FEMA spent $13.8M on mobile home setup, with 9 bids received for this fixed-price contract
Contract Overview
Contract Amount: $13,820,865 ($13.8M)
Contractor: Windstorm, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2004-08-25
End Date: 2006-09-30
Contract Duration: 766 days
Daily Burn Rate: $18.0K/day
Competition Type: FULL AND OPEN COMPETITION
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 $13.8 million to WINDSTORM, INC. for work described as: SET-UP OF MOBILE HOMES/TRAVEL TRAILERS Key points: 1. Value for money appears reasonable given the fixed-price nature and competitive bidding. 2. Competition dynamics indicate a healthy market for these specialized services. 3. Risk indicators are moderate, primarily related to performance execution in disaster zones. 4. Performance context is tied to disaster relief efforts, requiring rapid deployment. 5. Sector positioning is within facilities support services, crucial for emergency response.
Value Assessment
Rating: good
The contract's fixed-price structure suggests a degree of cost certainty. With 9 bids, the pricing is likely benchmarked against market rates for disaster-related temporary housing setup. While specific per-unit costs are not detailed here, the competitive nature of the award implies a reasonable price was achieved for the services rendered. The total value of $13.8 million for a two-year period, including potential option periods, aligns with the scale of emergency response operations.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, with nine distinct bids submitted. This level of competition is a positive signal, suggesting that multiple vendors were capable of and interested in providing the required services. The presence of numerous bidders generally leads to better price discovery and potentially lower costs for the government compared to sole-source or limited competition scenarios.
Taxpayer Impact: A robust competition ensures that taxpayer dollars are used efficiently by driving down prices through market forces. The government benefits from a wider pool of qualified contractors, increasing the likelihood of securing the best value.
Public Impact
Disaster-affected individuals and families in Florida benefit from the rapid deployment of temporary housing. Services include the logistical setup and placement of mobile homes and travel trailers. Geographic impact is concentrated in Florida, specifically areas affected by windstorms. Workforce implications include temporary employment opportunities for those involved in the setup and logistics.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delays in setup due to logistical challenges in disaster-stricken areas.
- Ensuring quality and safety standards are met for temporary housing units.
Positive Signals
- Contract awarded through full and open competition, indicating broad market interest.
- Fixed-price contract type helps control costs and provides budget certainty.
- Multiple bids received suggest a competitive market for these services.
Sector Analysis
This contract falls within the Facilities Support Services sector, specifically addressing the critical need for temporary housing solutions during emergencies. The market for disaster response services can be specialized, involving logistics, rapid deployment, and adherence to specific government requirements. Comparable spending benchmarks would typically be found in other FEMA or disaster relief contracts for temporary shelter provision.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses, nor does it appear to have a small business subcontracting requirement noted. The award to WINDSTORM, INC. suggests a larger entity secured the prime contract. Further analysis would be needed to determine if small businesses were involved as subcontractors.
Oversight & Accountability
Oversight for this contract would typically fall under FEMA's program management and contracting officers. Accountability measures are inherent in the fixed-price contract terms, requiring delivery of services as specified. Transparency is generally facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Disaster Housing Assistance Programs
- Emergency Management Support Services
- Temporary Housing Solutions
Risk Flags
- Potential for performance delays in disaster zones
- Logistical complexities in deployment
Tags
facilities-support-services, emergency-response, fema, department-of-homeland-security, florida, full-and-open-competition, firm-fixed-price, mobile-homes, travel-trailers, disaster-relief, temporary-housing
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $13.8 million to WINDSTORM, INC.. SET-UP OF MOBILE HOMES/TRAVEL TRAILERS
Who is the contractor on this award?
The obligated recipient is WINDSTORM, 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 $13.8 million.
What is the period of performance?
Start: 2004-08-25. End: 2006-09-30.
What is the track record of WINDSTORM, INC. with federal contracts, particularly in disaster response?
A detailed review of WINDSTORM, INC.'s federal contracting history would be necessary to fully assess their track record. This would involve examining past performance evaluations, any contract disputes or terminations, and the types and values of previous awards. For contracts related to disaster response, their experience in rapidly mobilizing resources, managing logistics in challenging environments, and meeting stringent timelines would be key performance indicators. Without specific data on this contractor's past performance, it's difficult to provide a definitive assessment beyond the information available for this single contract.
How does the $13.8 million total contract value compare to similar disaster housing setup contracts?
Benchmarking the $13.8 million value requires comparing it to similar contracts awarded by FEMA or other agencies for the setup of mobile homes and travel trailers, especially in the context of disaster relief. Factors influencing cost include the number of units, the duration of the contract, the geographic location (which impacts logistics and labor costs), and the specific services included (e.g., site preparation, utility hookups). A direct comparison would ideally involve contracts of similar size and scope, awarded around the same time period, and in comparable disaster scenarios. Given the fixed-price nature and the 9 bids received, the price achieved is likely competitive within its specific operational context.
What are the primary risks associated with a contract for setting up mobile homes in disaster areas?
The primary risks associated with setting up mobile homes in disaster areas are multifaceted. Logistical challenges are significant, including damaged infrastructure (roads, bridges) hindering access, limited availability of local labor, and the sheer scale of deployment required. Performance risks include potential delays in setup due to unforeseen site conditions or weather, and ensuring the quality and habitability of the temporary housing units meet federal standards. There's also a risk of cost overruns if the fixed-price contract doesn't adequately account for unpredictable on-the-ground complexities, although the fixed-price nature aims to mitigate this for the government. Security in disaster zones can also be a concern for personnel and equipment.
How effective was this contract in providing timely temporary housing after the windstorm?
Assessing the effectiveness of this contract in providing timely housing requires data beyond the contract award details. Key metrics would include the average time from contract award to unit occupancy, the total number of units deployed, and feedback from recipients regarding the adequacy and timeliness of the housing. The contract's duration (ending September 2006) suggests it was part of a longer-term recovery effort. Without post-award performance reports or user satisfaction data, it's challenging to definitively state its effectiveness in meeting the immediate needs following the windstorm.
What were the historical spending patterns for mobile home setup services by FEMA prior to this contract?
To understand historical spending patterns, one would need to analyze FEMA's contracting data for similar services over several fiscal years preceding August 2004. This analysis would reveal the frequency of such contracts, the typical contract values, the number of bidders, and the primary contractors involved. Significant windstorms or other natural disasters in previous years would likely correlate with increased spending in this category. Examining this historical data would help determine if the $13.8 million award was an outlier, a typical expenditure, or indicative of a growing need for such services.
Were there any specific performance issues or contract modifications documented for this award?
The provided data does not include details on contract modifications or specific performance issues. Typically, contract modifications would be documented if there were changes to the scope, price, or period of performance. Performance issues might be reflected in contract close-out documentation, past performance reviews, or through formal dispute resolution processes. A deeper dive into the contract file or relevant government databases would be required to ascertain if any such issues arose during the life of this award.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 9
Pricing Type: FIRM FIXED PRICE (J)
Contractor Details
Address: 916 N MONROE ST, TALLAHASSEE, FL, 02
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business
Financial Breakdown
Contract Ceiling: $13,820,865
Exercised Options: $13,820,865
Current Obligation: $13,820,865
Timeline
Start Date: 2004-08-25
Current End Date: 2006-09-30
Potential End Date: 2006-09-30 00:00:00
Last Modified: 2010-09-21
More Contracts from Windstorm, Inc.
- Maintenance and Deactivation of Mobile Homes and Travel Trailers DUE to Hurricanes in the State of Florida — $15.7M (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)