DHS FEMA awards $9.9M bridge contract for community engagement and risk communication support
Contract Overview
Contract Amount: $9,917,658 ($9.9M)
Contractor: Resilience Action Partners
Awarding Agency: Department of Homeland Security
Start Date: 2021-05-25
End Date: 2021-12-05
Contract Duration: 194 days
Daily Burn Rate: $51.1K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: THE PURPOSE OF THIS SHORT-TERM BRIDGE CONTRACT TO RESILIENCE ACTION PARTNERS, JOINT VENTURE RAP IS TO CONTINUE COMMUNITY ENGAGEMENT AND RISK COMMUNICATIONS CERC SUPPORT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $9.9 million to RESILIENCE ACTION PARTNERS for work described as: THE PURPOSE OF THIS SHORT-TERM BRIDGE CONTRACT TO RESILIENCE ACTION PARTNERS, JOINT VENTURE RAP IS TO CONTINUE COMMUNITY ENGAGEMENT AND RISK COMMUNICATIONS CERC SUPPORT Key points: 1. Contract provides essential continuity for critical risk communication services. 2. Short-term nature suggests a need for ongoing support while a more permanent solution is sought. 3. Sole-source award raises questions about competition and potential cost efficiencies. 4. Focus on community engagement and risk communication aligns with FEMA's disaster preparedness mission. 5. The contract's duration of 194 days indicates a temporary measure. 6. Administrative Management and General Management Consulting Services are the primary focus.
Value Assessment
Rating: questionable
The contract value of $9.9 million for a 194-day period appears high for bridge support, especially given the 'not competed' status. Without a competitive bidding process, it's difficult to benchmark the pricing against market rates or similar contracts. The cost-plus-fixed-fee (CPFF) structure, while common for services where costs are uncertain, can lead to higher overall expenditures if not carefully managed. Further analysis would be needed to determine if the fixed fee is reasonable and if the estimated costs are aligned with industry standards for similar consulting services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor can provide the required services, or in urgent situations. The lack of competition means that taxpayers did not benefit from the price discovery that typically occurs in a competitive bidding environment. It also limits the opportunity to explore innovative solutions or potentially lower costs that might have been offered by other qualified firms.
Taxpayer Impact: The sole-source award means taxpayers may have paid a premium compared to what could have been achieved through a competitive process. This limits the government's ability to secure the best possible value for public funds.
Public Impact
The primary beneficiaries are communities requiring risk communication and engagement services, particularly during disaster preparedness and response phases. Services delivered include community engagement, risk communication, and CERC (Community Education and Resource Center) support. The geographic impact is focused on the District of Columbia, where the contractor is located. Workforce implications are likely related to the personnel providing consulting and communication services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potential cost savings for taxpayers.
- Lack of competition may reduce incentive for contractor to optimize performance and cost.
- Cost-plus-fixed-fee contract type can lead to higher costs if not managed rigorously.
Positive Signals
- Ensures continuity of critical community engagement and risk communication services.
- Addresses an immediate need for support, preventing service gaps.
- Contract aligns with FEMA's mission-critical functions in disaster preparedness.
Sector Analysis
This contract falls within the Administrative Management and General Management Consulting Services sector, a broad category encompassing advisory and assistance services. The market for these services is competitive, with numerous firms offering expertise in areas like public engagement, risk communication, and emergency management support. FEMA, as a major federal agency, frequently procures such services to support its wide-ranging mission. Benchmarking this contract's value would require comparing it to similar short-term, specialized consulting engagements within the federal government or the broader public sector, considering the specific expertise required.
Small Business Impact
This contract was not competed and there is no indication of small business set-asides or subcontracting requirements. Therefore, it does not appear to directly benefit the small business ecosystem through this specific award. The prime contractor, Resilience Action Partners, is a joint venture, which may involve small businesses, but this information is not detailed in the provided data.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's internal review processes and potentially the FEMA contracting officer. As a cost-plus-fixed-fee contract, rigorous monitoring of costs and performance would be expected. Transparency regarding the justification for the sole-source award and the contractor's performance metrics would be key to assessing accountability. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- FEMA Community Engagement Programs
- Disaster Risk Communication Initiatives
- Federal Emergency Management Agency Consulting Services
- Homeland Security Administrative Support Contracts
Risk Flags
- Sole-source award
- High daily rate for consulting services
- Cost-plus-fixed-fee contract type
Tags
dhs, fema, administrative-management-and-general-management-consulting-services, not-competed, definitive-contract, cost-plus-fixed-fee, district-of-columbia, risk-communication, community-engagement, bridge-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $9.9 million to RESILIENCE ACTION PARTNERS. THE PURPOSE OF THIS SHORT-TERM BRIDGE CONTRACT TO RESILIENCE ACTION PARTNERS, JOINT VENTURE RAP IS TO CONTINUE COMMUNITY ENGAGEMENT AND RISK COMMUNICATIONS CERC SUPPORT
Who is the contractor on this award?
The obligated recipient is RESILIENCE ACTION PARTNERS.
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 $9.9 million.
What is the period of performance?
Start: 2021-05-25. End: 2021-12-05.
What is the track record of Resilience Action Partners in delivering similar community engagement and risk communication services for federal agencies?
Information regarding the specific track record of Resilience Action Partners (RAP) in delivering community engagement and risk communication services for federal agencies is not detailed in the provided data. As a joint venture, its performance history may be a composite of its member organizations. To assess their capabilities, a review of past performance evaluations, contract awards, and client testimonials would be necessary. Given this is a sole-source award, FEMA likely had prior knowledge or justification for selecting RAP, potentially based on past performance or unique qualifications. Further investigation into RAP's contract history with FEMA or other agencies would provide a clearer picture of their expertise and reliability in this domain.
How does the $9.9 million cost for a 194-day bridge contract compare to similar FEMA or DHS contracts for risk communication and community engagement services?
The $9.9 million cost for a 194-day bridge contract equates to approximately $51,000 per day. Without competitive bidding, it is challenging to establish a precise benchmark. However, this daily rate appears high for general administrative management and consulting services, even for specialized risk communication. Similar contracts, especially those competed, often show lower daily rates, particularly for short-term support. The cost-plus-fixed-fee structure also introduces variability. A thorough value-for-money assessment would require comparing this to other sole-source or competitively awarded contracts for similar services, considering factors like scope, duration, and contractor experience. The absence of competition makes direct comparison difficult and raises concerns about potential overpayment.
What specific risks are associated with a sole-source award for critical communication services during potentially sensitive periods?
Sole-source awards for critical communication services carry several risks. Primarily, the lack of competition can lead to inflated costs, as taxpayers may not benefit from the price reductions typically achieved through bidding. It also limits the government's ability to explore a wider range of innovative solutions or specialized expertise that other firms might offer. Furthermore, without a competitive process, there's a reduced incentive for the awarded contractor to perform at peak efficiency and cost-effectiveness. In sensitive areas like risk communication, especially during emergencies, transparency and robust oversight are paramount. A sole-source award can sometimes raise public perception issues regarding fairness and the best use of public funds, potentially undermining trust in the agency's procurement processes.
What are the potential implications of using a Cost Plus Fixed Fee (CPFF) contract type for this type of service?
The Cost Plus Fixed Fee (CPFF) contract type means the contractor is reimbursed for all allowable costs incurred, plus a predetermined fixed fee representing profit. For services like community engagement and risk communication, where precise cost estimation can be difficult, CPFF can be appropriate. However, it shifts some risk to the government. If the contractor's costs exceed estimates, the government still pays those costs. The fixed fee provides the contractor with an incentive to control costs to some extent, as their profit is fixed regardless of the final cost. Effective oversight is crucial to ensure that costs are reasonable and allowable, and that the fixed fee itself is fair. Without strong management, CPFF contracts can sometimes result in higher overall costs compared to fixed-price contracts.
How does this contract align with FEMA's broader mission and previous spending patterns in risk communication and community engagement?
This contract directly supports FEMA's core mission of preparing the nation for all hazards and reducing the loss of life and property. Community engagement and risk communication are vital components of disaster preparedness, response, and recovery. FEMA consistently invests in these areas through various contracts and programs. While this specific award is a short-term bridge contract, it reflects an ongoing need for specialized support in these functions. Analyzing historical spending patterns would reveal the extent of FEMA's reliance on external contractors for these services and the typical contract vehicles used. This bridge contract suggests a potential gap or transition phase in FEMA's long-term strategy for risk communication support.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70FA6021R00000009
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 4301 DUTCH RIDGE RD, BEAVER, PA, 15009
Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,917,658
Exercised Options: $9,917,658
Current Obligation: $9,917,658
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2021-05-25
Current End Date: 2021-12-05
Potential End Date: 2021-12-05 00:00:00
Last Modified: 2026-02-25
More Contracts from Resilience Action Partners
- THE Purpose of This Contract IS to Provide Community Engagement and Risk Communications Services — $148.9M (Department of Homeland Security)
- FY23 Cerc Standard OPS 09/20/2023 - 09/19/2025 (base Plus ONE Option) — $72.2M (Department of Homeland Security)
- Cerc Task Order 3 Community Engagement and Risk Communication Services — $37.5M (Department of Homeland Security)
- Community Engagement and Risk Communication (cerc) Support Services Task Order 01 — $25.1M (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)