FEMA awards $24M task order for regional production support under COMPASS IDIQ
Contract Overview
Contract Amount: $24,037,764 ($24.0M)
Contractor: Compass PTS JV, the
Awarding Agency: Department of Homeland Security
Start Date: 2019-08-30
End Date: 2025-10-31
Contract Duration: 2,254 days
Daily Burn Rate: $10.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE REGIONAL PRODUCTION SUPPORT FOR RISK MAP, HMTAP, AND TARC FOR REGIONS 1,3,4,5,6 WITH SOME WORK IN REGION 2 UNDER COMPASS EXISTING SINGLE-AWARD IDIQ.
Place of Performance
Location: LUSK, NIOBRARA County, WYOMING, 82225
State: Wyoming Government Spending
Plain-Language Summary
Department of Homeland Security obligated $24.0 million to COMPASS PTS JV, THE for work described as: THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE REGIONAL PRODUCTION SUPPORT FOR RISK MAP, HMTAP, AND TARC FOR REGIONS 1,3,4,5,6 WITH SOME WORK IN REGION 2 UNDER COMPASS EXISTING SINGLE-AWARD IDIQ. Key points: 1. Task order provides essential regional production support for critical FEMA programs. 2. Contract leverages existing single-award IDIQ, potentially streamlining acquisition. 3. Performance period extends over multiple years, indicating long-term need. 4. Cost-plus-fixed-fee contract type allows for flexibility but requires careful oversight. 5. Focus on specific regions suggests targeted operational support. 6. Engineering services NAICS code indicates a focus on technical and analytical tasks.
Value Assessment
Rating: fair
The total award amount of $24,037,763.74 for a period of approximately 6 years (August 2019 to October 2025) appears reasonable for the scope of regional production support. However, without specific benchmarks for 'risk map, HMTAP, and TARC' production, a precise value-for-money assessment is challenging. The cost-plus-fixed-fee structure necessitates diligent monitoring of costs to ensure efficiency and prevent overruns. Comparing this to similar support contracts within FEMA or DHS would provide a clearer picture of its cost-effectiveness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The fact that it's a single-award IDIQ means that while the initial competition for the IDIQ was broad, subsequent task orders are typically awarded to the IDIQ holder. The specific competition for this task order would depend on the terms of the IDIQ itself, but the initial 'full and open' designation suggests a robust initial vetting of potential providers.
Taxpayer Impact: Full and open competition generally leads to better price discovery and potentially lower costs for taxpayers, as it encourages a competitive bidding environment.
Public Impact
Provides critical support for FEMA's risk mapping, HMTAP, and TARC initiatives, enhancing disaster preparedness and response capabilities. Benefits residents and businesses in Regions 1, 3, 4, 5, and 6, with some support extending to Region 2. Ensures the continuity of essential government services related to emergency management and public safety. Supports the operational readiness of FEMA by providing necessary production and analytical services. Indirectly impacts the workforce by requiring skilled personnel for the execution of these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost-plus-fixed-fee contracts can incentivize higher costs if not closely managed.
- Reliance on a single-award IDIQ limits competition for subsequent task orders.
- The specific performance metrics and quality assurance for 'production support' need clear definition to ensure effectiveness.
Positive Signals
- Awarded under full and open competition, suggesting a competitive initial process.
- Task order supports critical FEMA missions related to disaster preparedness and response.
- Long performance period indicates sustained need and potential for stable service delivery.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), which encompasses firms that provide engineering consulting and design services. The scope of providing 'regional production support' for risk maps and other programs suggests a blend of technical analysis, data management, and potentially geospatial services. The federal government is a significant consumer of engineering services, particularly within agencies like FEMA that require specialized expertise for disaster management, infrastructure assessment, and planning. Benchmarking would involve comparing the cost and performance of this task order against other contracts for similar analytical and production support services within the federal government.
Small Business Impact
The data indicates that small business participation was not a specific set-aside for this task order (ss: false, sb: false). As this is a task order under an existing IDIQ, the small business subcontracting plan would have been established at the IDIQ level. Without further information on the IDIQ's subcontracting requirements, it's difficult to assess the direct impact on the small business ecosystem for this specific task order. However, the prime contractor, COMPASS PTS JV, may have obligations to utilize small businesses for a portion of the work.
Oversight & Accountability
Oversight for this task order would primarily fall under the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security (DHS). The contract type (Cost Plus Fixed Fee) necessitates robust financial oversight to ensure costs are reasonable and allocable. FEMA's contracting officers and program managers are responsible for monitoring performance, approving invoices, and ensuring compliance with the contract terms. The DHS Office of Inspector General (OIG) may also conduct audits or investigations into the contract's execution and financial management to ensure accountability and prevent fraud, waste, and abuse.
Related Government Programs
- FEMA Risk Mapping, Assessment, and Planning (Risk MAP)
- FEMA Hazard Mitigation Technical Assistance Program (HMTAP)
- FEMA TARC Program
- Department of Homeland Security (DHS) Contracts
- Federal Emergency Management Agency (FEMA) Support Services
- IDIQ Contract Vehicles
Risk Flags
- Cost-plus-fixed-fee contract requires close monitoring of costs.
- Single-award IDIQ limits competition for task orders.
- Performance metrics for 'production support' need clear definition.
- Potential for vendor lock-in with single-award IDIQ.
Tags
fema, department-of-homeland-security, engineering-services, cost-plus-fixed-fee, full-and-open-competition, task-order, disaster-preparedness, risk-management, regional-support, federal-emergency-management-agency, homeland-security, support-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $24.0 million to COMPASS PTS JV, THE. THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE REGIONAL PRODUCTION SUPPORT FOR RISK MAP, HMTAP, AND TARC FOR REGIONS 1,3,4,5,6 WITH SOME WORK IN REGION 2 UNDER COMPASS EXISTING SINGLE-AWARD IDIQ.
Who is the contractor on this award?
The obligated recipient is COMPASS PTS JV, THE.
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 $24.0 million.
What is the period of performance?
Start: 2019-08-30. End: 2025-10-31.
What is the specific nature of the 'regional production support' provided under this task order?
The 'regional production support' encompasses services related to FEMA's Risk MAP, Hazard Mitigation Technical Assistance Program (HMTAP), and TARC initiatives for specific geographic regions. This likely involves tasks such as data collection, analysis, map generation, report writing, and technical assistance to support FEMA's understanding and mitigation of risks associated with natural disasters. The exact deliverables would be detailed in the task order's statement of work, but it generally aims to provide the necessary operational and analytical capacity for these critical FEMA programs at a regional level.
How does the cost-plus-fixed-fee (CPFF) contract type compare to other contract types for similar services?
The Cost-Plus-Fixed-Fee (CPFF) contract type is often used when the scope of work is not precisely defined at the outset or involves a high degree of uncertainty, as might be the case with evolving risk assessment needs. It allows the contractor to recover all allowable costs plus a predetermined fixed fee representing profit. While offering flexibility, CPFF contracts can incentivize contractors to incur higher costs to increase their fee base if not carefully managed. Compared to Firm-Fixed-Price (FFP) contracts, CPFF offers less cost certainty for the government but can be more appropriate for complex, R&D-heavy, or service-oriented tasks where cost estimation is difficult. It requires stringent government oversight of costs.
What is the historical spending pattern for FEMA's Risk MAP, HMTAP, and TARC programs?
Historical spending on FEMA's Risk MAP, HMTAP, and TARC programs indicates a consistent and significant federal investment in disaster risk reduction and mitigation. While specific figures for each program fluctuate annually based on appropriations and program priorities, the overall trend shows sustained funding. For instance, Risk MAP has historically received hundreds of millions annually to support flood hazard mapping and risk communication. HMTAP and TARC, while potentially smaller in budget, are crucial for technical assistance and community resilience. This $24 million task order represents a portion of the broader federal expenditure dedicated to these vital disaster management functions over its performance period.
What are the potential risks associated with relying on a single-award IDIQ for ongoing support?
Relying on a single-award IDIQ for ongoing support, as is the case here with COMPASS PTS JV, presents several potential risks. Primarily, it limits competition for subsequent task orders, potentially leading to higher prices and less innovation compared to a multi-award IDIQ or open competition. The government may not benefit from the best available solutions or pricing if the sole awardee's performance or cost structure becomes suboptimal. Furthermore, there's a risk of vendor lock-in, where the agency becomes heavily dependent on one contractor, potentially reducing leverage in negotiations and contract management. This structure requires diligent performance management and regular market research to ensure continued value.
How does the engineering services NAICS code (541330) align with the described task order purpose?
The North American Industry Classification System (NAICS) code 541330, 'Engineering Services,' aligns well with the described purpose of providing 'regional production support for risk map, HMTAP, and TARC.' These FEMA programs inherently involve complex analytical, technical, and often geospatial engineering tasks. Risk mapping requires understanding hydrological, geological, and meteorological data, which falls under engineering disciplines. Technical assistance for hazard mitigation and resilience planning (HMTAP, TARC) also necessitates engineering expertise to assess vulnerabilities and recommend solutions. Therefore, contracting with firms classified under engineering services is appropriate for delivering these specialized support functions.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 675 N WASHINGTON ST STE 300, ALEXANDRIA, VA, 22314
Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $24,037,764
Exercised Options: $24,037,764
Current Obligation: $24,037,764
Actual Outlays: $1,835,685
Subaward Activity
Number of Subawards: 9
Total Subaward Amount: $1,104,784
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: HSFE6015D0003
IDV Type: IDC
Timeline
Start Date: 2019-08-30
Current End Date: 2025-10-31
Potential End Date: 2025-10-31 00:00:00
Last Modified: 2025-06-30
More Contracts from Compass PTS JV, the
- Fema Zone 2 Standard Operations 3 (SO 3) Architect and Engineering Services — $63.1M (Department of Homeland Security)
- THE Purpose of This Task of IS to Exercise Option Period 4 and Incrementally Fund Option Period 4 — $43.0M (Department of Homeland Security)
- THE Purpose of This Task Order IS to Obtain a Contractor to Provide Production and Technical Services (PTS) Standard Operations 5 Support for Risk MAP, Hmtap, and Tarc for Regions 1, 3, 4, 6, and 8 Under Compass' Existing Single-Award Idiq. Fema DET — $41.5M (Department of Homeland Security)
- Production and Technical Services PTS Standard Operations 3 — $40.2M (Department of Homeland Security)
- Architect-Engineer (A-E) Production and Technical Services (PTS) Support to Fema PTS Zone 2/Standard Operations 2 — $31.6M (Department of Homeland Security)
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)