FEMA awarded $16.88M for mobile home activation/deactivation services to ARS International, LLC
Contract Overview
Contract Amount: $16,880,003 ($16.9M)
Contractor: ARS International, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2006-06-01
End Date: 2010-09-30
Contract Duration: 1,582 days
Daily Burn Rate: $10.7K/day
Competition Type: NON-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: PORT ALLEN, WEST BATON ROUGE County, LOUISIANA, 70767
Plain-Language Summary
Department of Homeland Security obligated $16.9 million to ARS INTERNATIONAL, LLC for work described as: MOBILE HOME ACTIVATION/DEACTIVATION Key points: 1. The contract's value of $16.88M over four years suggests a significant need for these specialized services. 2. The non-competitive nature of this delivery order raises questions about potential cost efficiencies and market alternatives. 3. The duration of the contract (1582 days) indicates a long-term requirement for mobile home support. 4. The fixed-price contract type provides cost certainty for the government, but may limit flexibility. 5. The award was made to ARS International, LLC, a single entity, highlighting a lack of broader market engagement for this specific order. 6. The services provided are critical for disaster response and recovery operations managed by FEMA.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to its non-competitive nature and specific service scope. Without comparable bids, it's difficult to definitively assess if the $16.88 million represents optimal value for money. The fixed-price structure offers predictability, but the absence of competition means there was no direct market pressure to drive down costs. Further analysis would require understanding the specific tasks involved in mobile home activation/deactivation and comparing them to industry standards or historical FEMA spending on similar, competitively procured services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a non-competitive delivery order, meaning it was not openly competed. This suggests that either ARS International, LLC was the only known source capable of performing the required services, or there were specific circumstances (like urgency or a pre-existing contract vehicle) that precluded a full and open competition. The lack of multiple bidders means there was no direct price comparison or negotiation against market alternatives, potentially impacting the final price.
Taxpayer Impact: Taxpayers may have paid a premium due to the lack of competitive bidding. Without a competitive process, there's less assurance that the government secured the most cost-effective solution available in the market.
Public Impact
Disaster-affected populations benefit from the timely setup and removal of temporary housing units. The services ensure that mobile homes are ready for occupancy and properly decommissioned after use. The geographic impact is concentrated in areas experiencing natural disasters, as indicated by the Louisiana award notice. This contract supports a specialized workforce involved in the logistics and setup of temporary housing.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition for a significant contract value raises concerns about potential overpayment.
- The sole-source nature limits transparency into the pricing structure and justification.
- The long contract duration could indicate a lack of agile procurement strategies.
- Specific details on the scope of 'activation/deactivation' are needed to fully assess value.
Positive Signals
- The contract addresses a critical need for disaster response and recovery.
- Fixed-price contract provides cost certainty for the government.
- The award was made to a specific contractor, implying they possess the necessary expertise.
Sector Analysis
The Facilities Support Services sector encompasses a wide range of services essential for government operations, including the setup, maintenance, and deactivation of temporary structures. This contract falls within a niche area of disaster response logistics. While specific market size data for mobile home activation/deactivation is not readily available, the broader facilities support services market is substantial. FEMA's reliance on such services underscores the importance of preparedness and rapid deployment capabilities in managing the aftermath of natural disasters.
Small Business Impact
There is no indication that this contract included a small business set-aside. The award to ARS International, LLC, a single entity, does not provide information on subcontracting opportunities for small businesses. Further investigation would be needed to determine if any small business participation was mandated or occurred voluntarily.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. As a delivery order under a larger contract vehicle (implied by 'DO'), oversight mechanisms would depend on the terms of that parent contract. Transparency is limited due to the non-competitive nature of the award. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse related to the contract.
Related Government Programs
- Disaster Housing Assistance Programs
- Temporary Housing Unit Deployment
- Emergency Management Services
- Logistics and Transportation Services
Risk Flags
- Non-competitive award
- Lack of transparency in pricing
- Potential for inflated costs due to no competition
Tags
facilities-support-services, disaster-response, fema, department-of-homeland-security, non-competitive, delivery-order, firm-fixed-price, louisiana, mobile-home-services, temporary-housing
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $16.9 million to ARS INTERNATIONAL, LLC. MOBILE HOME ACTIVATION/DEACTIVATION
Who is the contractor on this award?
The obligated recipient is ARS INTERNATIONAL, 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 $16.9 million.
What is the period of performance?
Start: 2006-06-01. End: 2010-09-30.
What is the specific scope of work for 'mobile home activation/deactivation' under this contract?
The term 'mobile home activation/deactivation' typically encompasses a range of services necessary for the deployment and removal of temporary housing units. Activation can include site preparation, utility hookups (water, sewer, electricity), leveling, securing the unit, and ensuring it is ready for occupancy. Deactivation involves disconnecting utilities, preparing the unit for transport, and removing it from the site. For FEMA, these services are crucial in providing rapid shelter solutions to individuals and families displaced by disasters. The exact tasks, standards, and timelines would be detailed in the contract's Statement of Work (SOW), which is not provided in the summary data. Understanding these specifics is key to evaluating the efficiency and appropriateness of the awarded price.
What is the track record of ARS International, LLC with FEMA or similar agencies?
Information regarding ARS International, LLC's specific track record with FEMA or similar agencies is not detailed in the provided data. As this was a non-competitive delivery order, it suggests that FEMA may have had prior experience or knowledge of ARS International's capabilities, potentially through previous contracts or pre-qualification processes. A comprehensive assessment of the contractor's performance would require reviewing their past performance evaluations, contract history, and any documented successes or failures in delivering similar services. Without this historical context, it is difficult to fully gauge their reliability and expertise in fulfilling the requirements of this $16.88 million contract.
How does the $16.88 million contract value compare to similar FEMA disaster response contracts?
Direct comparison of the $16.88 million contract value for mobile home activation/deactivation is challenging without access to a database of similar, competitively procured contracts. FEMA's spending on disaster response can fluctuate significantly based on the scale and frequency of natural disasters. However, the value suggests a substantial requirement, potentially related to a major disaster event or a prolonged period of need. To benchmark effectively, one would need to identify contracts with comparable scopes of work (e.g., temporary housing setup, logistics for disaster relief) and analyze their pricing, duration, and the number of bidders. The non-competitive nature of this award further complicates direct value-for-money comparisons.
What are the potential risks associated with a sole-source award for disaster response services?
Sole-source awards for disaster response services, like this one to ARS International, LLC, carry several potential risks. Firstly, the lack of competition can lead to higher costs for taxpayers, as there is no market pressure to ensure the lowest possible price. Secondly, it may limit the government's access to a wider range of innovative solutions or specialized expertise that other contractors might offer. Thirdly, it can create a perception of favoritism or a lack of transparency, potentially undermining public trust. Finally, if the sole-source contractor underperforms, the government has fewer immediate alternatives for recourse or replacement, potentially delaying critical disaster relief efforts.
What historical spending patterns exist for mobile home activation/deactivation services by FEMA?
The provided data does not include historical spending patterns for mobile home activation/deactivation services by FEMA. This specific contract, awarded in 2006 and ending in 2010, represents a snapshot of spending during that period. To understand historical trends, one would need to analyze FEMA's procurement data over multiple years, identifying all contracts related to temporary housing deployment and removal. Key metrics to track would include the total amount spent annually, the number of contracts awarded, the average contract value, and the extent to which these services were competed versus awarded sole-source. Such an analysis could reveal patterns in demand, pricing, and contractor utilization.
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: NON-COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSFEHQ06R8ALA
Offers Received: 59
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2609 N RIVER RD, PORT ALLEN, LA, 06
Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $16,880,003
Exercised Options: $16,880,003
Current Obligation: $16,880,003
Contract Characteristics
Multi-Year Contract: Yes
Parent Contract
Parent Award PIID: HSFEHQ06D0380
IDV Type: IDC
Timeline
Start Date: 2006-06-01
Current End Date: 2010-09-30
Potential End Date: 2010-09-30 00:00:00
Last Modified: 2010-06-17
More Contracts from ARS International, LLC
- Maintenance and Deactivation of Temporary Housing in Support of Hurricane Katrina Relief Efforts — $10.0M (Department of Homeland Security)
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)