DHS Awards $133M for Temporary Facilities, Including IT and Infrastructure, to Deployed Resources LLC
Contract Overview
Contract Amount: $133,376,529 ($133.4M)
Contractor: Deployed Resources LLC
Awarding Agency: Department of Homeland Security
Start Date: 2019-07-18
End Date: 2021-01-17
Contract Duration: 549 days
Daily Burn Rate: $242.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TEMPORARY FACILITIES UNDER THIS REQUIREMENT SHALL INCLUDE ALL MECHANICAL, ELECTRICAL, PLUMBING, COMMUNICATIONS, INFORMATION TECHNOLOGY (IT), AND OTHER INFRASTRUCTURE AS REQUIRED FOR A FULLY OPERATIONAL FACILITY. SERVICES SHALL INCLUDE THE ADMINISTRAT
Place of Performance
Location: BROWNSVILLE, CAMERON County, TEXAS, 78520
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $133.4 million to DEPLOYED RESOURCES LLC for work described as: TEMPORARY FACILITIES UNDER THIS REQUIREMENT SHALL INCLUDE ALL MECHANICAL, ELECTRICAL, PLUMBING, COMMUNICATIONS, INFORMATION TECHNOLOGY (IT), AND OTHER INFRASTRUCTURE AS REQUIRED FOR A FULLY OPERATIONAL FACILITY. SERVICES SHALL INCLUDE THE ADMINISTRAT Key points: 1. Contract awarded for comprehensive temporary facility infrastructure, encompassing mechanical, electrical, plumbing, communications, and IT. 2. The awardee, Deployed Resources LLC, will provide services for fully operational facilities. 3. This contract represents a significant investment in logistical support and infrastructure for U.S. Customs and Border Protection operations. 4. The scope includes process, physical distribution, and logistics consulting services, highlighting a broad operational support requirement.
Value Assessment
Rating: fair
The contract's total value is $133,376,528.97. Without specific per-unit cost data or benchmarks for temporary facility infrastructure services, a precise value assessment is difficult. However, the scale suggests a substantial investment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a robust price discovery process. This method generally leads to more competitive pricing by allowing all eligible vendors to bid.
Taxpayer Impact: The use of full and open competition aims to ensure taxpayer funds are used efficiently by securing the best possible price for the required services.
Public Impact
Ensures operational readiness for critical border security functions by providing necessary temporary facilities. Supports U.S. Customs and Border Protection's mission with essential infrastructure and logistical services. The contract's duration and value suggest a long-term commitment to supporting ongoing operational needs. Potential impact on local economies where temporary facilities are deployed due to job creation and resource utilization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed cost breakdowns for specific infrastructure components.
- Potential for cost overruns if unforeseen infrastructure needs arise during deployment.
- Dependence on a single contractor for critical, multifaceted facility services.
Positive Signals
- Awarded through full and open competition, suggesting competitive pricing.
- Contract addresses a critical need for operational infrastructure.
- Clear definition of services required for fully operational facilities.
Sector Analysis
The contract falls under consulting services for process, physical distribution, and logistics. Spending in this sector often supports large-scale government operations, particularly in areas requiring rapid deployment and infrastructure support, such as border security.
Small Business Impact
The data does not indicate any specific set-asides for small businesses. While awarded under full and open competition, it's unclear if small businesses were prime contractors or subcontractors on this significant award.
Oversight & Accountability
The contract was awarded by the Department of Homeland Security to U.S. Customs and Border Protection. Oversight would typically involve monitoring the contractor's performance, adherence to contract terms, and financial accountability throughout the contract period.
Related Government Programs
- Process, Physical Distribution, and Logistics Consulting Services
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Lack of detailed cost breakdown.
- Potential for scope creep in infrastructure requirements.
- Contract duration extends over a significant period, requiring sustained oversight.
- Dependence on a single vendor for critical operational infrastructure.
Tags
process-physical-distribution-and-logist, department-of-homeland-security, tx, delivery-order, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $133.4 million to DEPLOYED RESOURCES LLC. TEMPORARY FACILITIES UNDER THIS REQUIREMENT SHALL INCLUDE ALL MECHANICAL, ELECTRICAL, PLUMBING, COMMUNICATIONS, INFORMATION TECHNOLOGY (IT), AND OTHER INFRASTRUCTURE AS REQUIRED FOR A FULLY OPERATIONAL FACILITY. SERVICES SHALL INCLUDE THE ADMINISTRAT
Who is the contractor on this award?
The obligated recipient is DEPLOYED RESOURCES LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $133.4 million.
What is the period of performance?
Start: 2019-07-18. End: 2021-01-17.
What is the breakdown of costs for the different infrastructure components (mechanical, electrical, IT, etc.) within the total contract value?
The provided data does not include a detailed cost breakdown for the individual infrastructure components. The total award of $133,376,528.97 covers all aspects of temporary facility setup, including mechanical, electrical, plumbing, communications, and IT. Further analysis would require access to the contract's detailed financial exhibits or performance reports to understand the allocation of funds across these diverse service areas.
What are the key performance indicators (KPIs) used to measure the effectiveness and timeliness of the temporary facility deployment?
The provided data does not specify the key performance indicators (KPIs) for this contract. Effective oversight would likely involve tracking metrics related to facility setup time, operational readiness, infrastructure functionality (e.g., uptime for IT and utilities), and adherence to safety and environmental standards. These KPIs would be crucial for ensuring the contractor meets the requirement for fully operational facilities.
How does the pricing structure (Firm Fixed Price) compare to industry benchmarks for similar large-scale temporary facility deployments?
The contract utilizes a Firm Fixed Price (FFP) structure, which shifts risk to the contractor. Without specific benchmarks for comparable large-scale temporary facility deployments, it's challenging to definitively assess pricing competitiveness. However, FFP is generally preferred for well-defined scopes to control costs. The $133M value suggests a significant undertaking, and the competitive award process is a positive indicator for price discovery.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Process, Physical Distribution, and Logistics Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70RDAD19Q00000076
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 164 MCPIKE RD, ROME, NY, 13441
Business Categories: Category Business, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $133,376,529
Exercised Options: $133,376,529
Current Obligation: $133,376,529
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Parent Contract
Parent Award PIID: GS10F0309T
IDV Type: FSS
Timeline
Start Date: 2019-07-18
Current End Date: 2021-01-17
Potential End Date: 2021-01-17 00:00:00
Last Modified: 2021-08-15
More Contracts from Deployed Resources LLC
- Erect/Furnish CPC Facility AT EL Paso, TX and SAN Diego, CA. Option for EL Centro, CA — $1.3B (Department of Homeland Security)
- Operations of the Soft-Sided Facilities in Donna, Texas — $365.3M (Department of Homeland Security)
- Soft Side Facility North Eagle Pass — $337.0M (Department of Homeland Security)
- Task Order for Yuma SSF — $332.7M (Department of Homeland Security)
- Emergency Intake Site and Wrap Around Care Services - Donna — $273.7M (Department of Health and Human Services)
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)