FEMA awards $151.7M contract to Parliament LLC for public safety support in Florida disaster relief
Contract Overview
Contract Amount: $151,730 ($151.7K)
Contractor: Parliament LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-04-02
End Date: 2026-05-01
Contract Duration: 394 days
Daily Burn Rate: $385/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PARLIAMENT, LLC. BPA CALL ORDER ALIGNS WITH THE EXCLUSION PROVIDED WITHIN EXECUTIVE ORDER 14222, ALERT 25-07 2(D), AS IT RELATES TO ONE OF THE DESIGNATED CATEGORIES: PUBLIC SAFETY IN SUPPORT OF DR4828-4834FL.
Place of Performance
Location: BEACHWOOD, CUYAHOGA County, OHIO, 44122
State: Ohio Government Spending
Plain-Language Summary
Department of Homeland Security obligated $151,730 to PARLIAMENT LLC for work described as: PARLIAMENT, LLC. BPA CALL ORDER ALIGNS WITH THE EXCLUSION PROVIDED WITHIN EXECUTIVE ORDER 14222, ALERT 25-07 2(D), AS IT RELATES TO ONE OF THE DESIGNATED CATEGORIES: PUBLIC SAFETY IN SUPPORT OF DR4828-4834FL. Key points: 1. Contract value of $151.7 million represents a significant investment in disaster response capabilities. 2. Competition under SAP suggests a streamlined procurement process, potentially impacting price discovery. 3. The contract's alignment with Executive Order 14222 indicates a focus on specific public safety needs. 4. Fixed-price contract type offers cost certainty for the government, shifting risk to the contractor. 5. The duration of 394 days suggests a medium-term operational requirement for the services. 6. Awarded to Parliament LLC, a single contractor, raising questions about broader market engagement.
Value Assessment
Rating: fair
The contract value of $151.7 million for disaster relief support is substantial. Without specific benchmarks for similar public safety support contracts during disaster recovery, a direct value-for-money assessment is challenging. The fixed-price nature provides cost certainty, but the absence of detailed cost breakdowns or comparisons to market rates for comparable services makes it difficult to definitively assess pricing efficiency. Further analysis would require understanding the specific deliverables and comparing them to industry standards.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP (Simplified Acquisition Procedures), which typically involves a more limited competition than full and open procedures. While the data indicates 5 offers were received, the specific parameters of SAP and the nature of the requirement may have restricted the pool of potential bidders. The level of competition, while present, might not have been sufficient to drive the most aggressive pricing.
Taxpayer Impact: Limited competition under SAP may result in higher costs for taxpayers compared to a fully competed contract with a larger number of bidders, as it potentially reduces price pressure.
Public Impact
The primary beneficiaries are residents and communities in Florida impacted by disasters DR4828-4834FL, receiving essential public safety support. Services delivered are crucial for maintaining public safety and order during and after declared disaster events. The geographic impact is concentrated in Ohio, where the contractor is based, but the services are intended for Florida. Workforce implications may include the mobilization of personnel for disaster response operations, potentially creating temporary employment opportunities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP could lead to suboptimal pricing for taxpayers.
- Lack of detailed cost breakdown makes it difficult to verify fair and reasonable pricing.
- Contract duration and value warrant close monitoring for performance and potential scope creep.
Positive Signals
- Contract aligns with specific executive order requirements for public safety.
- Fixed-price contract provides cost certainty for the government.
- Multiple offers received, indicating some level of market interest despite SAP competition.
Sector Analysis
This contract falls within the broader government services sector, specifically focusing on emergency management and public safety support. The market for disaster response services is often characterized by urgent needs and specialized capabilities. While specific market size data for this niche is not readily available, it is a critical component of national security and emergency preparedness spending. Comparable spending benchmarks would typically be found within FEMA's historical disaster relief operations.
Small Business Impact
The provided data does not indicate any small business set-aside provisions for this contract, nor does it specify subcontracting plans. Therefore, the direct impact on the small business ecosystem is unclear. Without specific set-aside goals or reporting requirements, it is unlikely that this large contract will significantly benefit small businesses unless they are part of Parliament LLC's subcontracting chain, which is not detailed here.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Homeland Security's Federal Emergency Management Agency (FEMA). Accountability measures are inherent in the fixed-price contract structure, requiring delivery of specified services. Transparency is facilitated through contract award databases, though detailed performance metrics and cost justifications may not be publicly available. The Inspector General for DHS would have jurisdiction over any potential fraud, waste, or abuse.
Related Government Programs
- FEMA Disaster Relief Fund
- Public Safety Grants
- Emergency Management Services
- Homeland Security Contracts
Risk Flags
- Potential for cost overruns if disaster conditions are more severe or prolonged than anticipated.
- Risk of contractor performance issues due to the complexities of disaster response operations.
- Limited competition may impact overall value for money achieved.
- Clarity of specific 'public safety support' deliverables needs further definition.
Tags
sector-other, agency-dhs, agency-fema, geography-florida, geography-ohio, contract-type-bpa-call-order, contract-type-firm-fixed-price, competition-level-limited, size-category-large, procurement-method-sap, service-public-safety, service-disaster-response
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $151,730 to PARLIAMENT LLC. PARLIAMENT, LLC. BPA CALL ORDER ALIGNS WITH THE EXCLUSION PROVIDED WITHIN EXECUTIVE ORDER 14222, ALERT 25-07 2(D), AS IT RELATES TO ONE OF THE DESIGNATED CATEGORIES: PUBLIC SAFETY IN SUPPORT OF DR4828-4834FL.
Who is the contractor on this award?
The obligated recipient is PARLIAMENT 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 $151,730.
What is the period of performance?
Start: 2025-04-02. End: 2026-05-01.
What is Parliament LLC's track record with similar federal contracts, particularly in disaster response?
Information regarding Parliament LLC's specific track record with similar federal contracts, especially in disaster response, is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on previous government engagements. Without this historical context, it is difficult to gauge their experience and reliability in fulfilling the requirements of this significant contract. Further due diligence would involve searching federal procurement databases and performance reporting systems for relevant past performance information.
How does the $151.7 million contract value compare to similar disaster response support contracts awarded by FEMA?
Comparing the $151.7 million contract value to similar disaster response support contracts requires access to a broader dataset of FEMA's historical awards. Without specific benchmarks for comparable services (e.g., temporary housing, logistical support, security during disasters), it is challenging to definitively state whether this award represents a fair market price or exceptional value. Factors such as the scale of the disaster, the duration of support, and the specific services required significantly influence contract values. A detailed analysis would involve identifying contracts with similar scopes of work and geographic focus during past disaster declarations.
What are the specific public safety services to be delivered under this contract, and how are they defined?
The provided data indicates the contract is for 'public safety support in support of DR4828-4834FL,' aligning with Executive Order 14222. However, the specific nature of these public safety services is not detailed. This could encompass a wide range of activities, such as security, emergency communications, temporary infrastructure support, or coordination services. A thorough understanding of the Statement of Work (SOW) or Performance Work Statement (PWS) is necessary to define the exact deliverables, performance standards, and expected outcomes. Without this detailed scope, assessing the contract's effectiveness and value is limited.
What is the rationale for using Simplified Acquisition Procedures (SAP) for a contract of this magnitude?
The use of Simplified Acquisition Procedures (SAP) for a contract valued at $151.7 million, while seemingly high for SAP thresholds, is permissible under certain conditions, particularly for urgent needs or specific categories defined by policy. Executive Order 14222 and the specific disaster declarations (DR4828-4834FL) might have justified the use of SAP for expedited procurement. SAP aims to reduce administrative burden and speed up the acquisition process for goods and services below certain dollar thresholds, though these thresholds can be adjusted. The rationale likely centers on the urgency of public safety needs during disaster recovery, prioritizing rapid deployment of resources over extensive competition.
What are the potential risks associated with a fixed-price contract for disaster response services?
Fixed-price contracts offer cost certainty to the government but can introduce risks for both parties in dynamic environments like disaster response. For the contractor (Parliament LLC), risks include underestimating costs, unforeseen logistical challenges, or extended operational periods, potentially leading to reduced profit margins or even losses. For the government, risks include the contractor potentially cutting corners on quality or scope to maintain profitability if costs escalate unexpectedly. Effective oversight and clear performance metrics are crucial to mitigate these risks and ensure the required level of public safety support is delivered without compromising quality or exceeding the agreed-upon price.
Industry Classification
NAICS: Real Estate and Rental and Leasing › Lessors of Real Estate › Lessors of Residential Buildings and Dwellings
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2427 BRENTWOOD RD, BEACHWOOD, OH, 44122
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $151,730
Exercised Options: $151,730
Current Obligation: $151,730
Actual Outlays: $78,265
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70FBR425A00000015
IDV Type: BPA
Timeline
Start Date: 2025-04-02
Current End Date: 2026-05-01
Potential End Date: 2026-10-31 00:00:00
Last Modified: 2026-04-02
More Contracts from Parliament LLC
- Parliament: the Purpose of This Call Order IS to Execute a Second Consolidation of Prior Call Orders and Extend Direct Lease Services in Support of Dr-4724-Hi Maui Wildfires Recovery Efforts. This Includes a 3-Month Extension of the Period of Perform — $2.8M (Department of Homeland Security)
- Parliament: the Purpose of This Call Order IS to Execute a Second Consolidation of Prior Call Orders and Extend Direct Lease Services in Support of Dr-4724-Hi Maui Wildfires Recovery Efforts. This Includes a 3-Month Extension of the Period of Perform — $2.2M (Department of Homeland Security)
- Parliament: the Purpose of This Call Order IS to Execute a Second Consolidation of Prior Call Orders and Extend Direct Lease Services in Support of Dr-4724-Hi Maui Wildfires Recovery Efforts. This Includes a 3-Month Extension of the Period of Perform — $2.1M (Department of Homeland Security)
- BPA Call Order IS to Provide Property Management Services for the Florida Direct Lease Program by Providing Turnkey 1-, 2-, 3-, or 4-Bedroom Furnished Residential Units in the State of Florida in Support of Dr4828-4834fl — $426.8K (Department of Homeland Security)
- Parliament, LLC. BPA Call Order Aligns With the Exclusion Provided Within Executive Order 14222, Alert 25-07 2(D), AS IT Relates to ONE of the Designated Categories: Public Safety in Support of Dr4828-4834fl — $198.0K (Department of Homeland Security)
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)