DHS FEMA awards $22.6M for Hurricane Katrina Base Camp Services to Clearbrook, L.L.C
Contract Overview
Contract Amount: $22,603,820 ($22.6M)
Contractor: Clearbrook, L.L.C.
Awarding Agency: Department of Homeland Security
Start Date: 2005-11-11
End Date: 2010-02-05
Contract Duration: 1,547 days
Daily Burn Rate: $14.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CONTRACTOR SHALL PROVIDE FULLY OPERATIONAL BASE CAMP SERVICES TO RESPONDERS OF HURRICANE KATRINA.
Place of Performance
Location: NEW ORLEANS, ORLEANS County, LOUISIANA, 70114
Plain-Language Summary
Department of Homeland Security obligated $22.6 million to CLEARBROOK, L.L.C. for work described as: CONTRACTOR SHALL PROVIDE FULLY OPERATIONAL BASE CAMP SERVICES TO RESPONDERS OF HURRICANE KATRINA. Key points: 1. Significant contract awarded for critical disaster response services. 2. Competition method suggests potential for price discovery, but exclusion of sources warrants review. 3. Long contract duration (over 4 years) for base camp operations. 4. Services provided in Louisiana, a region heavily impacted by Hurricane Katrina.
Value Assessment
Rating: fair
The contract value of $22.6M over approximately 4 years for base camp services appears reasonable given the scope and duration. However, without specific benchmarks for disaster response base camp operations, a precise pricing assessment is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates some level of competition, but the exclusion of specific sources limits the competitive landscape and may impact price discovery.
Taxpayer Impact: Taxpayer funds are being used for essential disaster relief support. The effectiveness of the competition method in securing the best value for taxpayer dollars is a key consideration.
Public Impact
Ensured operational support for responders during a critical recovery period. Provided essential facilities and services in a disaster-stricken area. Supported the long-term recovery efforts in Louisiana post-Hurricane Katrina.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition due to source exclusion
- Long contract duration may increase risk if needs change
Positive Signals
- Provided critical support during a major disaster
- Awarded to a single contractor for a defined period
Sector Analysis
Facilities Support Services are crucial for government operations, especially during emergencies. Benchmarks for disaster response base camp services are highly variable, making direct comparisons challenging.
Small Business Impact
The data does not indicate if small businesses were involved in this contract, either as prime contractors or subcontractors. Further analysis would be needed to determine small business participation.
Oversight & Accountability
The contract was awarded by FEMA, an agency with established oversight mechanisms for disaster relief spending. The duration and value suggest ongoing monitoring would be necessary.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Limited competition
- Lack of detailed performance metrics
- Potential for cost overruns due to long duration
- Unclear justification for source exclusion
Tags
facilities-support-services, department-of-homeland-security, la, dca, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $22.6 million to CLEARBROOK, L.L.C.. CONTRACTOR SHALL PROVIDE FULLY OPERATIONAL BASE CAMP SERVICES TO RESPONDERS OF HURRICANE KATRINA.
Who is the contractor on this award?
The obligated recipient is CLEARBROOK, L.L.C..
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 $22.6 million.
What is the period of performance?
Start: 2005-11-11. End: 2010-02-05.
What was the justification for excluding specific sources in the competition?
The justification for excluding specific sources is not provided in the data. Understanding this rationale is crucial to assess whether the limited competition truly served the government's best interest and secured optimal pricing for the services rendered during a critical recovery period.
How did the pricing compare to similar disaster response contracts awarded around the same time?
Direct comparison is difficult without access to a database of similar disaster response contracts. However, the $22.6M award over 4+ years suggests a significant investment. A review of FEMA's historical contract data for similar events would be necessary to benchmark pricing effectively.
What performance metrics were used to evaluate the contractor's services?
Performance metrics are not detailed in the provided data. For a contract of this magnitude and duration, especially one supporting disaster response, clear performance standards and regular evaluations would be essential to ensure effective service delivery and accountability for taxpayer funds.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: RESEARCH AND DEVELOPMENT › Commerce and Housing Credit R&D Services
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSFE0606R2853
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1525 AZALEA RD, MOBILE, AL, 02
Business Categories: Category Business, Small Business
Financial Breakdown
Contract Ceiling: $22,603,820
Exercised Options: $22,603,820
Current Obligation: $22,603,820
Timeline
Start Date: 2005-11-11
Current End Date: 2010-02-05
Potential End Date: 2010-02-05 00:00:00
Last Modified: 2010-02-05
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)