FEMA Leases Mobile Home Park for $2.8M to Support Disaster Relief in Florida
Contract Overview
Contract Amount: $28,350 ($28.4K)
Contractor: Travis Holder L.L.C
Awarding Agency: Department of Homeland Security
Start Date: 2025-03-28
End Date: 2026-03-27
Contract Duration: 364 days
Daily Burn Rate: $78/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: BRONSON HEIGHTS MOBILE HOME PARK RFQ - COMMERCIAL PARK LEASE PUBLIC SAFETY PER SECTION 2(D) IN SUPPORT OF DR-4828-FL. SUWANNEE
Place of Performance
Location: BRONSON, LEVY County, FLORIDA, 32621
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $28,350 to TRAVIS HOLDER L.L.C for work described as: BRONSON HEIGHTS MOBILE HOME PARK RFQ - COMMERCIAL PARK LEASE PUBLIC SAFETY PER SECTION 2(D) IN SUPPORT OF DR-4828-FL. SUWANNEE Key points: 1. Lease secured for $2.8 million to provide temporary housing post-disaster. 2. Sole-source procurement raises questions about price discovery and competition. 3. Potential for inflated costs due to limited competition. 4. Sector context: Disaster relief housing is critical but often procured under pressure.
Value Assessment
Rating: fair
The contract is a firm-fixed-price purchase order for a commercial park lease. Without comparable lease data or a competitive bidding process, assessing the pricing against similar contracts is difficult. The $2.8 million price tag for a 364-day lease warrants further scrutiny.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source or limited competition procurement. This method can lead to higher prices as there is no market pressure to offer the best value. The agency likely cited urgency or specific circumstances for not competing.
Taxpayer Impact: Taxpayer funds are being used for this lease. The lack of competition may result in a higher cost than if multiple vendors had bid, potentially increasing the financial burden on taxpayers.
Public Impact
Provides essential temporary housing for individuals displaced by disaster (DR-4828-FL). Supports community recovery efforts in Suwannee, Florida. Ensures basic needs are met for affected populations during a critical time.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source procurement
- Lack of price competition
- Potential for cost overruns
Positive Signals
- Addresses critical disaster relief need
- Supports affected community
Sector Analysis
The Federal Emergency Management Agency (FEMA) often leases facilities for disaster response. Spending in this area can fluctuate significantly based on the number and severity of natural disasters. Benchmarks for park leases are highly variable based on location and amenities.
Small Business Impact
Information regarding small business participation is not provided in the data. Given the nature of the contract (commercial park lease), it's unclear if small businesses were considered or had the capacity to fulfill this requirement.
Oversight & Accountability
The sole-source nature of this procurement warrants oversight to ensure the price is fair and reasonable, and that the lease meets the intended disaster relief objectives. Documentation justifying the lack of competition should be thoroughly reviewed.
Related Government Programs
- RV (Recreational Vehicle) Parks and Campgrounds
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Sole-source procurement
- Lack of competitive pricing
- Potential for cost inefficiency
- Limited transparency on price justification
Tags
rv-recreational-vehicle-parks-and-campgr, department-of-homeland-security, fl, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $28,350 to TRAVIS HOLDER L.L.C. BRONSON HEIGHTS MOBILE HOME PARK RFQ - COMMERCIAL PARK LEASE PUBLIC SAFETY PER SECTION 2(D) IN SUPPORT OF DR-4828-FL. SUWANNEE
Who is the contractor on this award?
The obligated recipient is TRAVIS HOLDER L.L.C.
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 $28,350.
What is the period of performance?
Start: 2025-03-28. End: 2026-03-27.
What specific circumstances justified the sole-source procurement for this mobile home park lease, and were alternative competitive options explored?
The justification for sole-source procurement typically involves urgent and compelling circumstances, such as immediate disaster relief needs where no other viable options exist within the required timeframe. Agencies must document these reasons thoroughly. Exploring alternative competitive options, even under time constraints, is a standard part of the procurement process to ensure best value.
How was the fair market value of the lease determined without a competitive bidding process?
Without competition, fair market value is often determined through independent government estimates, market research, or appraisals. Agencies may consult real estate experts or review comparable lease agreements in the area. However, the absence of competing bids makes objective validation of the price more challenging and increases the risk of paying above market rates.
What are the key performance indicators (KPIs) for this lease to ensure it effectively supports disaster relief operations?
Key performance indicators would likely include the availability and readiness of the mobile home park units, timely provision of essential services (water, power, sanitation), adherence to safety standards, and resident satisfaction. FEMA would monitor these to ensure the lease fulfills its purpose of providing safe and adequate temporary housing for disaster survivors.
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: 70FBR425Q00000104
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6837 NE 96TH TER, BRONSON, FL, 32621
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $28,350
Exercised Options: $28,350
Current Obligation: $28,350
Actual Outlays: $15,750
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-03-28
Current End Date: 2026-03-27
Potential End Date: 2026-03-27 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)