FEMA spent $11.5M on mobile home activation/deactivation, primarily with Scott Construction
Contract Overview
Contract Amount: $11,546,577 ($11.5M)
Contractor: Scott Construction (mississippi) Corp.
Awarding Agency: Department of Homeland Security
Start Date: 2006-06-01
End Date: 2014-04-30
Contract Duration: 2,890 days
Daily Burn Rate: $4.0K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 33
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MOBILE HOME ACTIVATION/DEACTIVATION
Place of Performance
Location: MARKS, QUITMAN County, MISSISSIPPI, 38646
Plain-Language Summary
Department of Homeland Security obligated $11.5 million to SCOTT CONSTRUCTION (MISSISSIPPI) CORP. for work described as: MOBILE HOME ACTIVATION/DEACTIVATION Key points: 1. Contract focused on essential disaster relief services, highlighting FEMA's reliance on specialized support. 2. The contract duration of nearly 8 years suggests a long-term need for these services. 3. A single awardee indicates potential concentration risk and limited market exploration for this specific need. 4. The firm-fixed-price structure aims to control costs, but requires careful monitoring of scope. 5. Services were concentrated in Mississippi, reflecting a response to regional disaster events.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without specific service delivery metrics or comparable disaster response contracts. The total spend of $11.5 million over nearly eight years averages to approximately $1.44 million annually. This figure needs to be assessed against the scale and frequency of disaster events requiring mobile home support in the covered region. The firm-fixed-price nature suggests an attempt to cap costs, but the long duration could mask inefficiencies if not actively managed.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a delivery order under a larger contract vehicle, and the data indicates it was a sole-source award to Scott Construction (Mississippi) Corp. The lack of a competitive bidding process for this specific delivery order means that the government did not explore alternative providers or pricing structures. This approach may be justified in emergency situations where speed is critical, but it limits the opportunity for price discovery and potentially higher value.
Taxpayer Impact: A sole-source award means taxpayers did not benefit from competitive pricing that could have potentially lowered the overall cost of mobile home activation and deactivation services.
Public Impact
Disaster-affected residents in Mississippi received essential support through the activation and deactivation of mobile homes. The services facilitated temporary housing solutions during and after natural disaster events. The contract supported the Federal Emergency Management Agency's (FEMA) disaster response mission. Local workforce in Mississippi may have been engaged for the physical labor involved in these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and potential cost savings for taxpayers.
- Long contract duration (nearly 8 years) may indicate a lack of proactive planning or market engagement for future needs.
- Concentration of services in one state (Mississippi) could be a risk if similar needs arise elsewhere without established contracts.
Positive Signals
- Provided critical support during disaster recovery efforts, fulfilling an essential government function.
- Firm-fixed-price contract structure offers cost predictability, assuming scope is well-defined and managed.
- Long-term engagement suggests a stable, reliable provider for a recurring need.
Sector Analysis
The Facilities Support Services sector encompasses a broad range of services essential for the operation and maintenance of government facilities. This contract falls within the niche of disaster response support, specifically related to temporary housing solutions. While the overall market for facilities support is large and diverse, contracts focused on emergency response are often characterized by urgency and may involve specialized providers. Benchmarking this specific service is difficult without more granular data on the scope of work.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses, nor does it appear to have significant subcontracting implications for small businesses based on the sole-source award to a single prime contractor. The focus was on fulfilling a direct need for FEMA's disaster response operations rather than on fostering small business participation.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Emergency Management Agency (FEMA) and potentially the Department of Homeland Security's Office of Inspector General. Given it was a delivery order under a larger contract, oversight mechanisms would depend on the terms of the base contract. Transparency is limited by the sole-source nature of the award, making it harder to scrutinize the value proposition compared to a competitively bid contract.
Related Government Programs
- FEMA Disaster Relief Fund
- Temporary Housing Assistance Programs
- Emergency Management Services
- Facilities Maintenance and Support Contracts
Risk Flags
- Sole-source award limits competition.
- Long contract duration without clear justification for renewal.
- Lack of detailed performance metrics in public data.
Tags
facilities-support-services, disaster-response, emergency-management, mobile-homes, fema, department-of-homeland-security, mississippi, competitive-delivery-order, firm-fixed-price, sole-source, long-term-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $11.5 million to SCOTT CONSTRUCTION (MISSISSIPPI) CORP.. MOBILE HOME ACTIVATION/DEACTIVATION
Who is the contractor on this award?
The obligated recipient is SCOTT CONSTRUCTION (MISSISSIPPI) CORP..
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 $11.5 million.
What is the period of performance?
Start: 2006-06-01. End: 2014-04-30.
What was the specific scope of work for 'mobile home activation/deactivation' under this contract?
The term 'mobile home activation/deactivation' likely refers to the logistical and physical processes involved in setting up temporary housing units for disaster survivors and then dismantling or preparing them for removal after they are no longer needed. This could include site preparation, utility hookups (water, sewer, electricity), leveling, securing the units, and then reversing these processes. The exact scope would be detailed in the Statement of Work (SOW) within the contract documents. Without the SOW, it's difficult to ascertain the precise services rendered, which impacts a full value assessment.
How does the $11.5 million spend compare to FEMA's typical spending on similar disaster response services?
Comparing this $11.5 million spend to FEMA's typical spending on similar disaster response services is challenging without more specific data points. FEMA's overall disaster relief spending fluctuates significantly year-to-year based on the number and severity of declared disasters. Contracts for temporary housing, including mobile home deployment, are a component of this larger spending. To provide a meaningful comparison, one would need to analyze FEMA's historical expenditures on mobile home logistics across multiple disaster events and regions, considering factors like the number of units deployed and the duration of their use. This single contract's value is best understood within the context of specific disaster declarations it supported.
What were the key performance indicators (KPIs) used to evaluate Scott Construction's performance?
The provided data does not specify the Key Performance Indicators (KPIs) used to evaluate Scott Construction's performance. Typically, for services like mobile home activation/deactivation, KPIs might include timeliness of deployment, quality of setup (ensuring habitability and safety), adherence to budget (especially if there were time and materials components or change orders), and responsiveness to FEMA directives. Performance evaluations are usually documented in contract performance reports. Without access to these reports or the contract's SOW, assessing the quality of service delivery and contractor performance remains speculative.
Were there any performance issues or disputes recorded during the contract's nearly 8-year duration?
The available data does not contain information regarding performance issues or disputes related to this contract. A comprehensive review would require accessing contract administration records, performance evaluations, and any official correspondence between FEMA and Scott Construction. Long-term contracts, especially those involving physical logistics in potentially challenging post-disaster environments, can sometimes encounter unforeseen issues. The absence of readily available negative information does not guarantee flawless execution, but it also doesn't indicate significant, unresolved problems that impacted the contract's continuation.
What is the typical market rate for mobile home activation and deactivation services?
Determining a precise 'typical market rate' for mobile home activation and deactivation is complex due to the variable nature of the services and geographic location. Costs depend heavily on factors such as the size and type of mobile home, the distance of transport, the complexity of site preparation (e.g., need for extensive grading, utility trenching), the type of utility connections required, and prevailing labor costs in the specific region. For disaster response, these services are often bundled with other logistical support. Without specific details on the scope of services provided by Scott Construction, benchmarking against industry standards is difficult. However, costs could range from hundreds to several thousand dollars per unit for activation, depending on these variables.
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: 33
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1815 CHARLIE PRIDE HWY. SOUTH, MARKS, MS, 02
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
Financial Breakdown
Contract Ceiling: $11,546,577
Exercised Options: $11,546,577
Current Obligation: $11,546,577
Contract Characteristics
Multi-Year Contract: Yes
Parent Contract
Parent Award PIID: HSFEHQ06D0427
IDV Type: IDC
Timeline
Start Date: 2006-06-01
Current End Date: 2014-04-30
Potential End Date: 2014-04-30 00:00:00
Last Modified: 2014-07-11
More Contracts from Scott Construction (mississippi) Corp.
- Manufactured Housing Maintenance — $10.4M (Department of Homeland Security)
View all Scott Construction (mississippi) Corp. federal contracts →
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)