FEMA awards $62.2M for RV park lease in Florida to support disaster relief efforts
Contract Overview
Contract Amount: $62,187 ($62.2K)
Contractor: Live OAK Pines MHC LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-04-15
End Date: 2026-07-14
Contract Duration: 455 days
Daily Burn Rate: $137/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS AWARD IS FOR COMMERCIAL PAD LEASE UNDER DR-4828-FL. THIS ACTION IS APPROVED UNDER SECTION 2(D) OF E.O., IMPLEMENTING THE PRESIDENT'S "DOGE" COST EFFICIENCY INITIATIVE IN SUPPORT OF PUBLIC SAFETY.
Place of Performance
Location: LIVE OAK, SUWANNEE County, FLORIDA, 32064
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $62,186.66 to LIVE OAK PINES MHC LLC for work described as: THIS AWARD IS FOR COMMERCIAL PAD LEASE UNDER DR-4828-FL. THIS ACTION IS APPROVED UNDER SECTION 2(D) OF E.O., IMPLEMENTING THE PRESIDENT'S "DOGE" COST EFFICIENCY INITIATIVE IN SUPPORT OF PUBLIC SAFETY. Key points: 1. Lease agreement for commercial property to support disaster response operations. 2. Contract awarded under a directive focused on cost efficiency for public safety. 3. Potential for extended use if disaster conditions persist beyond initial term. 4. Single award without competition raises questions about price optimization. 5. Geographic focus on Florida, a state prone to natural disasters. 6. Contract type is a firm-fixed-price purchase order.
Value Assessment
Rating: fair
The contract value of $62.2 million over approximately 1.5 years for an RV park lease appears substantial. Without comparable lease agreements for similar disaster relief staging areas, it is difficult to benchmark the value for money. The 'DOGE' cost efficiency initiative suggests an attempt to control costs, but the lack of competition makes a definitive assessment of pricing and value challenging. Further analysis would require understanding the specific requirements and market rates for such specialized temporary housing solutions in disaster-prone regions.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. The justification for this approach is not detailed in the provided data, but it was approved under a specific executive order related to cost efficiency and public safety. The absence of competition means there was no opportunity for multiple vendors to bid, which could limit price discovery and potentially lead to a higher cost than if the contract had been competed.
Taxpayer Impact: Taxpayers may not be receiving the best possible price due to the lack of competitive bidding. A sole-source award bypasses the market's natural price-setting mechanisms.
Public Impact
Provides temporary housing solutions for personnel involved in disaster response and recovery. Supports public safety initiatives by ensuring operational readiness in disaster-affected areas. Benefits the Federal Emergency Management Agency (FEMA) by securing necessary infrastructure. Geographic impact is concentrated in Florida, a state frequently facing natural disasters. Indirectly supports the workforce engaged in disaster relief operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in suboptimal pricing.
- Potential for cost overruns if disaster response needs extend beyond the contract period.
- Reliance on a single provider for critical temporary infrastructure.
Positive Signals
- Awarded under an initiative focused on cost efficiency.
- Directly supports public safety and disaster relief operations.
- Secures necessary facilities for FEMA's mission in a high-risk state.
Sector Analysis
This contract falls within the broader real estate and leasing sector, specifically for commercial property used as temporary staging or housing. The NAICS code 721211 (RV Parks and Campgrounds) suggests the property is equipped for recreational vehicles, likely repurposed for emergency personnel accommodation. The market for such specialized leases, particularly those activated during emergencies, is niche and often driven by specific government needs rather than standard commercial demand. Comparable spending benchmarks are difficult to establish without more context on the specific amenities and location.
Small Business Impact
The data indicates that this contract was not set aside for small businesses, nor does it appear to involve significant subcontracting opportunities for small businesses based on the information provided. The awardee is a Limited Liability Company (LLC), but its size status is not specified. The focus on a sole-source award for a specific need likely means small business participation was not a primary consideration in the procurement strategy.
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 purchase order, it is subject to standard federal procurement regulations and oversight. Transparency may be limited due to the sole-source nature of the award. The Inspector General for the Department of Homeland Security would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- Disaster Relief Funding
- Emergency Management Services
- Temporary Housing Solutions
- Federal Real Estate Leases
- Public Safety Infrastructure
Risk Flags
- Sole-source award lacks competitive pricing.
- Potential for cost inefficiencies due to lack of competition.
- Limited transparency in procurement process.
Tags
sector-other, agency-dhs, agency-fema, geography-fl, contract-type-purchase-order, competition-level-sole-source, cost-category-lease, purpose-disaster-relief, initiative-cost-efficiency
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $62,186.66 to LIVE OAK PINES MHC LLC. THIS AWARD IS FOR COMMERCIAL PAD LEASE UNDER DR-4828-FL. THIS ACTION IS APPROVED UNDER SECTION 2(D) OF E.O., IMPLEMENTING THE PRESIDENT'S "DOGE" COST EFFICIENCY INITIATIVE IN SUPPORT OF PUBLIC SAFETY.
Who is the contractor on this award?
The obligated recipient is LIVE OAK PINES MHC 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 $62,186.66.
What is the period of performance?
Start: 2025-04-15. End: 2026-07-14.
What specific disaster scenarios or ongoing operations is this RV park lease intended to support?
The provided data indicates the award is for a commercial pad lease under DR-4828-FL, which likely corresponds to a specific disaster declaration in Florida. The lease is approved under an executive order aimed at cost efficiency in support of public safety. This suggests the RV park is intended to provide temporary accommodation for personnel involved in response and recovery efforts related to a declared disaster in Florida. Without access to the specific disaster declaration details (DR-4828-FL), the exact nature of the support—whether for hurricanes, floods, or other emergencies—remains unspecified. However, the context implies it's for essential personnel like first responders, FEMA staff, or contractors working on relief operations.
What is the rationale behind awarding this contract as a sole-source purchase order?
The contract was awarded as a sole-source purchase order under Section 2(d) of an Executive Order, implementing the President's "DOGE" cost efficiency initiative in support of public safety. This suggests that the agency, likely FEMA, determined that a competitive process was either not feasible or not the most efficient method for acquiring the necessary RV park lease under the specific circumstances. Sole-source awards are typically justified when only one responsible source can provide the required supply or service, or in urgent situations where competition is impractical. The emphasis on cost efficiency within the executive order implies that this approach was deemed the most economical way to secure the required facilities quickly for public safety needs, possibly due to time constraints or unique property availability.
How does the cost of this lease compare to market rates for similar facilities in Florida, especially those used for emergency purposes?
Benchmarking the cost of this $62.2 million lease for an RV park in Florida against market rates is challenging with the provided data. The contract is for a firm-fixed-price purchase order lasting approximately 1.5 years (455 days). The specific location within Florida and the amenities offered by the RV park are not detailed. Furthermore, leases for emergency response purposes may command different rates than standard commercial or recreational RV park rentals due to factors like proximity to disaster zones, required infrastructure, and availability during critical periods. The lack of competition means there's no direct market comparison from this procurement. To assess value, one would need to research comparable leases for temporary personnel housing or staging areas in similar Florida locations, considering the duration and specific services included.
What are the potential risks associated with a sole-source award for essential disaster relief infrastructure?
A primary risk of a sole-source award for essential disaster relief infrastructure is the potential for paying a premium price, as competition is absent to drive down costs. Taxpayers may not be getting the best value for their money. Another risk is vendor lock-in; if the single provider fails to perform or encounters issues, there may be no immediate alternative, potentially delaying critical relief operations. Furthermore, the lack of a competitive process can reduce transparency and accountability. While the award is under an initiative focused on cost efficiency, the absence of bidding means this efficiency is assumed rather than proven through market forces. This could also disincentivize future competition if vendors perceive sole-source awards as the norm.
What is the expected duration and potential for extension of this contract?
The contract has a specified duration of 455 days, which translates to approximately 1 year and 3 months, starting from April 15, 2025, and ending on July 14, 2026. The provided data does not explicitly mention options for extension or renewal. However, given the nature of disaster relief operations, which can be unpredictable and extend beyond initial estimates, it is common for such contracts to include clauses for modification or extension if the need persists. Without explicit information on extension options, the current term represents the firm commitment. Any extension would likely require a new justification and potentially a modification to the existing contract, subject to funding availability and continued need.
Industry Classification
NAICS: Accommodation and Food Services › RV (Recreational Vehicle) Parks and Recreational Camps › RV (Recreational Vehicle) Parks and Campgrounds
Product/Service Code: LEASE/RENT FACILITIES › LEASE/RENTAL OF BUILDINGS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70FBR425Q00000099
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1405 DUVAL ST NE, LIVE OAK, FL, 32064
Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $68,787
Exercised Options: $62,187
Current Obligation: $62,187
Actual Outlays: $27,500
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-04-15
Current End Date: 2026-07-14
Potential End Date: 2026-10-14 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)