DHS awarded $22M for Katrina responder base camp operations to Intents Emergency Response LLC
Contract Overview
Contract Amount: $22,000,000 ($22.0M)
Contractor: Intents Emergency Response LLC
Awarding Agency: Department of Homeland Security
Start Date: 2005-11-24
End Date: 2011-05-12
Contract Duration: 1,995 days
Daily Burn Rate: $11.0K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: BASE CAMP OPERATIONS FOR RESPONDERS TO HURRICANE KATRINA IN LA
Place of Performance
Location: METAIRIE, JEFFERSON County, LOUISIANA, 70001
Plain-Language Summary
Department of Homeland Security obligated $22.0 million to INTENTS EMERGENCY RESPONSE LLC for work described as: BASE CAMP OPERATIONS FOR RESPONDERS TO HURRICANE KATRINA IN LA Key points: 1. Contract awarded without competition, raising questions about potential value for money. 2. Long contract duration (nearly 2000 days) suggests significant operational needs. 3. The contract was awarded to a single vendor, limiting price discovery. 4. Base camp operations are critical for supporting disaster response efforts. 5. The contract's value is substantial for the specific service category. 6. Geographic focus on Louisiana highlights the impact of Hurricane Katrina.
Value Assessment
Rating: questionable
Given the lack of competition and the significant award amount, a thorough review of pricing and value for money is warranted. Without comparative data from similar sole-source contracts or a competitive bidding process, it is difficult to definitively assess if the government received optimal value. The extended duration of the contract also implies a substantial commitment of resources that should be benchmarked against alternative service delivery models or potential cost efficiencies.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning Intents Emergency Response LLC was the only vendor considered. This approach bypasses the standard competitive bidding process, which typically involves soliciting offers from multiple interested parties. While sole-source awards can be justified in specific emergency situations, they limit the government's ability to explore a wider range of pricing and service options, potentially leading to higher costs.
Taxpayer Impact: Sole-source awards mean taxpayers may not benefit from the cost savings that can arise from competitive bidding, where vendors vie to offer the best price.
Public Impact
Provides essential base camp infrastructure and services for emergency responders during and after Hurricane Katrina. Supports the operational readiness and effectiveness of federal, state, and local agencies responding to the disaster. Primarily benefits emergency personnel working in Louisiana, enabling them to have necessary facilities and support. Facilitates the logistical backbone for disaster relief efforts, indirectly benefiting affected populations in Louisiana. The contract's duration implies a sustained need for responder support in the affected region.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpricing and reduced value for taxpayer funds.
- The extended contract period could indicate a lack of flexibility or potential for cost overruns if not managed tightly.
- Sole-source awards can set a precedent for future non-competitive procurements if not carefully justified.
- The specific nature of emergency response services can be difficult to benchmark without detailed cost breakdowns.
Positive Signals
- The contract directly addresses critical needs for disaster response, ensuring essential support for responders.
- Awarding to a single entity may have expedited the provision of vital services during a crisis.
- The contract duration suggests a commitment to sustained support, crucial for long-term recovery operations.
- The focus on Louisiana highlights a targeted response to a significant natural disaster.
Sector Analysis
This contract falls within the broader category of support services for emergency management and disaster relief. The market for such services can be specialized, often involving rapid deployment capabilities and logistical expertise. While specific benchmarks for 'base camp operations' are not readily available, the overall spending on disaster response by agencies like FEMA is substantial. This contract represents a significant investment in ensuring the operational capacity of responders during a major crisis.
Small Business Impact
Information regarding small business participation, including set-asides or subcontracting plans, was not provided. As this was a sole-source award, the typical mechanisms for engaging small businesses through competition were likely bypassed. Further investigation would be needed to determine if any small business subcontracting opportunities were incorporated into the contract.
Oversight & Accountability
Oversight for this contract would fall under the Department of Homeland Security (DHS) and its sub-agency, FEMA. Specific oversight mechanisms, such as performance reviews, audits, or inspector general investigations, are not detailed in the provided data. Transparency regarding the contract's execution and expenditure would depend on DHS's internal reporting and public disclosure policies for sole-source emergency procurements.
Related Government Programs
- Hurricane Katrina Disaster Relief Efforts
- FEMA Emergency Response Contracts
- Department of Homeland Security Support Services
- Disaster Preparedness and Response
Risk Flags
- Sole-source award
- Lack of competition
- Extended contract duration
- Significant contract value for specialized service
Tags
dhs, fema, emergency-response, disaster-relief, base-camp-operations, sole-source, louisiana, hurricane-katrina, support-services, firm-fixed-price, long-term-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $22.0 million to INTENTS EMERGENCY RESPONSE LLC. BASE CAMP OPERATIONS FOR RESPONDERS TO HURRICANE KATRINA IN LA
Who is the contractor on this award?
The obligated recipient is INTENTS EMERGENCY RESPONSE LLC.
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 $22.0 million.
What is the period of performance?
Start: 2005-11-24. End: 2011-05-12.
What was the justification for awarding this contract on a sole-source basis?
Sole-source awards are typically justified when there is a compelling reason why only one vendor can meet the government's needs. For emergency response contracts, this often relates to the urgency of the situation, the need for specialized capabilities that only one contractor possesses, or a lack of adequate time to conduct a full and open competition. In the context of Hurricane Katrina, a catastrophic event, the need for immediate deployment of resources may have necessitated a sole-source award to ensure rapid establishment of base camps for responders. However, without specific documentation from DHS/FEMA detailing the justification, this remains an assumption based on typical emergency procurement practices.
How does the $22 million contract value compare to similar base camp operations for disaster response?
Directly comparing the $22 million contract value for base camp operations is challenging without more specific details on the scope of services, duration, and location. However, the scale of Hurricane Katrina and the prolonged recovery efforts suggest that substantial resources were required. Contracts for large-scale disaster support can range from millions to hundreds of millions of dollars, depending on the complexity and duration. Given that this contract spanned nearly 2,000 days (over 5 years), the annual expenditure averaged around $4.2 million. This figure needs to be assessed against the specific services provided (e.g., temporary housing, catering, sanitation, power) and benchmarked against other large-scale, long-term disaster response support contracts managed by FEMA or other agencies.
What are the potential risks associated with a sole-source award for critical disaster response services?
The primary risks associated with a sole-source award for critical disaster response services include a lack of competitive pricing, potentially leading to higher costs for taxpayers. Without competition, there is less incentive for the awarded contractor to offer the most cost-effective solutions. Additionally, the government may miss out on innovative approaches or better service offerings that other potential vendors might provide. There's also a risk of vendor lock-in, where the government becomes dependent on a single provider, making it difficult to switch even if performance issues arise or better alternatives become available. Ensuring robust oversight and performance management becomes even more critical in sole-source situations.
What was the track record of Intents Emergency Response LLC prior to or during this contract?
Information regarding the specific track record of Intents Emergency Response LLC prior to or during this contract is not provided in the data. For sole-source awards, especially those in emergency situations, agencies often rely on existing relationships, past performance on similar urgent tasks, or unique capabilities. A comprehensive assessment would require reviewing the contractor's performance history, any past issues or commendations, and their capacity to handle the scale and duration of the base camp operations required for Hurricane Katrina response. Without this data, it's difficult to evaluate the contractor's suitability beyond the agency's initial decision to award solely to them.
How did the duration of this contract (nearly 2000 days) impact the overall cost and effectiveness?
The nearly 2,000-day duration (approximately 5.5 years) of this contract indicates a long-term commitment to providing base camp operations, likely extending well beyond the immediate aftermath of Hurricane Katrina into the recovery and rebuilding phases. Such a long duration can lead to economies of scale and operational efficiencies if managed well, potentially lowering the average daily cost over time. However, it also increases the overall financial exposure and the risk of cost overruns or inefficiencies accumulating over an extended period. The effectiveness hinges on whether the sustained provision of these services was continuously necessary and aligned with evolving recovery needs. A prolonged contract might also reduce flexibility to adapt to changing requirements or adopt new, more cost-effective solutions that emerge over time.
What specific services were included under 'Base Camp Operations' for Hurricane Katrina responders?
While the term 'Base Camp Operations' is broad, for disaster response, it typically encompasses a range of essential services required to support personnel working in the affected area. This often includes establishing and maintaining temporary living quarters (tents, trailers), providing catering and food services, ensuring access to potable water and sanitation facilities (latrines, showers), managing waste disposal, providing power generation and distribution, and potentially offering communication support and basic medical services. The specific scope for this $22 million contract would detail the exact services provided by Intents Emergency Response LLC, which are crucial for understanding the value and necessity of the expenditure.
Industry Classification
NAICS: Real Estate and Rental and Leasing › Consumer Goods Rental › All Other Consumer Goods Rental
Product/Service Code: RESEARCH AND DEVELOPMENT › Commerce and Housing Credit R&D Services
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1912 BRANDI LN, FORTUNA, CA, 02
Business Categories: Category Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $22,000,000
Exercised Options: $22,000,000
Current Obligation: $22,000,000
Timeline
Start Date: 2005-11-24
Current End Date: 2011-05-12
Potential End Date: 2011-05-12 00:00:00
Last Modified: 2011-05-12
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)