FEMA spent $17.6M on mobile home services, with Crown Roofing Services Inc. winning a competitive delivery order
Contract Overview
Contract Amount: $17,588,907 ($17.6M)
Contractor: Crown Roofing Services, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2006-06-01
End Date: 2007-08-31
Contract Duration: 456 days
Daily Burn Rate: $38.6K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 40
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MOBILE HOME ACTIVATION/DEACTIVATION
Place of Performance
Location: KENNER, JEFFERSON County, LOUISIANA, 70062
Plain-Language Summary
Department of Homeland Security obligated $17.6 million to CROWN ROOFING SERVICES, INC. for work described as: MOBILE HOME ACTIVATION/DEACTIVATION Key points: 1. The contract value of $17.6 million for mobile home activation/deactivation services represents a significant investment in disaster response logistics. 2. Competition dynamics for this contract are assessed to understand pricing efficiency and potential for cost savings. 3. Risk indicators are evaluated based on contract type, duration, and the nature of the services provided. 4. Performance context is crucial, considering the emergency nature of FEMA's operations and the need for rapid deployment. 5. This contract falls within the Facilities Support Services sector, highlighting the government's reliance on specialized support during crises. 6. The firm fixed-price contract type suggests a defined scope and budget, aiming to control costs for taxpayers.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without specific performance metrics or comparable disaster relief operations. The total award of $17.6 million over 14 months suggests a substantial operational scale. However, without data on the number of units activated/deactivated or the specific services rendered per unit, a precise value-for-money assessment is difficult. Comparing it to other large-scale disaster response contracts would provide better context, but such data is not readily available.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded as a competitive delivery order, indicating that multiple vendors were likely solicited and evaluated. The presence of 40 bids suggests a robust level of competition for this requirement. A competitive process generally leads to better price discovery and potentially more favorable terms for the government, as vendors vie to offer the most attractive proposals.
Taxpayer Impact: The competitive nature of this award is beneficial for taxpayers, as it likely resulted in a more efficient allocation of funds and potentially lower overall costs compared to a sole-source or limited competition scenario.
Public Impact
Disaster-affected residents in Louisiana benefited from the rapid activation and deactivation of mobile homes, providing essential temporary housing. The services delivered ensured that temporary housing solutions were made available and then removed efficiently after the immediate need passed. The geographic impact was concentrated in Louisiana, a state frequently affected by natural disasters. The contract supported a workforce involved in the logistics, setup, and dismantling of mobile housing units.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The duration of the contract (456 days) could indicate potential for scope creep or unforeseen challenges in a dynamic disaster environment.
- The specific nature of 'activation/deactivation' might encompass a wide range of tasks, making it difficult to assess efficiency without detailed service breakdowns.
- Reliance on a single contractor for such a critical, time-sensitive service during a disaster could pose a risk if the contractor faces performance issues.
Positive Signals
- The award was made under a competitive process, suggesting that multiple qualified vendors were considered, leading to a potentially strong selection.
- The firm fixed-price contract type provides cost certainty for the government, mitigating the risk of budget overruns for the defined scope.
- The contract was awarded to Crown Roofing Services, Inc., whose track record and capabilities would have been vetted during the competitive evaluation.
Sector Analysis
This contract falls within the Facilities Support Services sector, which encompasses a broad range of services necessary for the operation and maintenance of facilities. For FEMA, these services are critical during disaster response, involving the rapid deployment and management of temporary housing solutions. The market for disaster recovery and support services is often characterized by urgent needs and specialized capabilities, with government contracts playing a significant role in mobilizing resources.
Small Business Impact
There is no indication that this contract was specifically set aside for small businesses, nor is there information on subcontracting plans. Given the scale of the award and the nature of the services, it is possible that larger firms were better positioned to compete. Further analysis would be needed to determine if small businesses were involved as subcontractors or if opportunities were missed.
Oversight & Accountability
As a delivery order under a larger contract vehicle, oversight would typically be managed by the issuing agency (FEMA) through contract officers and representatives. The firm fixed-price nature provides some cost control. Transparency would depend on the agency's reporting practices for delivery orders and disaster response expenditures. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Disaster Housing Assistance Programs
- Temporary Housing Unit Deployment
- Emergency Management Support Services
- Facilities Maintenance and Support
Risk Flags
- Potential for performance issues during urgent disaster response
- Scope definition challenges in dynamic emergency situations
- Dependence on contractor's logistical capabilities
Tags
facilities-support-services, disaster-response, fema, department-of-homeland-security, louisiana, competitive-delivery-order, firm-fixed-price, large-contract, emergency-management, temporary-housing
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $17.6 million to CROWN ROOFING SERVICES, INC.. MOBILE HOME ACTIVATION/DEACTIVATION
Who is the contractor on this award?
The obligated recipient is CROWN ROOFING 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 $17.6 million.
What is the period of performance?
Start: 2006-06-01. End: 2007-08-31.
What specific services are included under 'mobile home activation/deactivation' and what is the typical cost per unit?
The term 'mobile home activation/deactivation' likely encompasses a range of services critical for providing temporary housing during emergencies. Activation typically involves site preparation, delivery, setup, utility connections (water, sewer, electricity), and ensuring the unit is habitable. Deactivation involves disconnecting utilities, preparing the unit for transport, and removal from the site. Without specific contract line items or detailed service descriptions, a precise cost per unit is difficult to ascertain. However, given the total award of $17.6 million over 456 days, and assuming a significant number of units were deployed, the per-unit cost could range from several hundred to a few thousand dollars, depending on the complexity of the setup, the duration of occupancy, and the specific services required. Further details from the contract award or performance reports would be needed for a more accurate breakdown.
How does the $17.6 million expenditure compare to other FEMA disaster response contracts for temporary housing?
Comparing the $17.6 million expenditure for mobile home activation/deactivation to other FEMA disaster response contracts requires access to historical spending data across various disaster events and contract types. FEMA's spending on temporary housing can fluctuate significantly based on the scale and severity of disasters. For instance, major hurricanes or widespread flooding events often necessitate large-scale deployments of temporary housing, leading to substantial contract awards. Without a direct comparison dataset, it's challenging to definitively state whether this $17.6 million is high, low, or average. However, it represents a significant investment, underscoring the critical role of mobile housing in FEMA's disaster recovery toolkit. Analyzing trends in disaster frequency and intensity, alongside FEMA's budget allocations for housing solutions, would provide broader context.
What is the track record of Crown Roofing Services, Inc. in providing disaster response or facilities support services?
Crown Roofing Services, Inc. was awarded this contract for mobile home activation/deactivation services by FEMA. To assess their track record, one would need to examine their past performance on similar government contracts, particularly those related to emergency response, logistics, or facilities management. Information regarding their experience with disaster relief operations, their capacity to mobilize resources quickly, and their history of meeting performance requirements and deadlines would be crucial. A review of past performance evaluations, any contract disputes, or awards for exceptional performance would provide insight into their reliability and effectiveness in fulfilling critical government needs. Without access to specific past performance data or a detailed company profile focused on government contracting, a comprehensive assessment of their track record is limited.
What were the key performance indicators (KPIs) for this contract, and how was performance measured?
Key performance indicators (KPIs) for a contract involving mobile home activation/deactivation would typically focus on timeliness, quality of service, and cost control. For activation, KPIs might include the time taken from request to habitable unit delivery, successful utility hookups, and adherence to safety standards. For deactivation, KPIs could involve the efficiency of removal and site restoration. Quality might be measured by resident satisfaction surveys or inspection reports on the condition of the units. Cost control would be monitored against the firm fixed-price budget. Performance measurement would likely involve regular reporting from the contractor, site inspections by government representatives, and potentially feedback from the end-users (disaster survivors). Specific KPIs and measurement methodologies are usually detailed within the contract's Statement of Work (SOW) or Performance Work Statement (PWS).
What is the historical spending trend for mobile home activation/deactivation services by FEMA or similar agencies?
Historical spending trends for mobile home activation/deactivation services by FEMA are directly tied to the frequency and severity of natural disasters requiring large-scale temporary housing solutions. Following major events like Hurricanes Katrina, Rita, Sandy, Harvey, Irma, and Maria, FEMA has historically utilized significant resources for temporary housing, including mobile homes, travel trailers, and other prefabricated units. Spending in this specific category can surge dramatically in years with multiple catastrophic events. Analyzing FEMA's budget justifications and annual reports over the past decade would reveal patterns of increased expenditure during disaster-heavy years and potentially identify specific regions or types of disasters that most heavily rely on these services. The trend is likely one of increasing reliance on such services due to climate change and population growth in vulnerable areas, though specific dollar amounts would require detailed data retrieval.
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: 40
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 5 E 3RD ST, KENNER, LA, 01
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Emerging Small Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $17,588,907
Exercised Options: $17,588,907
Current Obligation: $17,588,907
Contract Characteristics
Multi-Year Contract: Yes
Parent Contract
Parent Award PIID: HSFEHQ06D0374
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: 2010-06-23
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)