FEMA's $36M Facilities Support Contract Awarded to Atkins North America for Texas Housing Mission
Contract Overview
Contract Amount: $36,256,550 ($36.3M)
Contractor: Atkins North America, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2008-09-26
End Date: 2012-04-30
Contract Duration: 1,312 days
Daily Burn Rate: $27.6K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 4
Pricing Type: COMBINATION (TWO OR MORE)
Sector: Other
Official Description: DR-1791 TEXAS HOUSING MISSION
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $36.3 million to ATKINS NORTH AMERICA, INC. for work described as: DR-1791 TEXAS HOUSING MISSION Key points: 1. Contract awarded through a competitive delivery order, suggesting a degree of market vetting. 2. The contract duration of 1312 days indicates a significant, long-term need for services. 3. The North American Industry Classification System (NAICS) code 561210 points to facilities support services, a critical operational component. 4. The contract was not set aside for small businesses, potentially limiting opportunities for smaller firms. 5. The award was a delivery order under a larger contract, implying it's part of a broader framework. 6. The contract's value of over $36 million warrants scrutiny for cost-effectiveness and performance. 7. The geographic focus on Texas for a housing mission highlights a specific, critical need. 8. The contract was awarded in 2008, with performance concluding in 2012, providing historical data for analysis.
Value Assessment
Rating: fair
The contract value of $36,256,549.67 for facilities support services over approximately 3.6 years appears substantial. Benchmarking this against similar large-scale disaster response support contracts would be necessary to determine true value for money. Without specific performance metrics or detailed cost breakdowns, it's difficult to definitively assess if the pricing was competitive or if the services delivered represented excellent value. The nature of disaster response can also inflate costs due to urgency and specialized requirements.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
This contract was awarded as a 'COMPETITIVE DELIVERY ORDER,' indicating that it was competed among multiple potential providers under an existing contract vehicle. The data shows 4 bidders participated in this specific delivery order competition. A competitive process, even at the delivery order level, generally fosters better price discovery and encourages contractors to offer more favorable terms compared to sole-source awards. The presence of multiple bidders suggests that the market had capacity and interest in providing these services.
Taxpayer Impact: The competitive nature of this award is beneficial for taxpayers as it likely resulted in a more efficient use of funds by driving down prices through bidding. It also signals that the government sought the best available offer rather than relying on a single provider.
Public Impact
Beneficiaries include residents of Texas impacted by housing crises, receiving essential support services. Services delivered encompass facilities support, crucial for maintaining operational infrastructure during disaster recovery. Geographic impact is concentrated in Texas, addressing specific regional needs. Workforce implications include employment opportunities for individuals involved in facilities management and support during the contract period.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns in disaster-related contracts due to unforeseen circumstances and urgency.
- Ensuring consistent service quality across a large geographic area and extended period can be challenging.
- The long duration of the contract might lead to contractor complacency if not actively managed.
- Dependence on a single contractor for critical facilities support could pose risks if performance falters.
Positive Signals
- Awarded through a competitive process, indicating potential for good value.
- The contract addresses a critical need for housing support in a disaster-affected region.
- Facilities support services are fundamental to the success of broader recovery operations.
- The contractor, Atkins North America, Inc., likely possesses specialized expertise in large-scale support services.
Sector Analysis
The facilities support services sector is broad, encompassing maintenance, operations, and management of physical infrastructure. This contract falls within the broader professional, scientific, and technical services industry. In the context of disaster response, such services are critical for establishing and maintaining temporary housing, command centers, and logistical hubs. Comparable spending benchmarks would typically be found within FEMA's broader disaster relief and recovery spending categories, as well as government-wide facilities management contracts.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). This means the competition was open to all eligible firms, including large corporations. While this ensures the widest possible pool of bidders, it may limit direct opportunities for small businesses unless they are subcontractors. The impact on the small business ecosystem depends on whether Atkins North America, Inc. utilized small business subcontractors, which is not detailed in this data.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. Mechanisms likely included regular performance reviews, site inspections, and financial audits to ensure compliance with contract terms and service delivery standards. Transparency is generally facilitated through contract databases like FPDS-NG (where this data originates). Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- FEMA Disaster Relief Fund
- Department of Homeland Security Operations Support
- Federal Facilities Management Contracts
- Post-Disaster Housing Solutions
- Texas Emergency Management Programs
Risk Flags
- Potential for cost overruns
- Long contract duration
- Disaster response environment
- Service quality consistency
- Limited small business participation
Tags
facilities-support-services, fema, department-of-homeland-security, texas, competitive-delivery-order, large-contract, disaster-response, housing-mission, atkins-north-america, federal-emergency-management-agency, north-american-industry-classification-system-561210
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $36.3 million to ATKINS NORTH AMERICA, INC.. DR-1791 TEXAS HOUSING MISSION
Who is the contractor on this award?
The obligated recipient is ATKINS NORTH AMERICA, 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 $36.3 million.
What is the period of performance?
Start: 2008-09-26. End: 2012-04-30.
What was the specific nature of the facilities support services provided under this contract?
The contract, identified by NAICS code 561210, falls under 'Facilities Support Services.' While the data doesn't detail the exact services, this typically includes a range of activities necessary for the operation and maintenance of physical facilities. For a housing mission in a disaster-stricken area, this could encompass site preparation, installation and maintenance of temporary housing units (like trailers or modular homes), utility connections, waste management, security, groundskeeping, and general facility upkeep. The goal is to ensure that the temporary housing infrastructure is safe, functional, and habitable for displaced individuals and families.
How does the $36.2 million contract value compare to other FEMA disaster response contracts of similar scope?
Comparing the $36.2 million value requires context regarding the scale and duration of the disaster, the number of individuals served, and the specific services rendered. FEMA contracts can vary significantly based on these factors. For instance, major hurricanes or widespread natural disasters often necessitate multi-billion dollar relief efforts. A $36 million contract for facilities support in a specific region like Texas, awarded over a period of approximately 3.6 years (1312 days), suggests a significant but potentially localized or phased response effort. Without specific benchmarks for comparable events and service types, it's challenging to definitively label this as high or low, but it represents a substantial investment in operational support.
What were the primary risks associated with this contract, and how were they managed?
Key risks for a contract of this nature, especially in disaster response, include logistical challenges in remote or damaged areas, potential for cost overruns due to unforeseen conditions, ensuring timely delivery of services, and maintaining quality standards under pressure. Management strategies likely involved robust project management by FEMA, clear performance metrics, regular site assessments, and contingency planning. The competitive award process itself helps mitigate some risks by selecting a contractor deemed capable. However, the long duration and the inherent unpredictability of disaster recovery mean that ongoing monitoring and adaptive management are crucial.
What was the track record of Atkins North America, Inc. with FEMA or similar government agencies prior to or during this contract?
The provided data does not include specific details on Atkins North America, Inc.'s prior track record with FEMA or other government agencies. However, as a large engineering and construction firm, Atkins has extensive experience in managing complex projects, including infrastructure and support services, both domestically and internationally. Their ability to win a competitive delivery order valued at over $36 million suggests they met FEMA's requirements and possessed the necessary qualifications and capacity. A deeper dive into past performance evaluations and contract history would be needed for a comprehensive assessment.
How did the number of bidders (4) influence the pricing and outcome of this delivery order?
Having four bidders for this competitive delivery order likely exerted downward pressure on pricing, as each company would aim to submit a competitive bid to secure the contract. A higher number of bidders generally correlates with better price discovery and potentially lower costs for the government compared to situations with fewer bidders. While four bidders represent a reasonable level of competition, the specific market dynamics for specialized facilities support services in disaster zones could influence how aggressively firms bid. The outcome would be the award to the bidder offering the best value, considering both price and technical qualifications.
What is the historical spending pattern for facilities support services by FEMA in Texas or similar regions?
Historical spending patterns for facilities support services by FEMA, particularly in regions like Texas prone to natural disasters, are generally substantial and fluctuate based on the severity and frequency of events. FEMA's budget allocation for disaster response and recovery includes significant portions for temporary housing and associated infrastructure support. Contracts for services like those provided here are common following major events like hurricanes (e.g., Rita, Ike, Harvey). Analyzing FEMA's historical obligations data, broken down by fiscal year and service type, would reveal trends in spending, average contract values, and the prevalence of such contracts in disaster-prone states.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 4
Pricing Type: COMBINATION (TWO OR MORE) (2)
Evaluated Preference: NONE
Contractor Details
Parent Company: WS Atkins PLC (UEI: 295224364)
Address: 3859 CENTERVIEW DR # 160, CHANTILLY, VA, 90
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $36,256,550
Exercised Options: $36,256,550
Current Obligation: $36,256,550
Parent Contract
Parent Award PIID: HSFEHQ06D0817
IDV Type: IDC
Timeline
Start Date: 2008-09-26
Current End Date: 2012-04-30
Potential End Date: 2012-04-30 00:00:00
Last Modified: 2012-04-11
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)