FEMA spent $11M on trailer maintenance for disaster victims in Florida, awarded to Wilson Transport
Contract Overview
Contract Amount: $11,007,717 ($11.0M)
Contractor: Wilson Transport Mobile Home Services, Inc
Awarding Agency: Department of Homeland Security
Start Date: 2005-01-08
End Date: 2008-06-12
Contract Duration: 1,251 days
Daily Burn Rate: $8.8K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MAINTENANCE & DEACTIVATION OF TRAVEL TRAILERS AND MOBILE HOMES TO DISASTER VICTIMS IN THE STATE OF FLORIDA
Place of Performance
Location: ORLANDO, ORANGE County, FLORIDA, 32809
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $11.0 million to WILSON TRANSPORT MOBILE HOME SERVICES, INC for work described as: MAINTENANCE & DEACTIVATION OF TRAVEL TRAILERS AND MOBILE HOMES TO DISASTER VICTIMS IN THE STATE OF FLORIDA Key points: 1. The contract provided essential services for disaster relief, focusing on temporary housing solutions. 2. Awarded under Simplified Acquisition Procedures (SAP), suggesting a focus on smaller value procurements. 3. The duration of the contract (1251 days) indicates a sustained need for these services. 4. The fixed-price contract type likely provided cost certainty for the agency. 5. The geographic focus on Florida highlights the agency's response to specific regional disasters.
Value Assessment
Rating: fair
Benchmarking the value of this specific contract is challenging without more granular data on the services provided and market rates at the time. However, the total value of over $11 million for a three-year period for maintenance and deactivation of mobile homes suggests a significant operational effort. Comparing it to similar disaster relief support contracts would be necessary for a more precise value assessment. The fixed-price nature offers some predictability, but the overall value proposition depends heavily on the efficiency and effectiveness of the services rendered.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under Simplified Acquisition Procedures (SAP), which generally allows for broader competition among vendors for procurements below certain thresholds. While the specific number of bidders is not detailed, the fact that it was competed indicates an effort to solicit offers and achieve a competitive price. SAP aims to streamline the acquisition process while still encouraging market participation.
Taxpayer Impact: Competing this contract, even under SAP, likely resulted in a more favorable price for taxpayers compared to a sole-source award. It ensures that multiple vendors had the opportunity to bid, driving down costs through market forces.
Public Impact
Disaster victims in Florida received essential support through the maintenance and deactivation of temporary housing. The contract facilitated the provision of safe and functional mobile homes for those affected by disasters. The services directly supported the Federal Emergency Management Agency's (FEMA) disaster response mission. The contract's impact was concentrated in Florida, addressing specific regional disaster needs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics makes it difficult to assess the contractor's efficiency and effectiveness.
- The duration of the contract could indicate potential for cost overruns if not managed tightly.
- Limited information on the specific types of maintenance performed hinders a thorough value assessment.
Positive Signals
- The contract was competed, suggesting an effort to secure competitive pricing.
- The fixed-price contract type provides cost certainty for the government.
- The contract addressed a critical need for disaster relief support in Florida.
Sector Analysis
This contract falls within the broader services sector, specifically supporting government operations related to disaster relief and emergency management. The market for such services includes companies specializing in logistics, temporary housing solutions, and facility maintenance. Comparable spending benchmarks would typically involve analyzing other FEMA contracts for similar disaster response support, looking at the scale and duration of services provided to assess cost-effectiveness.
Small Business Impact
Information regarding small business set-asides or subcontracting plans for this contract is not available in the provided data. As the contract was competed under SAP, it's possible that small businesses were encouraged to participate, but without specific details, their direct impact or involvement cannot be determined. Further analysis would be needed to ascertain any specific provisions or outcomes related to small business participation.
Oversight & Accountability
Oversight for this contract would have been primarily managed by the Federal Emergency Management Agency (FEMA). As a competed contract awarded under SAP, standard procurement regulations and oversight mechanisms would apply. Transparency is generally facilitated through contract databases, but specific performance monitoring and accountability measures would be internal to the agency's contracting officer and program managers. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- FEMA Disaster Relief Fund
- Temporary Housing Assistance Programs
- Emergency Management Services
- Logistics Support Contracts
Risk Flags
- Lack of detailed performance data
- Limited scope for value benchmarking
- Absence of contractor past performance information
Tags
disaster-relief, fema, department-of-homeland-security, florida, mobile-homes, trailer-maintenance, competed, fixed-price, simplified-acquisition-procedures, services-to-buildings-and-dwellings, emergency-management
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $11.0 million to WILSON TRANSPORT MOBILE HOME SERVICES, INC. MAINTENANCE & DEACTIVATION OF TRAVEL TRAILERS AND MOBILE HOMES TO DISASTER VICTIMS IN THE STATE OF FLORIDA
Who is the contractor on this award?
The obligated recipient is WILSON TRANSPORT MOBILE HOME SERVICES, 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 $11.0 million.
What is the period of performance?
Start: 2005-01-08. End: 2008-06-12.
What specific maintenance and deactivation services were included under this contract?
The provided data indicates 'MAINTENANCE & DEACTIVATION OF TRAVEL TRAILERS AND MOBILE HOMES TO DISASTER VICTIMS IN THE STATE OF FLORIDA.' However, it does not detail the specific tasks encompassed by 'maintenance' (e.g., repairs, cleaning, utility hookups) or 'deactivation' (e.g., removal, storage, disposal). A comprehensive understanding of the services would require reviewing the contract's statement of work (SOW) or task orders. This level of detail is crucial for accurately benchmarking costs and assessing the contractor's performance against expectations.
How did the pricing structure of this fixed-price contract compare to market rates for similar services in Florida during 2005-2008?
The provided data indicates a 'FIRM FIXED PRICE' contract type, which establishes a set price for the defined scope of work. To compare this pricing to market rates, one would need to research the prevailing costs for mobile home maintenance and deactivation services in Florida between January 2005 and June 2008. This would involve examining industry reports, consulting with subject matter experts, and potentially analyzing other government contracts awarded during that period for comparable services. Without this external market data, a direct price-to-market comparison is not feasible based solely on the contract details provided.
What was the track record of Wilson Transport Mobile Home Services, Inc. prior to or during this contract?
The provided data identifies Wilson Transport Mobile Home Services, Inc. as the contractor but does not include information regarding their past performance, financial stability, or any prior government contracts. To assess their track record, one would need to consult federal procurement databases (like SAM.gov or FPDS), review past performance evaluations if available, and potentially search for news articles or industry reviews related to the company's operations. A contractor's history is a key indicator of their reliability and ability to successfully execute contracts, especially those critical to disaster response.
What were the key performance indicators (KPIs) used to evaluate the contractor's success in maintaining and deactivating the trailers?
The provided data does not specify the Key Performance Indicators (KPIs) or metrics used to evaluate Wilson Transport Mobile Home Services, Inc.'s performance under this contract. Typically, such contracts would include clauses related to timeliness of service, quality of repairs, adherence to safety standards, and efficient deactivation processes. Assessing the contractor's success would require access to the contract's SOW, performance work statement (PWS), and any associated performance reports or evaluations generated by the contracting officer's representative (COR) or other agency officials.
How many disaster events in Florida necessitated the use of this contract during its 3-year duration?
The data indicates the contract was active from January 8, 2005, to June 12, 2008, and was intended for 'MAINTENANCE & DEACTIVATION OF TRAVEL TRAILERS AND MOBILE HOMES TO DISASTER VICTIMS IN THE STATE OF FLORIDA.' However, it does not specify the number or types of disaster events that triggered the use of these services. To determine this, one would need to cross-reference the contract period with FEMA's disaster declarations for Florida during those years and review any task orders or reports that might link specific services to particular events.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Other Services to Buildings and Dwellings
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6827 SHREVEPORT HWY, PINEVILLE, LA, 06
Business Categories: Category Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $11,007,717
Exercised Options: $11,007,717
Current Obligation: $11,007,717
Timeline
Start Date: 2005-01-08
Current End Date: 2008-06-12
Potential End Date: 2008-06-30 00:00:00
Last Modified: 2011-03-11
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)