FEMA Spends $14.3M on Mobile Home Services for Louisiana Disaster Relief
Contract Overview
Contract Amount: $14,372,386 ($14.4M)
Contractor: Davis Professional Accounting Services, L.L.C.
Awarding Agency: Department of Homeland Security
Start Date: 2006-06-01
End Date: 2007-08-31
Contract Duration: 456 days
Daily Burn Rate: $31.5K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 39
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MOBILE HOME ACTIVATION/DEACTIVATION
Place of Performance
Location: NEW ORLEANS, ORLEANS County, LOUISIANA, 70126
Plain-Language Summary
Department of Homeland Security obligated $14.4 million to DAVIS PROFESSIONAL ACCOUNTING SERVICES, L.L.C. for work described as: MOBILE HOME ACTIVATION/DEACTIVATION Key points: 1. Significant expenditure for disaster recovery services. 2. Competition type indicates a competitive bidding process. 3. Fixed-price contract aims to control costs. 4. Services provided in Louisiana suggest a specific regional need.
Value Assessment
Rating: fair
The total award amount of $14.3M for 456 days of service is substantial. Without specific per-unit metrics for activation/deactivation, a direct cost comparison is difficult. However, the duration and scope suggest a significant operational effort.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The contract was awarded via a 'COMPETITIVE DELIVERY ORDER,' suggesting multiple vendors had an opportunity to bid. This method generally promotes price discovery and potentially better value for the government.
Taxpayer Impact: Taxpayer funds were used for disaster relief services, aiming to provide essential support in a time of need. The competitive nature of the award suggests efforts were made to secure reasonable pricing.
Public Impact
Directly supports disaster recovery efforts in Louisiana. Facilitates the provision of temporary housing solutions. Ensures essential services are available to affected populations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics.
- Potential for cost overruns if scope expands.
- Dependence on a single contractor for a critical service.
Positive Signals
- Competitive award process.
- Fixed-price contract type.
- Supports critical disaster relief operations.
Sector Analysis
This contract falls under Facilities Support Services, a broad category often involving logistical and operational support. Spending in this sector can fluctuate significantly based on disaster events and government needs.
Small Business Impact
The data does not indicate whether 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 competitive delivery order process implies some level of oversight in vendor selection. However, the duration and value warrant ongoing monitoring to ensure performance and cost-effectiveness.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Lack of detailed service scope.
- Limited transparency on unit cost breakdown.
- No indication of small business participation.
- Potential for scope creep impacting budget.
- Absence of performance metrics in summary data.
Tags
facilities-support-services, department-of-homeland-security, la, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $14.4 million to DAVIS PROFESSIONAL ACCOUNTING SERVICES, L.L.C.. MOBILE HOME ACTIVATION/DEACTIVATION
Who is the contractor on this award?
The obligated recipient is DAVIS PROFESSIONAL ACCOUNTING SERVICES, 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 $14.4 million.
What is the period of performance?
Start: 2006-06-01. End: 2007-08-31.
What was the specific scope of 'activation/deactivation' services provided, and how was the unit cost determined?
The provided data lacks specifics on the exact services included in 'mobile home activation/deactivation.' Understanding the granular tasks, such as site preparation, utility hookups, and removal, is crucial for assessing value. Without this detail, it's impossible to determine if the unit cost, if calculable, was reasonable compared to industry standards or similar government contracts.
Were there any performance issues or challenges encountered during the contract period that impacted service delivery or cost?
The data does not contain information regarding performance issues or challenges. Post-award performance reviews and contract close-out documentation would be necessary to identify any problems. Such issues could range from delays in service to unmet quality standards, potentially impacting the overall effectiveness and taxpayer value of the contract.
How did the competitive bidding process ensure the most cost-effective solution for FEMA's needs in Louisiana?
A competitive delivery order process, by definition, involves soliciting bids from multiple qualified vendors. This competition is intended to drive down prices and encourage vendors to offer their best value propositions. The effectiveness of this process in ensuring cost-effectiveness depends on the clarity of the solicitation, the number and quality of bids received, and the evaluation criteria used by FEMA.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSFEHQ06R8ALA
Offers Received: 39
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6930 MARTIN DR. SUITE B, NEW ORLEANS, LA, 02
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, Woman Owned Business
Financial Breakdown
Contract Ceiling: $19,661,011
Exercised Options: $19,661,011
Current Obligation: $14,372,386
Contract Characteristics
Multi-Year Contract: Yes
Parent Contract
Parent Award PIID: HSFEHQ06D0373
IDV Type: IDC
Timeline
Start Date: 2006-06-01
Current End Date: 2007-08-31
Potential End Date: 2007-08-31 00:00:00
Last Modified: 2010-04-15
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)