FEMA Spends $15.7M on Mobile Home Services for Louisiana Disaster Relief
Contract Overview
Contract Amount: $15,688,392 ($15.7M)
Contractor: 3D Disaster 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: $34.4K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 61
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 $15.7 million to 3D DISASTER SERVICES, INC. for work described as: MOBILE HOME ACTIVATION/DEACTIVATION Key points: 1. The contract awarded to 3D Disaster Services, Inc. for mobile home activation/deactivation services totaled $15.7 million. 2. This was a competitive delivery order, suggesting some level of price discovery. 3. The contract duration was 456 days, covering a significant period of disaster recovery. 4. The North American Industry Classification System (NAICS) code 561210 indicates facilities support services. 5. The contract was awarded under the "Louisiana" state code, highlighting its regional focus.
Value Assessment
Rating: fair
The total award amount of $15.7 million for 456 days of service appears substantial. Without specific per-unit cost data or benchmarks for similar disaster response services, it's difficult to definitively assess its value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
This was a competitive delivery order, which generally allows for price negotiation and comparison. However, the specific details of the competition and the number of bidders are not provided, impacting the assessment of price discovery.
Taxpayer Impact: The competitive nature of the award suggests an effort to secure reasonable pricing, but the overall cost effectiveness requires further analysis of the services rendered and market rates.
Public Impact
Provides essential services for disaster-displaced individuals by enabling temporary housing. Supports recovery efforts in disaster-stricken areas, crucial for community rebuilding. The significant expenditure highlights the financial impact of major disaster events on federal budgets. Ensures timely deployment and removal of temporary housing units following emergencies.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed cost breakdown for services.
- Limited information on the competitive process.
- Potential for cost overruns in disaster response contracts.
Positive Signals
- Awarded through a competitive process.
- Addresses critical post-disaster housing needs.
- Supports a specific regional recovery effort.
Sector Analysis
Facilities Support Services (NAICS 561210) encompass a broad range of services. For disaster response, specialized services like mobile home activation/deactivation are critical. Benchmarking this specific service against other disaster recovery contracts is challenging due to its unique nature.
Small Business Impact
The data indicates this contract was not awarded to a small business (ss: false, sb: false). This suggests that larger, specialized firms were engaged for these critical disaster response services.
Oversight & Accountability
The contract was a delivery order under a larger agreement, implying some level of pre-existing oversight. However, the specific oversight mechanisms for this particular order and the effectiveness of accountability measures are not detailed in the provided data.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Lack of detailed service scope.
- Limited information on competitive process.
- No small business participation.
- High total award amount.
- Contract duration spans over a year.
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 $15.7 million to 3D DISASTER SERVICES, INC.. MOBILE HOME ACTIVATION/DEACTIVATION
Who is the contractor on this award?
The obligated recipient is 3D DISASTER 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 $15.7 million.
What is the period of performance?
Start: 2006-06-01. End: 2007-08-31.
What was the specific scope of services included in the mobile home activation/deactivation, and how did the pricing reflect these services?
The provided data lacks specific details on the scope of services beyond 'activation/deactivation.' Without a breakdown of tasks such as site preparation, utility hookups, setup, removal, and transportation, it's impossible to assess if the $15.7 million award was appropriately priced for the work performed. Further documentation would be needed to analyze the value proposition.
What were the key factors that led to 3D Disaster Services, Inc. being selected in this competitive delivery order?
The data indicates this was a 'COMPETITIVE DELIVERY ORDER,' but does not specify the number of bidders or the evaluation criteria. Understanding the competitive landscape, such as the number of proposals received and the specific qualifications or pricing advantages that led to 3D Disaster Services, Inc.'s selection, is crucial for assessing the effectiveness of the competition and the resulting price.
How effectively did these services contribute to the overall disaster recovery mission of FEMA in Louisiana?
While the contract supported the critical need for temporary housing in Louisiana, its effectiveness in the broader disaster recovery mission is not detailed. Factors like the speed of deployment, resident satisfaction with the housing, and the overall impact on community recovery would be necessary to fully evaluate the effectiveness of these services beyond the contractual obligation.
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: 61
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1739 ROBERTS LANDING RD, WINDERMERE, FL, 11
Business Categories: Category Business, Small Business
Financial Breakdown
Contract Ceiling: $19,742,742
Exercised Options: $19,742,742
Current Obligation: $15,688,392
Contract Characteristics
Multi-Year Contract: Yes
Parent Contract
Parent Award PIID: HSFEHQ06D0383
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: 2009-08-22
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)