be paying a premium. The limited timeframe also means less opportunity for the government to observe and correct performance issues during the contract execution.

How does the 'All Other Travel Arrangement and Reservation Services' NAICS code align with FEMA's mission for Transitional Sheltering Assistance?

The NAICS code 561599, 'All Other Travel Arrangement and Reservation Services,' aligns with FEMA's mission for Transitional Sheltering Assistance (TSA) by addressing the logistical needs associated with housing displaced individuals. TSA is activated following major disasters to provide funding for temporary lodging when residents are unable to return to their homes. This requires efficient and effective travel and reservation services to secure hotel rooms, coordinate transportation, and manage booking details for affected populations and potentially response personnel. While FEMA's core mission is disaster response and recovery, the underlying logistical support, including travel and lodging arrangements, is crucial for the successful implementation of programs like TSA. This contract likely focuses on ensuring the infrastructure and services are in place to facilitate such lodging arrangements rapidly when needed.

What does the limited geographic scope (District of Columbia) imply for this readiness contract?

The contract's specified service area being limited to the District of Columbia (DC) suggests that this particular readiness effort was focused on potential needs within the nation's capital. This could be due to specific threats, planned events, or the concentration of federal assets and personnel in the area that might require sheltering or logistical support. It implies that the 'readiness' services procured were tailored to the unique context of DC, potentially involving coordination with local authorities or specific types of facilities available in the region. This localized focus allows for more targeted planning and resource allocation compared to a nationwide readiness initiative, potentially making the contract more cost-effective for its specific objective.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesTravel Arrangement and Reservation ServicesAll Other Travel Arrangement and Reservation Services

Product/Service Code: TRANSPORT, TRAVEL, RELOCATIONTRAVEL, LODGING, RECRUITMENT SVCS

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

Parent Company: Corpay, Inc

Address: 8111 E 32ND ST N, WICHITA, KS, 67226

Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $174,998

Exercised Options: $174,998

Current Obligation: $174,998

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QMCB21A0003

IDV Type: BPA

Timeline

Start Date: 2022-10-16

Current End Date: 2022-11-14

Potential End Date: 2026-04-10 00:00:00

Last Modified: 2026-04-09

More Contracts from Corporate Lodging Consultants, Inc.

View all Corporate Lodging Consultants, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending