FEMA awards $10.2M for 134 technical specialists to support Texas disaster relief operations
Contract Overview
Contract Amount: $10,185,819 ($10.2M)
Contractor: Serco Inc
Awarding Agency: Department of Homeland Security
Start Date: 2024-10-31
End Date: 2025-03-21
Contract Duration: 141 days
Daily Burn Rate: $72.2K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: A NEW TASK ORDER WILL BE AWARDED FOR 134 TECHNICAL SPECIALISTS TO PROVIDE TECHNICAL EXPERTISE IN SUPPORT OF DR-4781-TX, DR-4798-TX DISASTER REQUIREMENT FOR PUBLIC ASSISTANCE (PA) DISASTER OPERATION
Place of Performance
Location: AUSTIN, WILLIAMSON County, TEXAS, 78717
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $10.2 million to SERCO INC for work described as: A NEW TASK ORDER WILL BE AWARDED FOR 134 TECHNICAL SPECIALISTS TO PROVIDE TECHNICAL EXPERTISE IN SUPPORT OF DR-4781-TX, DR-4798-TX DISASTER REQUIREMENT FOR PUBLIC ASSISTANCE (PA) DISASTER OPERATION Key points: 1. Contract provides essential technical expertise for public assistance disaster operations. 2. Focus on supporting recovery efforts in Texas following significant disaster events. 3. Task order awarded under a broader contract vehicle, indicating potential for follow-on work. 4. Time and Materials pricing structure requires careful monitoring of labor hours and rates. 5. Short performance period suggests an immediate need for specialized support. 6. Contractor has a history of performing similar government services.
Value Assessment
Rating: good
The contract value of $10.2 million for 134 technical specialists over approximately 4.5 months appears reasonable given the urgent nature of disaster response. While a direct per-specialist cost benchmark is difficult without knowing the specific skill sets and seniority, the total value aligns with the need for rapid deployment of expertise. The Time and Materials (T&M) pricing model, however, necessitates diligent oversight to ensure costs remain within expectations and that the hours billed are directly attributable to the disaster relief mission. Compared to other disaster response contracts, the scale and duration seem appropriate for the stated requirements.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded through full and open competition, suggesting that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but the competitive nature of the award process generally leads to better pricing and a wider selection of qualified contractors. This approach ensures that the government is obtaining services from a contractor that has demonstrated its ability to meet the requirements at a competitive price.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it drives down costs through market forces and ensures that federal funds are used efficiently by selecting the most cost-effective and capable provider.
Public Impact
Texans impacted by disasters DR-4781-TX and DR-4798-TX will benefit from accelerated recovery efforts. 134 technical specialists will provide crucial expertise in managing and processing public assistance claims. The geographic impact is focused on Texas, addressing specific disaster-affected areas. This contract supports a workforce of specialized technical personnel, potentially drawing from existing pools of disaster response experts.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns due to the Time and Materials pricing structure if not closely managed.
- Ensuring the specialized skills of the 134 technical specialists precisely match the evolving needs of disaster operations.
- Timeliness of performance is critical given the immediate nature of disaster recovery.
Positive Signals
- Awarded through full and open competition, indicating a competitive bidding process.
- Contractor (Serco Inc.) has experience in providing technical support services to government agencies.
- Clear definition of the task order's objective: supporting specific disaster relief requirements.
Sector Analysis
This contract falls within the Management and Consulting Services sector, specifically related to administrative and general management consulting. This sector is crucial for government operations, particularly during emergencies, providing specialized expertise that agencies may not have in-house. The market for disaster response support services is significant, with agencies like FEMA frequently requiring rapid deployment of personnel with specific technical skills to manage the aftermath of natural disasters. Benchmarks for similar contracts would typically involve the number of personnel, duration, and the complexity of the services provided.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, Serco Inc., will likely manage the execution of the task order. There is no explicit mention of subcontracting requirements for small businesses within this specific task order's data. The impact on the small business ecosystem would be minimal unless the prime contractor voluntarily engages small businesses for support services not detailed here.
Oversight & Accountability
Oversight for this task order will primarily reside with the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. As a Delivery Order under a larger contract, it is subject to the terms and conditions of that base contract. FEMA's contracting officers and program managers will be responsible for monitoring performance, approving invoices, and ensuring compliance with the contract's requirements. The Department of Homeland Security's Office of Inspector General may also conduct audits or investigations as deemed necessary to ensure accountability and prevent fraud, waste, and abuse.
Related Government Programs
- FEMA Public Assistance Program
- Disaster Relief and Emergency Assistance Act (42 U.S.C. 5121 et seq.)
- Federal Management Agency (FEMA) Contracts
- Technical Support Services Contracts
Risk Flags
- Potential for cost escalation under Time and Materials contract.
- Need for rigorous oversight to ensure efficient use of labor hours.
- Ensuring timely performance given the urgency of disaster relief.
Tags
fema, department-of-homeland-security, disaster-response, public-assistance, technical-services, time-and-materials, full-and-open-competition, delivery-order, texas, administrative-management-consulting, emergency-management
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $10.2 million to SERCO INC. A NEW TASK ORDER WILL BE AWARDED FOR 134 TECHNICAL SPECIALISTS TO PROVIDE TECHNICAL EXPERTISE IN SUPPORT OF DR-4781-TX, DR-4798-TX DISASTER REQUIREMENT FOR PUBLIC ASSISTANCE (PA) DISASTER OPERATION
Who is the contractor on this award?
The obligated recipient is SERCO 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 $10.2 million.
What is the period of performance?
Start: 2024-10-31. End: 2025-03-21.
What is the track record of Serco Inc. in supporting disaster relief operations for FEMA or other federal agencies?
Serco Inc. has a significant track record of providing a wide range of services to government agencies, including technical support, program management, and operational assistance. While specific details on their involvement in DR-4781-TX and DR-4798-TX are not provided in this data snippet, the company has previously been awarded contracts for disaster response and recovery support. Their experience often includes managing large workforces, providing specialized technical skills, and operating under demanding conditions. A deeper analysis would involve reviewing past performance evaluations and contract histories related to emergency management and disaster response to assess their reliability and effectiveness in similar high-stakes situations.
How does the cost per specialist compare to similar disaster response technical support contracts?
Calculating a precise per-specialist cost is challenging without knowing the exact mix of roles, skill levels, and hourly rates within the 134 technical specialists. However, the total award of $10.2 million over approximately 141 days (roughly 4.7 months) suggests an average monthly cost of about $2.17 million for the entire team. If we assume an average of 200 working hours per specialist per month, this implies an average blended hourly rate across all roles. Benchmarking this against other T&M contracts for similar expertise during disaster events would require access to a broader dataset of federal contract awards. Factors like the urgency, required clearances, and specialized certifications can significantly influence rates, making direct comparisons complex.
What are the primary risks associated with a Time and Materials (T&M) contract for disaster response?
The primary risk with a Time and Materials (T&M) contract, especially in a dynamic environment like disaster response, is the potential for cost overruns. Unlike fixed-price contracts, T&M agreements reimburse the contractor for actual labor hours and material costs incurred. If the scope of work expands unexpectedly, or if work is less efficient than anticipated, the total cost can escalate beyond initial projections. For taxpayers, this means less predictability in spending. Effective risk mitigation requires robust oversight, including detailed timesheet verification, regular progress reviews, and clear communication channels to manage scope creep and ensure efficient resource utilization. FEMA will need strong contract administration to control costs.
What is the expected impact of these technical specialists on the speed and effectiveness of disaster recovery in Texas?
The deployment of 134 technical specialists is expected to significantly enhance the speed and effectiveness of disaster recovery operations in Texas for DR-4781-TX and DR-4798-TX. These individuals will likely possess expertise in areas such as damage assessment, debris management coordination, public assistance application processing, and program compliance. By providing this specialized support, FEMA can accelerate the review and approval of aid requests, ensuring that affected individuals and communities receive necessary resources more quickly. This influx of expertise can help streamline complex bureaucratic processes, reduce backlogs, and ultimately contribute to a more efficient and comprehensive recovery effort across the affected regions.
How does this contract fit into FEMA's broader strategy for managing large-scale disaster responses?
This task order represents a tactical deployment of resources to address immediate, critical needs arising from specific disaster events in Texas. It aligns with FEMA's broader strategy of leveraging external expertise and flexible contract vehicles to surge capacity during emergencies. By awarding task orders under existing contracts, FEMA can rapidly acquire specialized personnel without initiating lengthy new procurement processes. This approach allows the agency to scale its response efforts efficiently, bringing in the necessary technical skills to manage the complexities of public assistance delivery and recovery coordination. It underscores FEMA's reliance on contractors to supplement its workforce during periods of high demand.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 70FB8024R00000045
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 12930 WORLDGATE DR, HERNDON, VA, 20170
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $55,050,556
Exercised Options: $21,358,451
Current Obligation: $10,185,819
Actual Outlays: $10,167,941
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $77,836
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70FB8024D00000002
IDV Type: IDC
Timeline
Start Date: 2024-10-31
Current End Date: 2025-03-21
Potential End Date: 2025-03-21 00:00:00
Last Modified: 2026-01-30
More Contracts from Serco Inc
- -Pphf-2013-Eligibility Support — $1.2B (Department of Health and Human Services)
- Eligibility Support — $1.0B (Department of Health and Human Services)
- Eligibility Support — $589.3M (Department of Health and Human Services)
- Serco Management Services Inc for Area 5 Igf::ct::igf — $378.8M (Department of Transportation)
- J Plant Renovation — $327.3M (Department of Defense)
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)