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
- Cost Plus Fixed Fee contract type requires diligent oversight to manage costs.
- Long duration could lead to scope creep if not managed effectively.
Positive Signals
- Awarded under full and open competition.
- Supports a critical agency (FEMA) with essential services.
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
- Engineering Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Cost Plus Fixed Fee contract type.
- Long contract duration.
- Potential for scope creep.
- No explicit small business set-aside mentioned.
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 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
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
- THE Purpose of Task Order IS to Exercise the Option Period 4 and Incrementally Fund Task Order — $44.4M (Department of Homeland Security)
- Production and Technical Service (PTS) for Standard Operations Period of Performance for This Contract IS 03/16/2017 to 03/15/2018 and IS Being Incrementally Funded — $37.8M (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 2, 5, 7, 9, and 10 — $33.6M (Department of Homeland Security)
- Fema Zone 3 Standard Operations 3 (SO 3) Architect and Engineering Services — $32.7M (Department of Homeland Security)
- Production and Technical Service (PTS) for Standard Operations Period of Performance for This Contract IS 03/01/2016 to 02/28/2017 and IS Being Incrementally Funded — $26.9M (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)