FEMA Spends $10.8M on Mobile Homes for Disaster Relief, Awarded to Nu-Way Concrete Co
Contract Overview
Contract Amount: $10,798,939 ($10.8M)
Contractor: Nu-Way Concrete CO., Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2004-08-25
End Date: 2006-12-31
Contract Duration: 858 days
Daily Burn Rate: $12.6K/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 9
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SET-UP OF MOBILE HOMES/TRAVEL TRAILERS
Place of Performance
Location: ORLANDO, ORANGE County, FLORIDA, 32809
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $10.8 million to NU-WAY CONCRETE CO., INC. for work described as: SET-UP OF MOBILE HOMES/TRAVEL TRAILERS Key points: 1. Significant expenditure of $10.8 million for essential disaster relief housing. 2. Sole-source award to Nu-Way Concrete Co., Inc. raises questions about competition. 3. Contract duration of 858 days suggests a substantial, long-term need. 4. Fixed-price contract aims to control costs, but initial pricing needs scrutiny.
Value Assessment
Rating: questionable
The total award of $10.8 million for mobile homes and travel trailers appears high without a competitive benchmark. The lack of competition makes it difficult to assess if this price represents fair market value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not competed under Simplified Acquisition Procedures (SAP) and was awarded sole-source. This method limits price discovery and potentially leads to higher costs for taxpayers.
Taxpayer Impact: The sole-source nature of this award means taxpayers may have paid a premium due to the absence of competitive bidding.
Public Impact
Provides critical temporary housing for disaster victims, addressing immediate needs. Supports recovery efforts in Florida following natural disasters. Ensures essential infrastructure is available during emergency response phases.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- High total award value
- Sole-source justification unclear
Positive Signals
- Addresses critical disaster relief needs
- Fixed-price contract for cost control
Sector Analysis
This contract falls under specialty trade contracting, specifically related to the setup of temporary housing. Spending in this sector can fluctuate significantly based on disaster frequency and severity.
Small Business Impact
The award was made to Nu-Way Concrete Co., Inc., a firm. There is no indication that small businesses were involved as subcontractors or partners in this specific award.
Oversight & Accountability
The sole-source award warrants further review by oversight bodies to ensure the justification for bypassing competition was valid and that taxpayer funds were used efficiently.
Related Government Programs
- All Other Specialty Trade Contractors
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Sole-source award lacks transparency
- Potential for overpayment due to lack of competition
- High total contract value requires justification
- Limited data on per-unit cost and market comparison
Tags
all-other-specialty-trade-contractors, department-of-homeland-security, fl, po, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $10.8 million to NU-WAY CONCRETE CO., INC.. SET-UP OF MOBILE HOMES/TRAVEL TRAILERS
Who is the contractor on this award?
The obligated recipient is NU-WAY CONCRETE CO., 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 $10.8 million.
What is the period of performance?
Start: 2004-08-25. End: 2006-12-31.
What was the specific justification for awarding this contract sole-source, and were alternative competitive options explored?
The data indicates the contract was 'NOT COMPETED UNDER SAP' and awarded sole-source. A thorough review would require access to the contract file to understand the specific circumstances and documented justification for bypassing the standard competitive procurement process. This is crucial for ensuring fair and efficient use of taxpayer funds.
What was the per-unit cost for the mobile homes/travel trailers, and how does it compare to market rates at the time?
The provided data does not include per-unit cost breakdowns. Without this information and comparative market data from 2004-2006, it is impossible to assess the value for money. The total award of $10.8 million for 9 units (implied by 'no': 9) suggests a high per-unit cost that requires further investigation.
How effectively did the mobile homes provided meet the needs of disaster victims in Florida?
The effectiveness of the provided housing is not detailed in the data. While the contract fulfilled the requirement for setting up mobile homes, the long duration (858 days) and sole-source nature raise questions about the efficiency and long-term suitability of the solution chosen for disaster relief.
Industry Classification
NAICS: Construction › Other Specialty Trade Contractors › All Other Specialty Trade Contractors
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Offers Received: 9
Pricing Type: FIRM FIXED PRICE (J)
Contractor Details
Address: 166 KELSO TRAIL, CORBIN, KY, 05
Business Categories: Category Business, Small Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $10,798,939
Exercised Options: $10,798,939
Current Obligation: $10,798,939
Timeline
Start Date: 2004-08-25
Current End Date: 2006-12-31
Potential End Date: 2006-12-31 00:00:00
Last Modified: 2010-09-20
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)