FEMA awarded $12.5M for mobile home activation/deactivation services, highlighting facilities support needs
Contract Overview
Contract Amount: $12,471,715 ($12.5M)
Contractor: B&I Services a Louisiana Joint Venture
Awarding Agency: Department of Homeland Security
Start Date: 2006-06-01
End Date: 2007-08-31
Contract Duration: 456 days
Daily Burn Rate: $27.4K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 59
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MOBILE HOME ACTIVATION/DEACTIVATION
Place of Performance
Location: BATON ROUGE, EAST BATON ROUGE County, LOUISIANA, 70802
Plain-Language Summary
Department of Homeland Security obligated $12.5 million to B&I SERVICES A LOUISIANA JOINT VENTURE for work described as: MOBILE HOME ACTIVATION/DEACTIVATION Key points: 1. The contract value of $12.5M for a 456-day duration suggests a significant operational requirement. 2. Competition dynamics for this contract are crucial to understanding pricing efficiency. 3. Performance context is vital, as timely and effective mobile home setup impacts disaster relief. 4. The sector positioning within Facilities Support Services indicates a need for specialized logistical capabilities. 5. Risk indicators may include contractor performance, logistical challenges, and adherence to environmental standards.
Value Assessment
Rating: fair
Benchmarking this contract's value is challenging without specific service details. The total award of $12.5M over 456 days averages approximately $27,350 per day. This daily rate needs to be compared against the scope of services, such as the number of units activated/deactivated, travel, and labor involved. Without comparable contracts for similar disaster relief operations, assessing the value-for-money is difficult. The firm fixed-price nature suggests cost certainty, but the overall efficiency depends on the contractor's ability to manage resources effectively within the agreed price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a competitive delivery order, indicating that multiple vendors likely had the opportunity to bid. The presence of 59 bids suggests a robust level of competition for this requirement. A high number of bidders generally leads to more competitive pricing and a wider selection of qualified contractors, potentially resulting in better value for the government. The specific details of the bidding process and the evaluation criteria would further illuminate the effectiveness of the competition.
Taxpayer Impact: A competitive award process for this contract is beneficial for taxpayers, as it likely drove down costs through market forces and ensured that the government received proposals from a range of capable providers.
Public Impact
Disaster-affected populations benefit from the timely activation and deactivation of mobile homes, providing essential temporary housing. The services delivered ensure the operational readiness and eventual removal of temporary housing units. The geographic impact is primarily within Louisiana, as indicated by the awardee's location. Workforce implications include the potential for local employment opportunities in logistics, setup, and maintenance roles.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen logistical challenges arise in remote or disaster-stricken areas.
- Ensuring consistent quality and adherence to safety standards across all mobile home activations/deactivations.
- Dependency on contractor's ability to mobilize resources quickly in response to disaster events.
Positive Signals
- Competitive award process likely secured favorable pricing for the government.
- Firm fixed-price contract provides cost certainty and limits the government's exposure to cost increases.
- The large number of bids suggests a healthy market for these specialized services.
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. The market for disaster response services, including temporary housing logistics, is often characterized by rapid mobilization and specialized equipment. FEMA's spending in this area is critical for its mission to provide relief and recovery assistance. Comparable spending benchmarks would typically involve analyzing other federal contracts for emergency housing deployment and logistical support.
Small Business Impact
The contract was awarded to B&I SERVICES A LOUISIANA JOINT VENTURE, and the data indicates it was a full and open competition. There is no explicit indication of a small business set-aside for this specific delivery order. However, the nature of joint ventures can sometimes involve small business participation. Further analysis would be needed to determine if subcontracting opportunities were directed towards small businesses or if the joint venture itself is structured to include small business entities.
Oversight & Accountability
As a delivery order under a larger contract vehicle, oversight is likely managed by the Federal Emergency Management Agency (FEMA). Accountability measures would be tied to the terms and conditions of the firm fixed-price contract, including performance metrics and delivery schedules. Transparency is generally facilitated through federal procurement databases where contract awards are reported. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Disaster Housing Assistance Programs
- Emergency Management Support Services
- Temporary Facility Operations
- Logistics and Transportation Services
Risk Flags
- Contract Performance Risk
- Logistical Complexity
- Geographic Accessibility
- Environmental Compliance
Tags
facilities-support-services, department-of-homeland-security, federal-emergency-management-agency, louisiana, competitive-delivery-order, firm-fixed-price, disaster-response, temporary-housing, mobile-homes, logistics
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $12.5 million to B&I SERVICES A LOUISIANA JOINT VENTURE. MOBILE HOME ACTIVATION/DEACTIVATION
Who is the contractor on this award?
The obligated recipient is B&I SERVICES A LOUISIANA JOINT VENTURE.
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 $12.5 million.
What is the period of performance?
Start: 2006-06-01. End: 2007-08-31.
What is the historical spending pattern for mobile home activation/deactivation services by FEMA?
Analyzing FEMA's historical spending on mobile home activation and deactivation requires a deep dive into procurement data over several fiscal years. While this specific $12.5 million contract from 2006-2007 provides a data point, FEMA's overall expenditure in this area fluctuates significantly based on the frequency and severity of natural disasters. During major hurricane seasons or other large-scale events, spending on temporary housing solutions, including mobile homes, can surge dramatically. Procurement records would need to be examined to identify trends, average contract values, and the number of contracts awarded annually for these services. Factors such as changes in disaster preparedness strategies, the availability of other housing alternatives, and evolving FEMA policies also influence spending patterns over time. Without access to a comprehensive historical database filtered for these specific services, providing precise historical spending figures is not feasible.
How does the contractor's track record compare for similar federal contracts?
Evaluating B&I SERVICES A LOUISIANA JOINT VENTURE's track record for similar federal contracts requires accessing and analyzing their past performance information. This typically involves reviewing past performance evaluations (PPQs) and any documented issues or commendations on federal procurement platforms like the Federal Awardee Performance and Integrity Information System (FAPIIS). For this specific contract, the award was a competitive delivery order, suggesting that the contractor was selected based on some level of demonstrated capability. However, without direct access to their detailed performance history on other facilities support or disaster response contracts, a comprehensive comparison is not possible. Key areas to investigate would include on-time delivery, quality of service, adherence to budget, and any disputes or contract terminations. A strong track record in managing complex logistical operations, particularly in challenging environments, would be a positive indicator.
What are the primary risks associated with this type of contract for FEMA?
The primary risks associated with this contract for FEMA revolve around logistical complexities, contractor performance, and cost management. Logistical risks include the ability to rapidly deploy resources to disaster-affected areas, which may have damaged infrastructure or limited access. Contractor performance risks involve ensuring the quality and timeliness of mobile home setup and takedown, which directly impacts the speed of relief delivery. Inadequate performance could prolong the suffering of disaster victims. Cost management is also a risk, particularly with a firm fixed-price contract; if unforeseen circumstances lead to significantly higher operational costs for the contractor, they may struggle to complete the work, or there could be pressure to seek change orders. Furthermore, environmental compliance during setup and deactivation, and ensuring the safety of personnel involved, are critical risk areas.
How effective are mobile home activation/deactivation services in supporting FEMA's overall disaster response mission?
Mobile home activation and deactivation services are a critical component of FEMA's disaster response mission, particularly in providing immediate, temporary housing solutions for displaced populations. Their effectiveness lies in their ability to offer a relatively rapid deployment option compared to constructing permanent housing. When executed efficiently, these services ensure that individuals and families have a safe and secure place to live while they assess long-term recovery options. The speed at which these units can be set up and made habitable directly correlates with the reduction of hardship for survivors. Conversely, delays or inefficiencies in activation/deactivation can prolong the period of uncertainty and stress for those affected. Therefore, the effectiveness of these services is directly tied to the contractor's performance and FEMA's logistical planning and oversight.
What is the typical duration and value range for similar FEMA contracts for temporary housing logistics?
The typical duration and value range for similar FEMA contracts for temporary housing logistics can vary widely, heavily influenced by the scale and duration of disaster events. Contracts for mobile home activation/deactivation, as seen in this $12.5 million award over 456 days (approximately 15 months), often span several months to over a year, reflecting the extended need for temporary shelter post-disaster. Values can range from hundreds of thousands to tens of millions of dollars. Smaller, localized events might see contracts in the low millions, while responses to major hurricanes or widespread natural disasters can necessitate multiple, larger contracts. Factors influencing duration and value include the number of units required, geographic spread, specific services (setup, maintenance, removal), and the complexity of the terrain or infrastructure in the affected areas. Benchmarking requires comparing contracts awarded during similar disaster magnitudes and timeframes.
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
Offers Received: 59
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2701 KINGMAN ST, METAIRIE, LA, 01
Business Categories: Category Business, Small Business
Financial Breakdown
Contract Ceiling: $12,471,715
Exercised Options: $12,471,715
Current Obligation: $12,471,715
Contract Characteristics
Multi-Year Contract: Yes
Parent Contract
Parent Award PIID: HSFEHQ06D0378
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: 2010-06-28
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)