FEMA awards $1.1M contract for 40 group and exclusive site retrofits for UFAS compliance in Louisiana
Contract Overview
Contract Amount: $11,017,224 ($11.0M)
Contractor: Keta Group, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2007-01-23
End Date: 2007-05-26
Contract Duration: 123 days
Daily Burn Rate: $89.6K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: 40 GROUP AND EXCLUSIVE SITE RETROFITS FOR UFAS COMPLIANCE IN LA
Place of Performance
Location: BATON ROUGE, EAST BATON ROUGE County, LOUISIANA, 70802
Plain-Language Summary
Department of Homeland Security obligated $11.0 million to KETA GROUP, LLC for work described as: 40 GROUP AND EXCLUSIVE SITE RETROFITS FOR UFAS COMPLIANCE IN LA Key points: 1. Contract focuses on accessibility compliance, a critical aspect of federal building standards. 2. The contract was awarded on a non-competitive basis, raising questions about potential cost savings. 3. Limited competition may have impacted the final price and the range of solutions considered. 4. The short performance period suggests a targeted scope of work for specific sites. 5. Construction services are essential for maintaining and upgrading federal facilities. 6. The contract's value is relatively modest in the context of large-scale federal construction projects.
Value Assessment
Rating: fair
The contract value of approximately $1.1 million for 40 sites suggests an average cost of $27,500 per site. Without specific details on the scope of work at each site, it's difficult to benchmark this against similar contracts. However, the non-competitive nature of the award means there's no direct comparison to assess if this price represents good value for money. The fixed-price nature of the contract provides some cost certainty, but the lack of competition limits the ability to determine if the pricing is market-competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a sole-source justification, meaning it was not openly competed. This approach is typically used when only one responsible source is available or when a compelling justification exists for not seeking competition. The lack of multiple bidders means there was no opportunity for price discovery through a competitive bidding process, potentially leading to a higher price than if multiple firms had vied for the contract.
Taxpayer Impact: For taxpayers, a sole-source award means there's a reduced likelihood of achieving the lowest possible price. Without competitive pressure, the awarded price may not reflect the most cost-effective solution available in the market.
Public Impact
Federal facilities in Louisiana will benefit from improved accessibility, ensuring compliance with the Uniform Federal Accessibility Standards (UFAS). The services delivered include retrofitting and construction work at 40 distinct group and exclusive sites. The geographic impact is concentrated within Louisiana, specifically where these 40 sites are located. The contract supports the construction workforce involved in performing the necessary retrofitting and upgrade tasks.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may have led to a higher price than a competed contract.
- Limited transparency into the justification for sole-source award.
- No benchmark available to assess the value for money of the awarded price.
Positive Signals
- Contract addresses critical UFAS compliance, improving accessibility for federal facilities.
- Fixed-price contract provides cost certainty for the government.
- Specific geographic focus on Louisiana ensures targeted improvements.
Sector Analysis
This contract falls within the construction services sector, specifically focusing on facility retrofits and upgrades. The market for federal construction services is substantial, with agencies frequently awarding contracts for maintenance, repair, and modernization of their infrastructure. Benchmarking this contract's value is challenging without more detailed project scope, but it represents a small portion of the overall federal spending on construction and facilities management, which can run into billions annually.
Small Business Impact
Information regarding small business set-asides or subcontracting plans is not available for this contract. As a sole-source award, it's less likely to have been specifically targeted towards small businesses through set-aside provisions. The impact on the small business ecosystem would depend on whether the prime contractor, KETA GROUP, LLC, utilizes small businesses for subcontracting, which is not detailed in the provided data.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's Federal Emergency Management Agency (FEMA). As a fixed-price contract, oversight would focus on ensuring the contractor meets the defined scope of work within the agreed-upon timeline and budget. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Building Accessibility Standards
- UFAS Compliance Projects
- FEMA Facility Modernization
- Louisiana Construction Contracts
Risk Flags
- Sole-source award limits price competition.
- Lack of detailed scope of work makes value assessment difficult.
- Limited public information on contractor's past performance.
Tags
construction, fema, department-of-homeland-security, louisiana, sole-source, fixed-price, accessibility, ufas-compliance, facility-retrofit, small-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $11.0 million to KETA GROUP, LLC. 40 GROUP AND EXCLUSIVE SITE RETROFITS FOR UFAS COMPLIANCE IN LA
Who is the contractor on this award?
The obligated recipient is KETA GROUP, 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 $11.0 million.
What is the period of performance?
Start: 2007-01-23. End: 2007-05-26.
What specific retrofitting tasks were included in the 40 sites to achieve UFAS compliance?
The provided data does not detail the specific retrofitting tasks required for UFAS compliance at each of the 40 sites. UFAS compliance typically involves modifications to ensure accessibility for individuals with disabilities, which can include ramps, accessible restrooms, door modifications, elevator upgrades, and modifications to interior spaces. The scope would vary significantly depending on the existing conditions of each facility. A more detailed statement of work or contract modifications would be necessary to understand the precise nature of the retrofits performed under this $1.1 million award.
What was the justification for awarding this contract on a sole-source basis?
The data indicates the contract was awarded under 'NOT AVAILABLE FOR COMPETITION,' which typically signifies a sole-source justification. Common reasons for sole-source awards include the unavailability of other sources, urgent and compelling needs where competition is not feasible, or specific technical requirements that only one contractor can meet. Without access to the specific justification document filed by FEMA, the precise reason for bypassing competition for these 40 site retrofits remains unknown. This lack of transparency limits the ability to assess if the sole-source decision was appropriate and in the government's best interest.
How does the average cost per site ($27,500) compare to similar UFAS compliance retrofits in Louisiana or other regions?
Benchmarking the average cost of $27,500 per site for UFAS compliance retrofits is challenging without more granular data on the scope of work at each of the 40 sites. Costs can vary widely based on the size and complexity of the facility, the extent of modifications needed, and local labor and material costs. Given this contract was awarded on a sole-source basis, there is no competitive data to compare against. Generally, significant accessibility upgrades can cost tens of thousands to hundreds of thousands of dollars per site, depending on the scale of the required work. This figure might be reasonable for minor modifications but could be high if only basic accessibility features were needed.
What is KETA GROUP, LLC's track record with federal contracts, particularly in construction and accessibility retrofits?
The provided data snippet does not offer details on KETA GROUP, LLC's broader federal contracting history, including past performance, past disputes, or specific experience with UFAS compliance projects. To assess their track record, one would need to consult databases like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) for a comprehensive view of their performance on previous government contracts. Without this information, it's difficult to evaluate their capability and reliability for this specific type of construction work.
What was the total federal spending on UFAS compliance or similar accessibility retrofits by FEMA in the years surrounding 2007?
The provided data focuses solely on this single contract awarded in 2007 and does not offer historical spending trends for FEMA or the federal government regarding UFAS compliance or similar accessibility retrofits. To determine broader spending patterns, one would need to analyze historical federal procurement data over multiple fiscal years. This would involve querying databases for contracts categorized under accessibility upgrades, facility retrofits, and compliance with standards like UFAS across various agencies, not just FEMA. Such an analysis would provide context on the scale and consistency of federal investment in this area.
Industry Classification
NAICS: Wholesale Trade › Machinery, Equipment, and Supplies Merchant Wholesalers › Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCT NONBUILDING FACILITIES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSFEHQ-07-R-0015
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3604 CHITIMACHA TRL, CHARENTON, LA, 03
Business Categories: 8(a) Program Participant, Category Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $11,017,224
Exercised Options: $11,017,224
Current Obligation: $11,017,224
Contract Characteristics
Cost or Pricing Data: NO
Timeline
Start Date: 2007-01-23
Current End Date: 2007-05-26
Potential End Date: 2007-05-26 00:00:00
Last Modified: 2012-10-24
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)