DHS FEMA Spends $218K on 30-Day Conference Room and Parking Rental from KYO-YA HOTELS
Contract Overview
Contract Amount: $218,579 ($218.6K)
Contractor: Kyo-Ya Hotels & Resorts, LP
Awarding Agency: Department of Homeland Security
Start Date: 2026-04-12
End Date: 2026-10-08
Contract Duration: 179 days
Daily Burn Rate: $1.2K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FIXED PRICE PURCHASE ORDER FOR THE USE OF 2 CONFERENCE ROOMS AND 25 PARKING SPACES FOR 30 DAYS.
Place of Performance
Location: LAHAINA, MAUI County, HAWAII, 96761
State: Hawaii Government Spending
Plain-Language Summary
Department of Homeland Security obligated $218,579.4 to KYO-YA HOTELS & RESORTS, LP for work described as: FIXED PRICE PURCHASE ORDER FOR THE USE OF 2 CONFERENCE ROOMS AND 25 PARKING SPACES FOR 30 DAYS. Key points: 1. High cost for short-term rental of basic facilities. 2. Lack of competition raises concerns about price reasonableness. 3. Potential for better value through alternative arrangements or longer-term contracts. 4. Sector benchmark for hospitality services suggests this rate is elevated.
Value Assessment
Rating: questionable
The price of $218,579.40 for 30 days of conference rooms and parking appears high, especially considering the duration. Without competitive bids, it's difficult to ascertain if this represents fair market value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source or limited competition procurement. This lack of competition likely hindered price discovery and may have resulted in a higher price than if multiple vendors had bid.
Taxpayer Impact: Taxpayers may be overpaying for temporary facility rentals due to the absence of a competitive bidding process.
Public Impact
Federal agencies require temporary facilities for various operational needs. Procurement processes aim to secure goods and services at fair market prices. Ensuring competition in contracting is crucial for maximizing taxpayer value. Oversight is needed to verify the necessity and cost-effectiveness of such expenditures.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potentially high cost for short duration
- Limited transparency in price justification
Positive Signals
- Requirement met for essential facilities
Sector Analysis
The hospitality sector, particularly hotels and motels, provides essential services for government functions. Benchmarks for similar short-term rentals in high-cost areas like Hawaii can vary significantly, but this price warrants scrutiny.
Small Business Impact
There is no indication that small businesses were considered or involved in this procurement. The contract was awarded to KYO-YA HOTELS & RESORTS, LP, which is likely a larger entity.
Oversight & Accountability
The non-competed nature of this purchase order raises questions about the oversight applied to ensure fair pricing and explore all available options. Further review may be needed to confirm the justification for sole-source.
Related Government Programs
- Hotels (except Casino Hotels) and Motels
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Lack of competition
- High unit cost for short duration
- Potential for better value through alternative sourcing
- Limited justification for sole-source award
Tags
hotels-except-casino-hotels-and-motels, department-of-homeland-security, hi, purchase-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $218,579.4 to KYO-YA HOTELS & RESORTS, LP. FIXED PRICE PURCHASE ORDER FOR THE USE OF 2 CONFERENCE ROOMS AND 25 PARKING SPACES FOR 30 DAYS.
Who is the contractor on this award?
The obligated recipient is KYO-YA HOTELS & RESORTS, LP.
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 $218,579.4.
What is the period of performance?
Start: 2026-04-12. End: 2026-10-08.
What specific operational needs justified the use of these particular conference rooms and parking spaces, and why were alternative, potentially more cost-effective solutions not pursued?
The specific operational needs are not detailed in the provided data. However, FEMA may have required these facilities for a specific event, temporary surge in personnel, or a critical mission requirement in Hawaii. The lack of competition suggests that either only one vendor was available, or the agency deemed it necessary to proceed without competition due to urgency or other factors, potentially overlooking more cost-effective alternatives.
How was the price of $218,579.40 determined to be fair and reasonable in the absence of competitive bids?
Without competitive bids, determining price reasonableness is challenging. Agencies typically rely on historical pricing data, commercial price lists, or independent government cost estimates. The justification for accepting this price without competition needs to be thoroughly documented by FEMA, potentially referencing market research or prior contract data for similar services in the region.
What is the long-term strategy for securing such facilities, and could a more strategic, longer-term contract or different procurement approach yield better value for taxpayers?
This appears to be a short-term, fixed-price arrangement. A longer-term strategy might involve establishing blanket purchase agreements or indefinite-delivery/indefinite-quantity contracts with multiple vendors to ensure consistent availability and potentially better pricing through volume. Exploring options like government-owned facilities or partnerships could also be considered for recurring needs.
Industry Classification
NAICS: Accommodation and Food Services › Traveler Accommodation › Hotels (except Casino Hotels) and Motels
Product/Service Code: LEASE/RENT FACILITIES › LEASE/RENTAL OF BUILDINGS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2605 KAANAPALI PKWY, LAHAINA, HI, 96761
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $874,318
Exercised Options: $437,159
Current Obligation: $218,579
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-12
Current End Date: 2026-10-08
Potential End Date: 2027-04-08 00:00:00
Last Modified: 2026-04-11
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)