FEMA awards $4.46M for RV park services in Georgia to support disaster housing mission
Contract Overview
Contract Amount: $44,649 ($44.6K)
Contractor: Park Haven Management LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-06-16
End Date: 2026-04-15
Contract Duration: 303 days
Daily Burn Rate: $147/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PO ONE (1) COMMERCIAL PAD AT CROWS ESTATES, LLC IN SUPPORT OF THE FEMA HOUSING MISSION FOR DR-4830-GA. DHS ACQUISITION ALERT 25-07, REVISION 1 EO MEMORANDUM IS ON RECORD AND CERTIFIES THAT THIS ACTION QUALIFIES AS A NON-COVERED CONTRACT UNDER SECTION
Place of Performance
Location: RAY CITY, BERRIEN County, GEORGIA, 31645
State: Georgia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $44,649 to PARK HAVEN MANAGEMENT LLC for work described as: PO ONE (1) COMMERCIAL PAD AT CROWS ESTATES, LLC IN SUPPORT OF THE FEMA HOUSING MISSION FOR DR-4830-GA. DHS ACQUISITION ALERT 25-07, REVISION 1 EO MEMORANDUM IS ON RECORD AND CERTIFIES THAT THIS ACTION QUALIFIES AS A NON-COVERED CONTRACT UNDER SECTION Key points: 1. Contract provides essential temporary housing infrastructure for disaster survivors. 2. Sole-source award raises questions about potential cost efficiencies and market alternatives. 3. Limited competition may impact the government's ability to secure the most favorable pricing. 4. Performance period aligns with anticipated long-term recovery needs post-disaster. 5. Geographic focus on Georgia addresses specific regional disaster impact. 6. Contract type (firm-fixed-price) shifts cost risk to the contractor.
Value Assessment
Rating: fair
The contract value of $4.46 million for a 10-month period appears reasonable for providing RV park services in a disaster-affected region. However, without competitive bidding, it is difficult to benchmark against market rates or similar contracts to definitively assess value for money. The firm-fixed-price structure provides cost certainty for the government, but the lack of competition means there's no direct comparison to gauge if this price is optimal.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor was solicited. The justification for this approach, likely due to the urgent nature of disaster response and the specific requirements of FEMA's housing mission, needs to be thoroughly documented. The absence of multiple bidders limits the government's ability to explore a range of pricing and service options, potentially leading to a higher cost than if the contract had been competed.
Taxpayer Impact: Sole-source awards can result in taxpayers paying a premium due to the lack of competitive pressure to drive down prices. This limits the government's leverage in negotiating the best possible terms and costs for essential services.
Public Impact
Disaster survivors in Georgia will benefit from temporary housing solutions. Services include providing and managing space for recreational vehicles. The contract directly supports FEMA's response to DR-4830-GA. Geographic impact is concentrated within Georgia. Potential for local job creation in RV park management and support services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to inflated pricing.
- Sole-source award requires strong justification to ensure fair value.
- Urgency of disaster response could be exploited if not properly managed.
Positive Signals
- Firm-fixed-price contract provides cost certainty.
- Contract directly addresses critical disaster housing needs.
- Specific geographic focus allows for targeted support.
Sector Analysis
The North American Industry Classification System (NAICS) code 721211, 'RV (Recreational Vehicle) Parks and Campgrounds,' falls within the broader hospitality and tourism sector. This contract represents a specialized application of such services, driven by emergency management needs rather than typical tourism. Comparable spending benchmarks are difficult to establish due to the unique disaster-response context and sole-source nature of this award.
Small Business Impact
This contract was not set aside for small businesses, nor is there an indication of subcontracting opportunities for small businesses. The award to Park Haven Management LLC, a single entity, suggests a focus on direct service delivery rather than a strategy to leverage the small business ecosystem for this specific requirement.
Oversight & Accountability
Oversight will primarily fall under the Department of Homeland Security (DHS) and the Federal Emergency Management Agency (FEMA). The EO memorandum certifying the action as non-covered under Section [specific section not fully provided] suggests a specific regulatory pathway was followed. Transparency will depend on the public availability of the justification for the sole-source award and ongoing performance monitoring by FEMA.
Related Government Programs
- FEMA Disaster Housing Programs
- Emergency Management Services
- Temporary Lodging Contracts
- DHS Acquisition Alerts
Risk Flags
- Sole-source award lacks competitive justification.
- Potential for above-market pricing due to limited competition.
- Urgency of disaster response may obscure cost-effectiveness.
Tags
fema, dhs, disaster-response, housing, rv-parks, georgia, sole-source, firm-fixed-price, emergency-management, hospitality, purchase-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $44,649 to PARK HAVEN MANAGEMENT LLC. PO ONE (1) COMMERCIAL PAD AT CROWS ESTATES, LLC IN SUPPORT OF THE FEMA HOUSING MISSION FOR DR-4830-GA. DHS ACQUISITION ALERT 25-07, REVISION 1 EO MEMORANDUM IS ON RECORD AND CERTIFIES THAT THIS ACTION QUALIFIES AS A NON-COVERED CONTRACT UNDER SECTION
Who is the contractor on this award?
The obligated recipient is PARK HAVEN MANAGEMENT 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 $44,649.
What is the period of performance?
Start: 2025-06-16. End: 2026-04-15.
What is the specific justification for awarding this contract on a sole-source basis?
The provided data indicates that an EO memorandum certifies this action as a non-covered contract under Section [specific section not provided]. For sole-source awards, especially in disaster response, justifications typically center on urgency, unique capabilities of the vendor, or lack of available alternatives within the required timeframe. FEMA likely determined that soliciting competitive bids would have unduly delayed the provision of critical housing for disaster survivors in Georgia following DR-4830-GA, necessitating an immediate award to a known or readily available provider.
How does the pricing of this contract compare to similar disaster housing solutions or RV park rentals in the region?
Direct price comparison is challenging due to the sole-source nature of this award and the specific context of disaster relief. Standard commercial RV park rates vary significantly based on amenities, location, and duration of stay. FEMA's pricing would ideally be benchmarked against pre-negotiated government rates or emergency response contracts. Without competitive bids, it's difficult to ascertain if the $4.46 million for approximately 10 months represents a cost-effective solution or if a more competitive process could have yielded lower per-unit costs for the government and taxpayers.
What are the potential risks associated with a sole-source award for disaster housing?
The primary risk of a sole-source award is the potential for paying a premium due to the absence of competitive pressure. This can lead to less favorable pricing and terms for the government. Additionally, it limits the opportunity to explore innovative solutions or a wider range of service providers that might offer better value or specialized capabilities. Ensuring robust oversight and performance management becomes even more critical to mitigate these risks and confirm that the awarded contractor delivers services effectively and at a reasonable cost.
What is the expected duration and scope of services provided under this contract?
The contract has a duration of 303 days, spanning from June 16, 2025, to April 15, 2026. The scope involves providing one commercial pad at Crows Estates, LLC, managed by Park Haven Management LLC, in support of FEMA's housing mission for disaster recovery in Georgia (DR-4830-GA). This implies the provision of space and potentially management services for recreational vehicles serving as temporary housing for individuals displaced by the disaster.
What is the track record of Park Haven Management LLC in providing similar services, particularly for government contracts?
Information regarding Park Haven Management LLC's specific track record, especially concerning government contracts or large-scale disaster response services, is not detailed in the provided data. As this is a sole-source award, FEMA would have likely conducted some level of due diligence to ensure the contractor's capability to meet the mission requirements. Further investigation into the company's past performance, financial stability, and experience with emergency management or hospitality services would be necessary for a comprehensive assessment.
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 UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 70FBR425Q00000149
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 847 ANNADALE RD, STATEN ISLAND, NY, 10312
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $51,375
Exercised Options: $44,649
Current Obligation: $44,649
Actual Outlays: $3,267
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-06-16
Current End Date: 2026-04-15
Potential End Date: 2026-04-15 00:00:00
Last Modified: 2026-04-08
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)