DHS awards $133K BPA Call for Florida residential property management services to Lima Charlie, Inc
Contract Overview
Contract Amount: $133,398 ($133.4K)
Contractor: Lima Charlie, Inc
Awarding Agency: Department of Homeland Security
Start Date: 2025-04-02
End Date: 2026-09-01
Contract Duration: 517 days
Daily Burn Rate: $258/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: LIMA CHARLIE INC. THE PURPOSE OF THIS 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 SUPPORT OF DR4828-4834FL
Place of Performance
Location: RIVERBANK, STANISLAUS County, CALIFORNIA, 95367
Plain-Language Summary
Department of Homeland Security obligated $133,398 to LIMA CHARLIE, INC for work described as: LIMA CHARLIE INC. THE PURPOSE OF THIS 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 SUPPORT OF DR4828-4834FL Key points: 1. The contract value represents a moderate investment for property management services. 2. Competition dynamics for this BPA Call are noted as 'COMPETED UNDER SAP', suggesting a streamlined process. 3. The contract duration of approximately 1.7 years requires monitoring for potential extensions or follow-on needs. 4. The service area is specified as California, which may indicate a need for localized property management expertise. 5. The firm fixed-price contract type provides cost certainty for the government. 6. The North American Industry Classification System (NAICS) code 531110 points to lessors of residential buildings and dwellings.
Value Assessment
Rating: fair
The total award amount of $133,398 for property management services over roughly 1.7 years appears reasonable on its face. However, without specific details on the number of units managed, the scope of services (e.g., maintenance, utilities, tenant screening), and the geographic locations within California, a precise value-for-money assessment is challenging. Benchmarking against similar federal property management contracts would be necessary to determine if the pricing is competitive. The firm fixed-price nature offers predictability but could lead to overpayment if services are less intensive than anticipated.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a less extensive competition process than full and open competition. While the data indicates 5 offers were received, the specific details of the solicitation and evaluation process are not provided. The level of competition under SAP can vary, but it generally aims to ensure fair and reasonable pricing for smaller dollar value procurements.
Taxpayer Impact: The use of SAP suggests an effort to streamline the acquisition process for this moderate-value contract, potentially leading to faster service delivery. The receipt of 5 offers indicates some level of market interest and competition, which is generally beneficial for taxpayer value.
Public Impact
The primary beneficiaries are likely residents requiring furnished residential units in Florida, supported by FEMA's disaster relief efforts. The services delivered include property management for residential units, ensuring habitability and operational readiness. The geographic impact is focused on Florida, specifically supporting DR4828-4834FL, though the contract is managed from California. Workforce implications are tied to the property management sector, potentially supporting local jobs in Florida for maintenance, leasing, and administrative tasks.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential disconnect between service location (Florida) and contract management location (California) could lead to logistical challenges or reduced oversight effectiveness.
- The 'COMPETED UNDER SAP' designation, while efficient, may limit the breadth of competition compared to full and open solicitations, potentially impacting price discovery.
- Lack of detailed service scope and unit count makes it difficult to ascertain true value for money and compare against market rates.
- The contract's purpose is tied to disaster relief, implying a potential for urgent needs and scope creep if not carefully managed.
Positive Signals
- The contract is firm fixed-price, providing cost certainty for the government and mitigating risk of cost overruns.
- Multiple offers (5) were received, indicating a competitive environment and potential for fair pricing.
- The contract is awarded to a single entity, Lima Charlie, Inc., simplifying contract administration.
- The BPA Call order structure allows for flexibility in tasking within the established agreement.
Sector Analysis
The property management sector, particularly for residential dwellings, is a significant part of the real estate industry. Federal agencies often contract for property management services to support various missions, including disaster relief, temporary housing, and administrative facilities. Spending in this area can fluctuate based on federal needs, such as disaster response. Comparable spending benchmarks would typically be assessed based on the number of units, geographic location, and the specific services required, such as maintenance, leasing, and utility management.
Small Business Impact
The provided data does not indicate if this contract included a small business set-aside or if the awardee is a small business. Therefore, the direct impact on the small business ecosystem cannot be determined from this information. Subcontracting opportunities for small businesses would depend on Lima Charlie, Inc.'s internal policies and the specific requirements of the property management services.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. As a BPA Call order, it operates under a broader Basic Ordering Agreement (BOA) or similar agreement. Oversight mechanisms would likely include regular performance reviews, site inspections, and financial audits to ensure compliance with contract terms and service level agreements. Transparency is facilitated through contract databases like FPDS, though detailed performance metrics may not always be publicly available.
Related Government Programs
- FEMA Disaster Relief Programs
- Federal Real Property Management
- Residential Leasing Services
- Property Maintenance Contracts
Risk Flags
- Geographic Discrepancy: Contract managed from California for services in Florida.
- Scope Ambiguity: Lack of detailed service scope for property management.
- Unit Quantity Unknown: Number of residential units to be managed is not specified.
- Performance Metrics Unclear: Specific performance indicators and evaluation criteria are not detailed.
Tags
sector-other, agency-dhs, agency-fema, geography-florida, geography-california, contract-type-bpa-call, contract-type-firm-fixed-price, competition-level-limited, size-category-unknown, naics-531110, program-disaster-relief
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $133,398 to LIMA CHARLIE, INC. LIMA CHARLIE INC. THE PURPOSE OF THIS 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 SUPPORT OF DR4828-4834FL
Who is the contractor on this award?
The obligated recipient is LIMA CHARLIE, 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 $133,398.
What is the period of performance?
Start: 2025-04-02. End: 2026-09-01.
What is the specific breakdown of services included in the property management for these residential units?
The provided data indicates the purpose is to 'provide property management services for the Florida Direct Lease Program by providing turnkey 1-, 2-, 3-, or 4-bedroom furnished residential units'. However, it does not detail the specific services encompassed within 'property management'. This could range from basic maintenance and repairs, utility management, tenant screening and placement, rent collection, to ensuring compliance with housing standards. A more detailed statement of work (SOW) or the underlying BPA would be necessary to understand the full scope of services and accurately assess value for money.
How does the cost per unit compare to market rates for similar furnished residential units in Florida?
A direct comparison of cost per unit is not feasible with the current data. The total award is $133,398 over approximately 517 days (from April 2, 2025, to September 1, 2026). To benchmark, we would need to know the number of units managed and the specific services provided. For instance, if 10 units were managed, the average annual cost per unit would be roughly $130,000 / (10 units * 1.7 years) = $7,647 per unit per year. This figure needs to be compared against local market rates for furnished rentals and property management fees in the relevant Florida regions, considering factors like unit size, amenities, and the extent of management services.
What is Lima Charlie, Inc.'s track record with federal property management contracts, particularly for disaster relief operations?
Information regarding Lima Charlie, Inc.'s specific track record with federal property management contracts, especially in disaster relief contexts, is not detailed in the provided data. A thorough assessment would require reviewing their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), previous federal awards, and any history of successful or problematic engagements. Understanding their experience with similar scale and scope operations, particularly in emergency response scenarios, is crucial for evaluating their capability and reliability in fulfilling this BPA Call order.
What is the anticipated number of residential units to be managed under this contract?
The data specifies that the contract is for 'turnkey 1-, 2-, 3-, or 4-bedroom furnished residential units' but does not provide a specific quantity or range for the number of units. This lack of detail makes it difficult to assess the scale of the operation and the true cost-effectiveness of the award. Federal contracts typically specify the expected quantity or provide mechanisms for estimating usage, such as minimum and maximum order quantities. Without this information, it's challenging to determine if the $133,398 award is appropriate for the expected workload.
How does the 'COMPETED UNDER SAP' process for this BPA Call compare to full and open competition in terms of efficiency and cost savings?
Competing under Simplified Acquisition Procedures (SAP) is designed for procurements valued below the threshold for full and open competition (currently $250,000). SAP typically involves less stringent documentation and advertising requirements, allowing for faster award timelines. While this can lead to greater efficiency and potentially lower administrative costs for the government, it may also result in a narrower range of potential bidders compared to full and open competition. The cost savings are not guaranteed; while efficiency gains exist, the reduced competition could theoretically lead to less aggressive pricing from vendors. The receipt of 5 offers suggests a reasonable level of interest within the SAP framework.
What are the specific geographic locations within Florida where these residential units will be managed?
The provided data states the contract is for the 'Florida Direct Lease Program' and supports specific disaster declarations (DR4828-4834FL), implying the need for housing in affected areas of Florida. However, the exact cities, counties, or regions within Florida where the property management services will be performed are not specified. This lack of geographic specificity could impact the efficiency of property management, as costs and logistical challenges can vary significantly across different parts of the state. It also makes it harder to assess if the selected contractor has adequate local presence or resources.
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: 2104 PARK RIDGE DR, RIVERBANK, CA, 95367
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $133,398
Exercised Options: $133,398
Current Obligation: $133,398
Actual Outlays: $57,150
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70FBR425A00000013
IDV Type: BPA
Timeline
Start Date: 2025-04-02
Current End Date: 2026-09-01
Potential End Date: 2026-10-31 00:00:00
Last Modified: 2026-04-08
More Contracts from Lima Charlie, Inc
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $3.0M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.8M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.7M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.3M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.0M (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)