DHS FEMA awards $31M for COVID-19 vaccination support in New York

Contract Overview

Contract Amount: $30,952,507 ($31.0M)

Contractor: Active Deployment Systems, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2021-02-20

End Date: 2021-06-23

Contract Duration: 123 days

Daily Burn Rate: $251.6K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TASK ORDER TO ESTABLISH RESPONDER SUPPORT CAMP WRAP AROUND SUPPORT SERVICES FOR COVID-19 VACCINATION CENTERS IN THE STATE OF NEW YORK.

Place of Performance

Location: BROOKLYN, KINGS County, NEW YORK, 11225

State: New York Government Spending

Plain-Language Summary

Department of Homeland Security obligated $31.0 million to ACTIVE DEPLOYMENT SYSTEMS, LLC for work described as: TASK ORDER TO ESTABLISH RESPONDER SUPPORT CAMP WRAP AROUND SUPPORT SERVICES FOR COVID-19 VACCINATION CENTERS IN THE STATE OF NEW YORK. Key points: 1. Contract focuses on essential support services for vaccination sites. 2. Active Deployment Systems, LLC is the primary contractor. 3. Services are critical for operationalizing vaccination efforts. 4. Contract duration spans approximately four months. 5. Geographic focus is on New York State. 6. This is a task order under a larger contract vehicle.

Value Assessment

Rating: good

The contract value of $30.95 million for approximately four months of support services appears reasonable given the critical nature of COVID-19 vaccination efforts. Benchmarking against similar large-scale logistical support contracts during the pandemic would provide a more precise value-for-money assessment. The firm-fixed-price structure suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government. However, without detailed cost breakdowns or comparisons to industry standards for similar services, a definitive assessment of pricing efficiency is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating a specific reason for excluding certain sources, possibly due to specialized capabilities or existing contract vehicles. While not a sole-source award, the exclusion of some potential bidders limits the breadth of competition. The number of bidders is not specified, but the limited competition nature suggests that price discovery might not have reached its full potential compared to a truly open competition. Further details on the exclusion rationale are needed for a complete understanding.

Taxpayer Impact: The limited competition may have resulted in a higher price than could have been achieved through a broader bidding process. Taxpayers may have paid a premium due to the restricted pool of potential contractors.

Public Impact

Residents of New York State benefit from the operational support of vaccination centers. Services include responder support and wrap-around services for vaccination sites. The contract directly supports the federal government's COVID-19 response strategy. Workforce implications include potential employment opportunities for support staff in New York.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited competition could lead to suboptimal pricing.
  • Lack of transparency regarding the exclusion of sources.
  • Potential for cost overruns if scope expands beyond initial estimates.

Positive Signals

  • Supports a critical public health initiative (COVID-19 vaccination).
  • Firm-fixed-price contract shifts cost risk to the contractor.
  • Active Deployment Systems, LLC is tasked with delivering essential services.

Sector Analysis

This contract falls within the Facilities Support Services sector, a broad category encompassing a range of services necessary for the operation and maintenance of facilities. The market for such services is substantial, particularly during large-scale emergency responses like the COVID-19 pandemic. This specific task order addresses a critical need for logistical and operational support at vaccination centers, a segment that saw significant government spending during the public health crisis. Comparable spending benchmarks would likely be found in other large-scale event support or emergency response contracts.

Small Business Impact

The data indicates that small business participation was not a primary focus for this specific contract, as the 'sb' field is false. There is no explicit mention of small business set-asides or subcontracting requirements. This suggests that the primary contractor, Active Deployment Systems, LLC, is likely a larger entity, and opportunities for small businesses may be limited unless they are direct subcontractors to the awardee. Further investigation into subcontracting plans would be necessary to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Homeland Security (DHS) and the Federal Emergency Management Agency (FEMA) contracting officers and program managers. The Inspector General for DHS would have jurisdiction for audits and investigations. Transparency is facilitated through contract award databases like FPDS.gov, though detailed performance metrics and oversight reports are not always publicly available. The firm-fixed-price nature provides some accountability by tying payment to deliverables.

Related Government Programs

  • COVID-19 Vaccination Programs
  • Emergency Response Logistics
  • Federal Facilities Management
  • FEMA Disaster Relief Operations

Risk Flags

  • Limited competition may impact price.
  • Potential for scope creep.
  • Contractor performance history requires verification.

Tags

facilities-support-services, department-of-homeland-security, fema, covid-19, new-york, task-order, firm-fixed-price, limited-competition, emergency-response, logistics-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $31.0 million to ACTIVE DEPLOYMENT SYSTEMS, LLC. TASK ORDER TO ESTABLISH RESPONDER SUPPORT CAMP WRAP AROUND SUPPORT SERVICES FOR COVID-19 VACCINATION CENTERS IN THE STATE OF NEW YORK.

Who is the contractor on this award?

The obligated recipient is ACTIVE DEPLOYMENT SYSTEMS, LLC.

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 $31.0 million.

What is the period of performance?

Start: 2021-02-20. End: 2021-06-23.

What specific wrap-around support services were provided under this task order?

The task order focused on establishing and maintaining responder support for COVID-19 vaccination centers in New York. While 'wrap-around support services' is broad, it typically encompasses a range of operational necessities. This could include site management, logistical coordination, security, sanitation, equipment maintenance, and potentially administrative support to ensure the vaccination sites could operate efficiently and safely. The exact scope would be detailed in the task order's statement of work, which is not fully provided here but would outline the specific duties and responsibilities of Active Deployment Systems, LLC in supporting FEMA's vaccination efforts.

How does the cost of this contract compare to similar pandemic support services?

Directly comparing the $30.95 million cost without detailed service breakdowns and contract durations is challenging. However, during the peak of the COVID-19 pandemic, federal agencies procured numerous large-scale support contracts for vaccination sites, testing centers, and logistical operations. These contracts often ran into tens or hundreds of millions of dollars, reflecting the immense scale and urgency. The firm-fixed-price nature of this award is a positive indicator for value, as it places cost control responsibility on the contractor. A more precise comparison would require benchmarking against contracts with similar service scopes, geographic coverage, and timeframes, ideally from the same period.

What are the potential risks associated with this contract?

Potential risks include the contractor's ability to scale operations effectively within the specified timeframe and geographic area, especially given the dynamic nature of the pandemic. Ensuring consistent service quality across multiple vaccination sites in New York could also pose a challenge. Furthermore, the 'limited competition' aspect raises concerns about whether the government secured the best possible price. Dependence on a single contractor for critical support services also presents a risk if performance issues arise. Finally, unforeseen circumstances related to the pandemic could necessitate scope changes, potentially impacting cost and schedule if not managed carefully.

What was the rationale for 'Full and Open Competition After Exclusion of Sources'?

This contracting method, often referred to as 'other than full and open competition' (OTFOC) under FAR 6.302, is used when specific conditions are met, and it's justified to exclude sources. Common justifications include the need for a unique capability, urgency, or when the contract is a follow-on to a previous competition where only one source is capable of providing the required services. For this task order, the exclusion might have been based on Active Deployment Systems, LLC possessing specific expertise, existing infrastructure, or being the only vendor capable of rapidly deploying the required support services for FEMA's vaccination program in New York. A formal justification document (J&A) would typically detail the specific reasons.

How effective has Active Deployment Systems, LLC been in similar federal contracts?

Assessing the overall effectiveness of Active Deployment Systems, LLC requires a review of their past performance on federal contracts. This would involve examining contract performance reports (CPARs), any past disputes or claims, and their track record on similar large-scale logistical or support service contracts. Without access to this specific performance data, it's difficult to definitively state their effectiveness. However, being awarded a significant task order by FEMA for a critical national effort suggests a level of capability and trust from the agency. Further due diligence would involve searching federal performance databases.

What is the historical spending trend for Facilities Support Services by FEMA?

FEMA's spending on Facilities Support Services can fluctuate significantly based on the level of disaster declarations and emergency responses. During major events like hurricanes, floods, or public health crises such as COVID-19, spending in this category typically surges. The agency relies heavily on contractors for temporary housing, site management, logistics, and operational support for response efforts. Historical data would show peaks in spending corresponding to large-scale emergencies. The $30.95 million for this specific task order represents a notable investment within the Facilities Support Services category, driven by the unprecedented nature of the pandemic response.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70FBR221R00000009

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 173 FM 3237 STE A, WIMBERLEY, TX, 78676

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $55,478,727

Exercised Options: $30,952,507

Current Obligation: $30,952,507

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL ITEM

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HSFE8017D0012

IDV Type: IDC

Timeline

Start Date: 2021-02-20

Current End Date: 2021-06-23

Potential End Date: 2021-06-23 00:00:00

Last Modified: 2022-01-31

More Contracts from Active Deployment Systems, LLC

View all Active Deployment Systems, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending