FEMA's $11.7M Katrina Temporary Housing Contract Awarded to SRS Inc. for Facilities Support Services
Contract Overview
Contract Amount: $11,726,904 ($11.7M)
Contractor: SRS Inc
Awarding Agency: Department of Homeland Security
Start Date: 2007-08-01
End Date: 2008-04-30
Contract Duration: 273 days
Daily Burn Rate: $43.0K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 15
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MAINTENANCE AND DEACTIVATION OF TEMPORARY HOUSING IN SUPPORT OF HURRICANE KATRINA RELIEF EFFORTS
Place of Performance
Location: METAIRIE, JEFFERSON County, LOUISIANA, 70001
Plain-Language Summary
Department of Homeland Security obligated $11.7 million to SRS INC for work described as: MAINTENANCE AND DEACTIVATION OF TEMPORARY HOUSING IN SUPPORT OF HURRICANE KATRINA RELIEF EFFORTS Key points: 1. Contract awarded for essential post-disaster housing support. 2. SRS Inc. secured the contract for facilities support services. 3. The contract duration was 273 days. 4. This falls under facilities support services, a critical post-disaster need.
Value Assessment
Rating: fair
The contract value of $11.7M for 273 days of service appears reasonable given the scope of disaster relief. Benchmarking against similar large-scale, short-term disaster support contracts is difficult due to unique circumstances, but the price per day is not immediately alarming.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The contract type is listed as 'COMPETITIVE DELIVERY ORDER', suggesting a competitive process. However, the specific details of the competition and how price discovery was achieved are not provided. This lack of transparency raises questions about whether the best possible price was secured.
Taxpayer Impact: Taxpayer funds were used for essential disaster relief services. The efficiency of the procurement process and the final price directly impact the value for taxpayers.
Public Impact
Provided critical housing solutions for hurricane victims. Supported the recovery efforts in Louisiana post-Katrina. Demonstrated government's role in disaster response and management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed competition information
- Potential for cost overruns in disaster scenarios
Positive Signals
- Fulfilled essential service need
- Supported disaster recovery efforts
Sector Analysis
This contract falls within the Facilities Support Services sector, crucial for managing infrastructure and temporary solutions during emergencies. Spending in this sector can fluctuate significantly based on natural disaster frequency and severity.
Small Business Impact
There is no indication that small businesses were involved in this specific contract award. Further analysis would be needed to determine if subcontracting opportunities were provided or if small businesses were excluded.
Oversight & Accountability
Oversight of this contract would primarily fall under the Federal Emergency Management Agency (FEMA). Ensuring accountability for service delivery and cost management is crucial, especially in time-sensitive disaster relief operations.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Lack of detailed competition justification
- Limited transparency on performance metrics
- Potential for cost escalation in emergency procurements
- No clear indication of small business participation
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 $11.7 million to SRS INC. MAINTENANCE AND DEACTIVATION OF TEMPORARY HOUSING IN SUPPORT OF HURRICANE KATRINA RELIEF EFFORTS
Who is the contractor on this award?
The obligated recipient is SRS 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 $11.7 million.
What is the period of performance?
Start: 2007-08-01. End: 2008-04-30.
What was the specific competitive process used for this delivery order, and how did it ensure fair pricing?
The data indicates a 'COMPETITIVE DELIVERY ORDER,' but lacks specifics on the bidding process, number of bidders, and evaluation criteria. Without this information, it's challenging to definitively assess if the pricing was optimized through robust competition. Further documentation would be required to understand the price discovery mechanisms employed.
What were the key performance indicators (KPIs) for SRS Inc., and how were they measured to ensure effective service delivery?
The provided data does not detail the specific Key Performance Indicators (KPIs) established for SRS Inc. or the methods used for performance measurement. Effective oversight would require clearly defined metrics related to housing maintenance, deactivation timelines, and resident satisfaction to ensure the contract met its objectives.
Were there any cost-saving measures or efficiencies identified during the contract period that could inform future disaster response contracts?
The data does not contain information on cost-saving measures or efficiencies realized during the contract's execution. Analyzing the actual expenditures against the initial estimates, and identifying any innovative approaches taken by SRS Inc. to reduce costs or improve service delivery, would be valuable for future contract planning.
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
Solicitation ID: HSFEHQ06R8ALA
Offers Received: 15
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 537 BLYTHE ST, GALLATIN, TN, 06
Business Categories: 8(a) Program Participant, 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: $11,726,904
Exercised Options: $11,726,904
Current Obligation: $11,726,904
Contract Characteristics
Multi-Year Contract: Yes
Parent Contract
Parent Award PIID: HSFEHQ06D0368
IDV Type: IDC
Timeline
Start Date: 2007-08-01
Current End Date: 2008-04-30
Potential End Date: 2008-04-30 00:00:00
Last Modified: 2010-07-26
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)