FEMA awards $1.98M BPA for housing survivors of New Mexico fires and floods to Sorelle Resources, LLC
Contract Overview
Contract Amount: $198,495 ($198.5K)
Contractor: Sorelle Resources, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-28
End Date: 2025-12-27
Contract Duration: 455 days
Daily Burn Rate: $436/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF THIS BPA IS TO PROVIDE BPA CALLS TO HOUSES SURVIVORS FOR THE R6 CONSOLIDATED HOUSING PROGRAM IN SUPPORT OF DR-4795 NM AS A RESULT OF SOUTH FORK FIRE AND SALT FIRE, AND FLOODING
Place of Performance
Location: RUIDOSO, LINCOLN County, NEW MEXICO, 88345
Plain-Language Summary
Department of Homeland Security obligated $198,495 to SORELLE RESOURCES, LLC for work described as: THE PURPOSE OF THIS BPA IS TO PROVIDE BPA CALLS TO HOUSES SURVIVORS FOR THE R6 CONSOLIDATED HOUSING PROGRAM IN SUPPORT OF DR-4795 NM AS A RESULT OF SOUTH FORK FIRE AND SALT FIRE, AND FLOODING Key points: 1. This BPA aims to provide housing for survivors impacted by the South Fork and Salt Fires, and subsequent flooding in New Mexico. 2. The contract is a Firm Fixed Price (FFP) award, indicating a clear understanding of costs for the services. 3. Awarded to Sorelle Resources, LLC, the contract duration is 455 days, ending December 27, 2025. 4. The North American Industry Classification System (NAICS) code 531110 suggests the primary business is Lessors of Residential Buildings and Dwellings.
Value Assessment
Rating: fair
The award amount of $1,984,950 is for a 455-day period. Without specific unit pricing or scope details, it's difficult to benchmark against similar contracts for disaster housing solutions.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not competed under Simplified Acquisition Procedures (SAP), suggesting it may have been a limited competition or sole-source award due to the emergency nature of the disaster response. This limits price discovery and potentially competitive pricing.
Taxpayer Impact: Taxpayer funds are being used to provide essential housing for disaster victims, which is a necessary but potentially costly expenditure depending on the efficiency of the procurement and service delivery.
Public Impact
Provides critical housing for individuals and families displaced by natural disasters. Supports recovery efforts in New Mexico following significant fire and flood events. Ensures temporary shelter is available for survivors during the rebuilding process. Facilitates the Federal Emergency Management Agency's (FEMA) response to disaster declarations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may lead to higher costs.
- Lack of detailed cost breakdown makes value assessment difficult.
- Short contract duration (455 days) may require follow-on actions.
Positive Signals
- Addresses an urgent need for disaster survivor housing.
- Firm Fixed Price contract provides cost certainty.
- Supports a critical government function in disaster relief.
Sector Analysis
The sector involves providing residential rental and leasing services, specifically for disaster relief housing. Spending benchmarks are highly variable and depend on the scale of the disaster, location, and type of housing required.
Small Business Impact
The data indicates this contract was not awarded to a small business (SB is false). Further analysis would be needed to determine if small businesses were considered or subcontracted.
Oversight & Accountability
Oversight will be crucial to ensure the funds are used effectively for their intended purpose and that the housing provided meets the needs of the survivors. FEMA's contracting officers will monitor performance.
Related Government Programs
- Lessors of Residential Buildings and Dwellings
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Potential for inflated pricing due to limited competition.
- Lack of transparency in the procurement process.
- Difficulty in verifying cost-effectiveness without detailed unit pricing.
- Dependence on a single awardee for a critical service.
Tags
lessors-of-residential-buildings-and-dwe, department-of-homeland-security, nm, bpa-call, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $198,495 to SORELLE RESOURCES, LLC. THE PURPOSE OF THIS BPA IS TO PROVIDE BPA CALLS TO HOUSES SURVIVORS FOR THE R6 CONSOLIDATED HOUSING PROGRAM IN SUPPORT OF DR-4795 NM AS A RESULT OF SOUTH FORK FIRE AND SALT FIRE, AND FLOODING
Who is the contractor on this award?
The obligated recipient is SORELLE RESOURCES, 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 $198,495.
What is the period of performance?
Start: 2024-09-28. End: 2025-12-27.
What is the average cost per housing unit or per survivor under this BPA?
The provided data does not include specific unit costs or the number of survivors to be housed. The total award is $1,984,950 over 455 days. To determine the average cost per unit or survivor, detailed breakdowns of occupied units and the duration of occupancy for each survivor would be required.
What are the risks associated with a limited competition award for disaster housing?
Limited competition can increase the risk of paying above-market rates due to a lack of price pressure from multiple bidders. It also reduces transparency and the opportunity for innovative solutions from a wider range of providers. Ensuring fair pricing and adequate service delivery requires diligent oversight.
How effective is this BPA in meeting the immediate housing needs of disaster survivors?
The effectiveness hinges on the speed of deployment, the quality and suitability of the housing provided, and the duration it meets survivor needs. While the BPA provides a mechanism for rapid procurement, its ultimate effectiveness depends on the contractor's performance and FEMA's management of the calls issued against it.
Industry Classification
NAICS: Real Estate and Rental and Leasing › Lessors of Real Estate › Lessors of Residential Buildings and Dwellings
Product/Service Code: LEASE/RENT FACILITIES › LEASE/RENTAL OF BUILDINGS
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 17250 ANDREWS RD, HILLIARD, FL, 32046
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $223,263
Exercised Options: $198,495
Current Obligation: $198,495
Actual Outlays: $164,928
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70FBR624A00000007
IDV Type: BPA
Timeline
Start Date: 2024-09-28
Current End Date: 2025-12-27
Potential End Date: 2025-12-27 00:00:00
Last Modified: 2026-04-07
More Contracts from Sorelle Resources, LLC
- BPA Call in Support of DR-4832 Tropical Storm Helene — $121.2K (Department of Homeland Security)
- IAW EO 14222 Alert 25-07 2(d)the Purpose of This BPA Call to Direct Lease ONE (1) Unit to House Survivors for the R6 Consolidated Housing Program in Support of Dr-4781-Tx. This Lease IS Essential for Providing Safe, Temporary Housing for Disaster SUR — $91.5K (Department of Homeland Security)
- HE Purpose of Call Order IS to Lease ONE (1) Unit in Support of DR-4795 NM Housing Mission. Base of 12 Months With ONE (1) 3-Month Option — $60.4K (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)