DHS FEMA awards $2.18M for Maui wildfire recovery, extending lease services for 120 days

Contract Overview

Contract Amount: $2,183,273 ($2.2M)

Contractor: Parliament LLC

Awarding Agency: Department of Homeland Security

Start Date: 2025-12-01

End Date: 2026-03-31

Contract Duration: 120 days

Daily Burn Rate: $18.2K/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PARLIAMENT: THE PURPOSE OF THIS CALL ORDER IS TO EXECUTE A SECOND CONSOLIDATION OF PRIOR CALL ORDERS AND EXTEND DIRECT LEASE SERVICES IN SUPPORT OF DR-4724-HI MAUI WILDFIRES RECOVERY EFFORTS. THIS INCLUDES A 3-MONTH EXTENSION OF THE PERIOD OF PERFORM

Place of Performance

Location: LAHAINA, MAUI County, HAWAII, 96761

State: Hawaii Government Spending

Plain-Language Summary

Department of Homeland Security obligated $2.2 million to PARLIAMENT LLC for work described as: PARLIAMENT: THE PURPOSE OF THIS CALL ORDER IS TO EXECUTE A SECOND CONSOLIDATION OF PRIOR CALL ORDERS AND EXTEND DIRECT LEASE SERVICES IN SUPPORT OF DR-4724-HI MAUI WILDFIRES RECOVERY EFFORTS. THIS INCLUDES A 3-MONTH EXTENSION OF THE PERIOD OF PERFORM Key points: 1. Contract value of $2.18M for a 120-day extension of lease services. 2. Services are critical for ongoing recovery efforts in Maui following wildfires. 3. Awarded under Simplified Acquisition Procedures (SAP), indicating a focus on efficiency for smaller procurements. 4. The contract type is Firm Fixed Price, providing cost certainty for the government. 5. The contractor, PARLIAMENT LLC, has prior experience with similar call orders. 6. This award represents a continuation of services rather than a new requirement.

Value Assessment

Rating: good

The contract value of $2.18M for 120 days of lease services appears reasonable given the context of disaster recovery operations. While direct comparisons are difficult without more specific service details, the firm-fixed-price structure suggests a defined scope. The extension nature of the award implies that pricing was likely established in prior, potentially more competitive, phases. Benchmarking against similar disaster response contracts would provide further insight into value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: unknown

This contract was competed under Simplified Acquisition Procedures (SAP), which typically allows for a broader range of competition for procurements under the simplified acquisition threshold. The data indicates two bidders participated in this specific call order. While SAP aims for efficiency, the level of competition can vary. The presence of two bidders suggests some level of market interest, but it's not as robust as a full and open competition.

Taxpayer Impact: Competing under SAP allows for streamlined processes, potentially leading to faster service delivery during urgent recovery needs. The participation of two bidders indicates some market engagement, which is generally favorable for taxpayer value compared to a sole-source award.

Public Impact

Residents and businesses affected by the Maui wildfires will benefit from continued access to essential services. Lease services are crucial for supporting temporary housing, operational command centers, and other recovery infrastructure. The geographic impact is focused on Hawaii, specifically the areas affected by the wildfires. The contract supports the Federal Emergency Management Agency's (FEMA) mission to aid disaster-stricken communities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader professional, scientific, and technical services sector, specifically focusing on property management and disaster recovery support. The market for disaster response services is often characterized by urgent needs and specialized capabilities. While specific benchmarks for this niche are hard to pinpoint, government spending in disaster relief and property management is substantial, with FEMA being a major procurer in this space.

Small Business Impact

The provided data does not indicate any small business set-aside or subcontracting requirements for this specific call order. Given the nature of the services and the contract value, it's possible that larger firms or those with established disaster recovery contracts are more likely to participate. Further analysis would be needed to determine if small businesses are indirectly involved or if opportunities were missed.

Oversight & Accountability

Oversight for this contract would primarily fall under the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security (DHS). FEMA has established procedures for contract monitoring and performance evaluation, especially in disaster recovery contexts. Transparency is generally maintained through contract databases like SAM.gov. Inspector General oversight from DHS would also be applicable.

Related Government Programs

Risk Flags

Tags

dhs, fema, hawaii, disaster-recovery, lease-services, residential-property-management, competed-under-sap, firm-fixed-price, call-order, extension, emergency-management

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $2.2 million to PARLIAMENT LLC. PARLIAMENT: THE PURPOSE OF THIS CALL ORDER IS TO EXECUTE A SECOND CONSOLIDATION OF PRIOR CALL ORDERS AND EXTEND DIRECT LEASE SERVICES IN SUPPORT OF DR-4724-HI MAUI WILDFIRES RECOVERY EFFORTS. THIS INCLUDES A 3-MONTH EXTENSION OF THE PERIOD OF PERFORM

Who is the contractor on this award?

The obligated recipient is PARLIAMENT 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 $2.2 million.

What is the period of performance?

Start: 2025-12-01. End: 2026-03-31.

What is the historical spending by FEMA on lease services related to disaster recovery efforts in Hawaii?

Analyzing historical FEMA spending on lease services for disaster recovery in Hawaii requires examining past disaster declarations and associated procurements. For instance, following major events like Hurricane Maria or other significant natural disasters, FEMA often engages in extensive leasing of property for temporary housing, operational facilities, and storage. Specific dollar amounts would be found by querying contract databases for keywords like 'lease', 'recovery', 'temporary housing', and 'Hawaii' within FEMA's procurement history. Without direct access to this granular historical data, it's challenging to provide precise figures, but it's understood that such expenditures can run into tens or hundreds of millions of dollars over the lifespan of a major disaster response.

How does the per-day cost of these lease services compare to industry benchmarks for property management in disaster zones?

Determining the precise per-day cost requires dividing the total contract value ($2,183,272.76) by the duration in days (120 days), yielding approximately $18,194 per day. Benchmarking this against industry standards for property management in disaster zones is complex due to variable factors like property type, location, security requirements, and the urgency of the need. In disaster areas, costs are often inflated due to high demand, limited availability, and logistical challenges. While $18,194 per day might seem high in a stable market, it could be within a reasonable range for specialized, rapidly deployable lease services during a critical recovery phase. A more accurate comparison would involve analyzing similar FEMA contracts for lease services during other major disasters.

What specific types of properties or lease services are being procured under this contract?

The contract description indicates 'direct lease services' in support of wildfire recovery efforts, with the NAICS code 531311 pointing to 'Residential Property Managers'. This suggests the procurement likely involves leasing residential properties for temporary housing solutions for displaced individuals and families. It could also encompass the management and maintenance of these leased properties, ensuring they are habitable and functional. Given the context of disaster recovery, the services might extend to securing, preparing, and potentially furnishing these units. The exact scope would be detailed in the full contract statement of work, which is not provided here.

What is PARLIAMENT LLC's track record with FEMA and other government agencies for disaster response contracts?

PARLIAMENT LLC has a documented history of receiving contracts from the Department of Homeland Security (DHS), specifically through the Federal Emergency Management Agency (FEMA). The provided data indicates this is a 'second consolidation of prior call orders,' suggesting a continuing relationship and prior performance on related tasks. To fully assess their track record, one would need to examine their contract history for other disaster response or recovery efforts, looking at performance evaluations, any past disputes, and the overall value and duration of previous awards. A positive indicator is the extension and consolidation of services, which often implies satisfactory performance on the initial task orders.

What are the potential risks associated with extending lease services for disaster recovery operations?

Extending lease services for disaster recovery operations carries several potential risks. Firstly, there's the risk of cost escalation if the duration of the recovery extends beyond initial projections, leading to prolonged expenditures. Secondly, the quality and suitability of leased properties may vary, potentially impacting the effectiveness of temporary housing or operational support. Thirdly, reliance on leased facilities can create logistical challenges in terms of maintenance, security, and eventual decommissioning. Finally, there's a risk of 'contract creep,' where the scope of services expands over time without adequate adjustments to cost or oversight, especially in prolonged emergency situations.

Industry Classification

NAICS: Real Estate and Rental and LeasingActivities Related to Real EstateResidential Property Managers

Product/Service Code: LEASE/RENT FACILITIESLEASE/RENTAL OF BUILDINGS

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2427 BRENTWOOD RD, BEACHWOOD, OH, 44122

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,534,938

Exercised Options: $3,534,938

Current Obligation: $2,183,273

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 70FBR924A00000005

IDV Type: BPA

Timeline

Start Date: 2025-12-01

Current End Date: 2026-03-31

Potential End Date: 2027-02-28 00:00:00

Last Modified: 2026-03-27

More Contracts from Parliament LLC

View all Parliament LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending