FEMA awards $1.98M contract for Maui wildfire assessment services to STARR II JV
Contract Overview
Contract Amount: $1,975,978 ($2.0M)
Contractor: Starr II, a Joint Venture
Awarding Agency: Department of Homeland Security
Start Date: 2024-04-25
End Date: 2026-06-24
Contract Duration: 790 days
Daily Burn Rate: $2.5K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: HAWAII WILDFIRES MAUI ASSESSMENT TEAM
Place of Performance
Location: LAHAINA, MAUI County, HAWAII, 96761
State: Hawaii Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.0 million to STARR II, A JOINT VENTURE for work described as: HAWAII WILDFIRES MAUI ASSESSMENT TEAM Key points: 1. Contract awarded for essential post-disaster assessment services. 2. STARR II, a joint venture, secured the award. 3. Competition method was full and open, suggesting market availability. 4. The contract value is relatively modest for disaster response efforts.
Value Assessment
Rating: good
The contract's cost-plus-fixed-fee structure allows for flexibility in disaster response. Benchmarking against similar engineering services contracts for disaster assessment is difficult without more granular data, but the value appears reasonable for the scope.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple qualified vendors could bid. This method generally promotes competitive pricing and ensures the government receives fair market value.
Taxpayer Impact: The taxpayer impact is the direct cost of the contract, which is a necessary expenditure for assessing and recovering from the devastating wildfires.
Public Impact
Supports critical recovery efforts in Maui following devastating wildfires. Ensures professional assessment of damage and needs for effective rebuilding. Provides employment opportunities for specialized engineering and assessment personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns in cost-plus contracts.
- Dependence on a single joint venture for critical assessment.
Positive Signals
- Awarded through full and open competition.
- Supports vital disaster recovery mission.
Sector Analysis
This contract falls under Engineering Services, a sector crucial for infrastructure assessment and rebuilding after natural disasters. Spending in this area can fluctuate significantly based on the frequency and severity of such events.
Small Business Impact
The contract was awarded to a joint venture, STARR II. Information on the specific small business participation within this joint venture is not provided, but the award itself does not appear to be directly set aside for small businesses.
Oversight & Accountability
The Department of Homeland Security, through FEMA, is responsible for overseeing this contract. Standard oversight mechanisms for cost-plus contracts would apply, focusing on performance, cost tracking, and adherence to the fixed fee.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Cost-plus contracts can be prone to cost overruns.
- Limited visibility into small business participation.
- Potential for scope creep in disaster response scenarios.
- Dependence on a single entity for critical assessment.
Tags
engineering-services, department-of-homeland-security, hi, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.0 million to STARR II, A JOINT VENTURE. HAWAII WILDFIRES MAUI ASSESSMENT TEAM
Who is the contractor on this award?
The obligated recipient is STARR II, A JOINT VENTURE.
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 $2.0 million.
What is the period of performance?
Start: 2024-04-25. End: 2026-06-24.
What specific engineering services are included in the assessment, and how do they directly contribute to the recovery process?
The contract likely includes structural assessments, environmental impact studies, and infrastructure damage evaluations. These services are crucial for determining the scope of rebuilding efforts, prioritizing repairs, and ensuring safety standards are met, directly informing the allocation of recovery resources and guiding the long-term reconstruction of affected areas.
What are the key performance indicators (KPIs) for STARR II to ensure effective and timely assessment?
Key performance indicators would likely include timely completion of assessment reports, accuracy of damage evaluations, adherence to safety protocols during site visits, and effective communication with FEMA officials. Meeting these KPIs ensures that recovery efforts are based on reliable data and can proceed efficiently, minimizing further delays and costs associated with the disaster.
How will FEMA ensure that the cost-plus-fixed-fee structure does not lead to unnecessary inflation of costs for the assessment services?
FEMA will likely implement rigorous monitoring of direct costs incurred by STARR II, requiring detailed documentation and justification for all expenses. Regular audits and performance reviews will be conducted to ensure that costs are reasonable and directly related to the contract's objectives. The fixed fee component provides a ceiling on contractor profit, incentivizing efficiency.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: ARCHITECT-ENGINEER FAR 6.102
Solicitation ID: 70FA6021R00000015
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 3901 CALVERTON BLVD STE 400, CALVERTON, MD, 20705
Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $1,975,978
Exercised Options: $1,975,978
Current Obligation: $1,975,978
Actual Outlays: $930,173
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 70FA6021D00000005
IDV Type: IDC
Timeline
Start Date: 2024-04-25
Current End Date: 2026-06-24
Potential End Date: 2026-06-24 00:00:00
Last Modified: 2026-03-13
More Contracts from Starr II, a Joint Venture
- THE Purpose of Task Order IS to Exercise the Option Period 4 and Incrementally Fund Task Order — $44.4M (Department of Homeland Security)
- Production and Technical Service (PTS) for Standard Operations Period of Performance for This Contract IS 03/16/2017 to 03/15/2018 and IS Being Incrementally Funded — $37.8M (Department of Homeland Security)
- THE Purpose of This Task Order IS to Obtain a Contractor to Provide Production and Technical Services (PTS) Standard Operations 5 Support for Risk MAP, Hmtap, and Tarc for Regions 2, 5, 7, 9, and 10 — $33.6M (Department of Homeland Security)
- Fema Zone 3 Standard Operations 3 (SO 3) Architect and Engineering Services — $32.7M (Department of Homeland Security)
- Task Order — $27.9M (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)