FEMA Awards $29.5M for Navigational Services to Support Hurricane Survivors in Puerto Rico
Contract Overview
Contract Amount: $29,457,500 ($29.5M)
Contractor: Sealift Inc. of Delaware
Awarding Agency: Department of Homeland Security
Start Date: 2017-10-01
End Date: 2018-01-26
Contract Duration: 117 days
Daily Burn Rate: $251.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 9
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) IS IN NEED OF ACCOMMODATIONS TO THE SURVIVORS AND FIRST RESPONDERS IN PUERTO RICO DUE TO HURRICANE IRMA (DR-4332) AND MARIA (DR-4339).
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $29.5 million to SEALIFT INC. OF DELAWARE for work described as: THE FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) IS IN NEED OF ACCOMMODATIONS TO THE SURVIVORS AND FIRST RESPONDERS IN PUERTO RICO DUE TO HURRICANE IRMA (DR-4332) AND MARIA (DR-4339). Key points: 1. Significant federal investment to address disaster relief needs. 2. Competition method indicates potential for fair pricing. 3. Fixed-price contract type mitigates cost overrun risk. 4. Focus on essential services highlights critical infrastructure support.
Value Assessment
Rating: good
The award of $29.5 million for navigational services appears reasonable given the urgent need for disaster relief. Benchmarking against similar contracts for emergency response logistics is difficult without more specific service details, but the scale suggests a substantial requirement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a robust price discovery process. This method typically leads to more competitive pricing as multiple vendors have the opportunity to bid.
Taxpayer Impact: Taxpayer funds are being used to provide essential services for disaster recovery, directly impacting the effectiveness of relief efforts.
Public Impact
Ensures critical navigational support for shipping and aid delivery to Puerto Rico post-hurricanes. Facilitates the movement of essential supplies and personnel to affected areas. Supports the broader federal response to major natural disasters.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in disaster response contracts.
- Dependence on specific vendor capabilities for critical services.
Positive Signals
- Timely award to address urgent post-hurricane needs.
- Use of a competitive process for contract award.
- Firm fixed-price contract type for cost certainty.
Sector Analysis
This contract falls under general government services, specifically related to emergency response and logistics. Spending in this area can fluctuate significantly based on the frequency and severity of natural disasters.
Small Business Impact
The provided data does not indicate whether small businesses were involved in this contract, either as prime contractors or subcontractors. Further analysis would be needed to assess small business participation.
Oversight & Accountability
The Department of Homeland Security, through FEMA, is responsible for overseeing this contract. The award process and performance monitoring are key to ensuring accountability and effective use of funds.
Related Government Programs
- Navigational Services to Shipping
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Urgency of need may have impacted thoroughness of competition.
- Geographic concentration of services in a disaster zone.
- Potential for follow-on requirements if recovery is prolonged.
- Reliance on a single awardee for critical support.
Tags
navigational-services-to-shipping, department-of-homeland-security, dc, purchase-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $29.5 million to SEALIFT INC. OF DELAWARE. THE FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) IS IN NEED OF ACCOMMODATIONS TO THE SURVIVORS AND FIRST RESPONDERS IN PUERTO RICO DUE TO HURRICANE IRMA (DR-4332) AND MARIA (DR-4339).
Who is the contractor on this award?
The obligated recipient is SEALIFT INC. OF DELAWARE.
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 $29.5 million.
What is the period of performance?
Start: 2017-10-01. End: 2018-01-26.
What specific navigational services were provided, and how did they directly contribute to the relief efforts?
The navigational services likely involved ensuring safe passage for vessels carrying aid, personnel, and equipment to Puerto Rico. This could include charting, traffic management, and communication support, crucial for efficient and safe delivery of essential resources in a disaster-stricken environment.
What were the key performance indicators (KPIs) for this contract, and how was Sealift Inc.'s performance measured?
Key performance indicators would typically focus on the reliability, timeliness, and safety of the navigational services provided. Performance would be measured against contract requirements, potentially including response times, accuracy of information, and adherence to safety protocols, ensuring the smooth flow of disaster relief operations.
Were there any challenges encountered during the contract period, and how were they resolved?
Challenges could have included navigating damaged ports, unpredictable weather, or coordinating with multiple agencies. Resolution would likely involve adaptive planning, close communication between FEMA, Sealift Inc., and other stakeholders, and potentially contract modifications if unforeseen circumstances significantly impacted service delivery.
Industry Classification
NAICS: Transportation and Warehousing › Support Activities for Water Transportation › Navigational Services to Shipping
Product/Service Code: SHIPS, SMALL CRAFT, PONTOON, DOCKS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSFE30-17-R0043
Offers Received: 9
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Sealift Holdings Inc (UEI: 188576409)
Address: 68 W MAIN ST STE 201, OYSTER BAY, NY, 11771
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $29,457,500
Exercised Options: $29,457,500
Current Obligation: $29,457,500
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Timeline
Start Date: 2017-10-01
Current End Date: 2018-01-26
Potential End Date: 2018-02-26 00:00:00
Last Modified: 2019-04-01
More Contracts from Sealift Inc. of Delaware
- Base Period Charter Hire — $104.0M (Department of Defense)
- Charter Hire for a Long Term Time Charter — $71.5M (Department of Defense)
- Award of a 59-Month Containership Time Charter for Performance Worldwide. Base Period Only — $71.1M (Department of Defense)
- N103B-C. Tomlin-Pm5-Award Contract N32205-22-C-4180 Usaf Prepo Vessel to Sealift, Inc. of Delaware — $65.0M (Department of Defense)
- David I Lyon Charter Hire&port Charges Award — $58.7M (Department of Defense)
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)