DHS FEMA Awards $27.8M Engineering Services Task Order to STARR II JV

Contract Overview

Contract Amount: $27,857,728 ($27.9M)

Contractor: Starr II, a Joint Venture

Awarding Agency: Department of Homeland Security

Start Date: 2019-08-30

End Date: 2024-04-28

Contract Duration: 1,703 days

Daily Burn Rate: $16.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Other

Official Description: TASK ORDER

Place of Performance

Location: MOUNT WEATHER, CLARKE County, VIRGINIA, 20135

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $27.9 million to STARR II, A JOINT VENTURE for work described as: TASK ORDER Key points: 1. Significant award value of $27.8 million for engineering services. 2. STARR II, A JOINT VENTURE, is the awardee. 3. Contract awarded under full and open competition. 4. Task order duration of 1703 days (approx. 4.6 years).

Value Assessment

Rating: good

The contract type is Cost Plus Fixed Fee, which can lead to higher costs if not managed carefully. However, the fixed fee component provides some cost control.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a robust price discovery process. This method typically yields competitive pricing.

Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down costs through market forces.

Public Impact

Supports critical FEMA operations for disaster response and recovery. Provides essential engineering expertise to the Department of Homeland Security. Long-term contract ensures continuity of vital services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Engineering services (NAICS 541330) are crucial for government infrastructure projects and technical support. Spending in this sector can vary widely based on agency needs and project scale.

Small Business Impact

The awardee is identified as a joint venture, which may include small business participation. However, specific small business set-aside status is not indicated.

Oversight & Accountability

The contract was awarded as a delivery order under a larger contract vehicle (STARR II). Oversight will depend on the management of both the task order and the parent contract.

Related Government Programs

Risk Flags

Tags

engineering-services, department-of-homeland-security, va, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $27.9 million to STARR II, A JOINT VENTURE. TASK ORDER

Who is the contractor on this award?

The obligated recipient is STARR II, A JOINT VENTURE.

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 $27.9 million.

What is the period of performance?

Start: 2019-08-30. End: 2024-04-28.

What specific engineering services are being provided under this task order, and how do they align with FEMA's current mission priorities?

The task order is for engineering services under NAICS code 541330. While the specific services aren't detailed here, FEMA's mission involves disaster preparedness, response, and recovery. These engineering services likely support infrastructure assessment, repair design, or technical consultation related to disaster mitigation and rebuilding efforts, aligning with FEMA's core functions.

What are the potential risks associated with a Cost Plus Fixed Fee contract for long-duration engineering services, and how are they mitigated?

CPFF contracts carry risks of cost overruns if the fixed fee is disproportionate to the effort or if scope creep occurs. Mitigation involves rigorous oversight of contractor performance, detailed cost tracking, clear scope definition, and change control processes to prevent unmanaged expansion of work. Regular reviews and audits are essential.

How does the full and open competition process for this task order ensure optimal value for taxpayer dollars compared to other procurement methods?

Full and open competition allows any qualified vendor to bid, fostering a competitive environment that drives down prices and encourages innovation. This process typically results in better value for taxpayers by ensuring the government receives the most advantageous offer based on price and other factors, compared to sole-source or limited competition.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: ARCHITECT/ENGINEER SERVICESARCH-ENG SVCS - GENERAL

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 7/5/2019

Offers Received: 1

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 3901 CALVERTON BLVD STE 400, CALVERTON, MD, 20705

Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $27,857,728

Exercised Options: $27,857,728

Current Obligation: $27,857,728

Actual Outlays: $1,259,623

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: HSFE6015D0005

IDV Type: IDC

Timeline

Start Date: 2019-08-30

Current End Date: 2024-04-28

Potential End Date: 2024-04-28 00:00:00

Last Modified: 2022-04-27

More Contracts from Starr II, a Joint Venture

View all Starr II, a Joint Venture federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending