FEMA awards $545K for portable toilets in Kentucky disaster relief, using competed SAP
Contract Overview
Contract Amount: $54,534 ($54.5K)
Contractor: Buildsmore Construction LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-08-05
End Date: 2024-10-04
Contract Duration: 60 days
Daily Burn Rate: $909/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: FIRM FIXED PRICE PURCHASE ORDER FOR THE PROCUREMENT OF ADA COMPLIANT AND NON-ADA PORTABLE TOILETS IN SUPPORT OF DR-4804-KY.
Place of Performance
Location: FRANKFORT, FRANKLIN County, KENTUCKY, 40601
State: Kentucky Government Spending
Plain-Language Summary
Department of Homeland Security obligated $54,534 to BUILDSMORE CONSTRUCTION LLC for work described as: FIRM FIXED PRICE PURCHASE ORDER FOR THE PROCUREMENT OF ADA COMPLIANT AND NON-ADA PORTABLE TOILETS IN SUPPORT OF DR-4804-KY. Key points: 1. Spending focuses on essential disaster recovery services. 2. Competition method (SAP) suggests potential for good pricing. 3. Risk is moderate, tied to timely delivery and quality. 4. Sector is Construction/Services, supporting emergency response.
Value Assessment
Rating: good
The firm fixed price contract for portable toilets appears reasonable given the emergency nature and specific requirements (ADA compliance). Benchmarking against similar disaster relief procurements would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under Simplified Acquisition Procedures (SAP), indicating a competitive process for smaller dollar amounts. This method generally allows for efficient price discovery and fair market pricing.
Taxpayer Impact: Taxpayer funds are used for essential disaster relief, providing necessary sanitation services to affected areas.
Public Impact
Ensures sanitation in disaster-stricken areas. Supports recovery efforts in Kentucky following DR-4804-KY. Provides critical infrastructure for affected populations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delivery delays in disaster zones.
- Ensuring ADA compliance across all units.
- Availability of services post-initial contract period.
Positive Signals
- Clear need for services.
- Competitive procurement process.
- Firm fixed price contract limits cost overrun risk.
Sector Analysis
This procurement falls within the construction and facilities support sector, specifically related to emergency response services. Spending benchmarks for disaster relief sanitation are highly variable based on event scale and duration.
Small Business Impact
While the contract was competed, there is no specific indication of set-asides for small businesses in the provided data. Further analysis would be needed to determine if small businesses had a fair opportunity to compete.
Oversight & Accountability
The Federal Emergency Management Agency (FEMA) is responsible for overseeing this contract. Standard procurement oversight processes should apply, focusing on contract performance and delivery.
Related Government Programs
- Septic Tank and Related Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Potential for delivery delays due to disaster conditions.
- Ensuring consistent ADA compliance.
- Availability and maintenance of units.
- Adequate waste disposal capacity.
Tags
septic-tank-and-related-services, department-of-homeland-security, ky, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $54,534 to BUILDSMORE CONSTRUCTION LLC. FIRM FIXED PRICE PURCHASE ORDER FOR THE PROCUREMENT OF ADA COMPLIANT AND NON-ADA PORTABLE TOILETS IN SUPPORT OF DR-4804-KY.
Who is the contractor on this award?
The obligated recipient is BUILDSMORE CONSTRUCTION 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 $54,534.
What is the period of performance?
Start: 2024-08-05. End: 2024-10-04.
What is the cost per unit for ADA compliant vs. non-ADA compliant toilets?
The provided data does not break down the cost per unit for ADA compliant versus non-ADA compliant portable toilets. The total award amount is for a mix of both. A detailed breakdown would be necessary to assess the cost-effectiveness of each type and ensure fair pricing for the specific requirements.
What are the specific risks associated with the 'Septic Tank and Related Services' NAICS code in a disaster zone?
Risks include potential damage to existing infrastructure, limited access for service vehicles due to debris or damaged roads, and increased demand straining available resources. Ensuring proper waste disposal and environmental compliance in a chaotic environment also presents significant challenges.
How effectively will these portable toilets address the long-term sanitation needs post-disaster?
The current contract duration is 60 days, suggesting it addresses immediate post-disaster needs. Long-term effectiveness depends on FEMA's subsequent plans for sanitation infrastructure. If the disaster's impact is prolonged, additional contracts or permanent solutions will be required.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Remediation and Other Waste Management Services › Septic Tank and Related Services
Product/Service Code: LEASE/RENT FACILITIES › LEASE/RENTAL OF BUILDINGS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 70FBR424R00000020
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 5889 IRONWORKS RD, WINCHESTER, KY, 40391
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $54,534
Exercised Options: $54,534
Current Obligation: $54,534
Actual Outlays: $54,534
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2024-08-05
Current End Date: 2024-10-04
Potential End Date: 2024-10-04 00:00:00
Last Modified: 2026-04-01
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)