Hurricane Katrina Assistance contract awarded to Westover Consultants Inc. for over $12.2 million
Contract Overview
Contract Amount: $12,291,898 ($12.3M)
Contractor: Westover Consultants Inc
Awarding Agency: Department of Health and Human Services
Start Date: 2005-09-13
End Date: 2006-09-30
Contract Duration: 382 days
Daily Burn Rate: $32.2K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 1
Pricing Type: COST PLUS AWARD FEE
Sector: Other
Official Description: HKRP - HURRICANE KATRINA ASSISTANCE
Place of Performance
Location: BETHESDA, MONTGOMERY County, MARYLAND, 20814
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $12.3 million to WESTOVER CONSULTANTS INC for work described as: HKRP - HURRICANE KATRINA ASSISTANCE Key points: 1. Contract awarded for critical disaster relief services following Hurricane Katrina. 2. Service delivery period was relatively short, indicating a focused response effort. 3. The contract type, Cost Plus Award Fee, allows for performance-based incentives. 4. Awarded by HHS, this contract supports vital public health and mental health services. 5. The specific NAICS code suggests a broad range of business support services were procured.
Value Assessment
Rating: fair
The total award amount of $12,291,898 for a period of approximately one year for disaster assistance is substantial. Benchmarking this against similar disaster relief contracts is challenging due to the unique nature and urgency of Hurricane Katrina response. However, the Cost Plus Award Fee (CPAF) structure suggests that the government aimed to control costs while incentivizing performance, which can be a reasonable approach for complex, evolving needs. Without detailed performance metrics and cost breakdowns, a precise value-for-money assessment is difficult, but the scale indicates significant resource allocation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
This contract was awarded as a 'COMPETITIVE DELIVERY ORDER', indicating that multiple vendors likely had an opportunity to bid. The fact that it was competed suggests a degree of market research and solicitation to find qualified providers. The presence of competition, even in a delivery order format, generally helps in price discovery and ensures that the government receives proposals from various entities. However, the specific number of bidders is not provided, which limits a deeper analysis of the competitive intensity.
Taxpayer Impact: A competitive award process, even for a delivery order, is generally favorable for taxpayers as it promotes a more efficient allocation of funds and can lead to better pricing compared to sole-source awards.
Public Impact
Beneficiaries include individuals and communities impacted by Hurricane Katrina, receiving essential mental health and substance abuse services. Services delivered likely encompassed a range of support functions necessary for disaster recovery and aid distribution. Geographic impact is primarily focused on the areas affected by Hurricane Katrina, particularly in the Gulf Coast region. Workforce implications include the potential for temporary employment for consultants and support staff involved in the disaster response effort.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The urgency of disaster response can sometimes lead to less rigorous cost scrutiny.
- The Cost Plus Award Fee structure requires careful monitoring to ensure award fees are justified by performance.
- The short duration of the contract might indicate a need for follow-on or extended support, potentially increasing overall spending.
Positive Signals
- Awarded through a competitive process, suggesting potential for good value.
- The contract type (CPAF) includes incentives for performance, aiming for efficient service delivery.
- The contract addresses a critical need for disaster relief, demonstrating responsiveness to national emergencies.
Sector Analysis
This contract falls within the 'Other Business Service Centers' sector, which encompasses a wide array of support services. In the context of disaster response, such services are crucial for logistical, administrative, and operational support. The market for these services is broad, with many firms capable of providing support functions. The spending of over $12 million on this contract highlights the significant investment required for large-scale disaster recovery efforts, often involving specialized consulting and support firms.
Small Business Impact
Information regarding small business set-asides or subcontracting is not explicitly provided for this contract. Given the nature and scale of disaster response, it's possible that larger firms were prime contractors, with potential for subcontracting opportunities. However, without specific data, the direct impact on the small business ecosystem remains unclear.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Health and Human Services (HHS) and its relevant sub-agency, SAMHSA. The Cost Plus Award Fee structure necessitates robust oversight to ensure that award fees are earned based on documented performance against established criteria. Transparency would be managed through contract reporting requirements and potentially through HHS's Inspector General's office, especially concerning the use of federal funds for disaster relief.
Related Government Programs
- Hurricane Katrina Disaster Relief Efforts
- Federal Emergency Management Agency (FEMA) Contracts
- Public Health Emergency Response
- Mental Health Services Contracts
- Substance Abuse Treatment Programs
Risk Flags
- Urgency of disaster response may impact thoroughness of oversight.
- CPAF structure requires diligent monitoring of performance metrics.
- Short contract duration could lead to service gaps if not managed.
- Broad NAICS code may obscure specific service details.
Tags
disaster-relief, hurricane-katrina, hhs, substance-abuse-and-mental-health-services-administration, competitive-delivery-order, cost-plus-award-fee, business-services, maryland, emergency-response, public-health
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $12.3 million to WESTOVER CONSULTANTS INC. HKRP - HURRICANE KATRINA ASSISTANCE
Who is the contractor on this award?
The obligated recipient is WESTOVER CONSULTANTS INC.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Substance Abuse and Mental Health Services Administration).
What is the total obligated amount?
The obligated amount is $12.3 million.
What is the period of performance?
Start: 2005-09-13. End: 2006-09-30.
What was the specific nature of the 'Other Business Service Centers' services provided under this contract?
The NAICS code 561439, 'Other Business Service Centers (including Copy Shops)', is quite broad. In the context of Hurricane Katrina assistance, these services likely encompassed a range of critical support functions necessary for disaster relief operations. This could include administrative support, logistical coordination, communication services, data management, document processing, and potentially call center operations to manage aid distribution or information dissemination. Given the scale of the disaster and the awarding agency (HHS), the services were probably tailored to support public health and mental health outreach, case management, and the coordination of relief efforts in affected areas.
How does the Cost Plus Award Fee (CPAF) structure typically function in disaster response contracts?
The Cost Plus Award Fee (CPAF) contract type allows the contractor to recover all allowable costs plus a fixed fee, with a portion of that fee being variable and contingent upon meeting or exceeding specific performance objectives. In disaster response, where needs can be dynamic and unpredictable, CPAF offers flexibility. The government defines performance standards related to response time, effectiveness of services, coordination with other agencies, and client satisfaction. The contractor is incentivized to perform well to earn the maximum award fee. This structure aims to balance cost control with the need for high-quality, responsive services during critical events, though it requires diligent government oversight to ensure award fees are appropriately justified.
What was the historical spending pattern for Hurricane Katrina-related assistance by HHS?
Hurricane Katrina, occurring in 2005, triggered an unprecedented federal response, with significant funding allocated across numerous agencies, including HHS. HHS was tasked with providing critical health and human services, including mental health support, to survivors. While this specific contract represents over $12.2 million, HHS's overall spending for Katrina relief was in the billions, encompassing a wide range of programs and services. Historical data indicates a substantial and sustained investment in recovery efforts over several years following the storm, with contracts like this being part of a larger, coordinated federal strategy to address the multifaceted impacts of the disaster.
What are the potential risks associated with a short-duration contract for disaster relief?
Short-duration contracts for disaster relief, like this one ending within a year of its start, can present several risks. Firstly, there's a risk of service discontinuity if follow-on contracts are not secured in a timely manner, potentially leaving affected populations without essential support. Secondly, the urgency to deploy resources quickly might lead to less thorough vetting of contractors or services, potentially increasing the risk of inefficient spending or suboptimal service delivery. Lastly, a short timeframe might not allow for the full impact or long-term recovery goals to be achieved, necessitating further, potentially more expensive, interventions later on. However, short durations can also be beneficial by allowing for rapid reassessment and adaptation of strategies as the situation evolves.
How did the competitive delivery order mechanism impact the cost-effectiveness of this contract?
A competitive delivery order (DO) mechanism, when used appropriately, can enhance cost-effectiveness. It implies that the contract was awarded under a larger indefinite-delivery indefinite-quantity (IDIQ) contract or a similar framework, and that multiple vendors were solicited for this specific task order. This competition, even at the delivery order level, encourages bidders to offer competitive pricing and terms to secure the work. While the exact number of bidders isn't specified, the competitive nature suggests that the government sought to leverage market forces to obtain favorable pricing for the services required for Hurricane Katrina assistance. The effectiveness of this mechanism depends on the thoroughness of the competition and the clarity of the requirements.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Business Support Services › Other Business Service Centers (including Copy Shops)
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Address: 8630 FENTON ST STE 724, SILVER SPRING, MD, 08
Business Categories: Category Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations
Financial Breakdown
Contract Ceiling: $12,291,898
Exercised Options: $12,291,898
Current Obligation: $12,291,898
Parent Contract
Parent Award PIID: 280020200
IDV Type: IDC
Timeline
Start Date: 2005-09-13
Current End Date: 2006-09-30
Potential End Date: 2006-09-30 00:00:00
Last Modified: 2008-09-29
More Contracts from Westover Consultants Inc
Other Department of Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →