FEMA Awards $19.4M for Production and Technical Services to STARR II
Contract Overview
Contract Amount: $19,421,749 ($19.4M)
Contractor: Starr II, a Joint Venture
Awarding Agency: Department of Homeland Security
Start Date: 2021-02-05
End Date: 2021-12-31
Contract Duration: 329 days
Daily Burn Rate: $59.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: THIS IS A NEW TASK ORDER FOR FIMA PRODUCTION AND TECHNICAL SERVICES (PTS) STANDARD OPERATIONS-6 IN SUPPORT OF FEMA REGIONS 2, 5, 7, 9, AND 10.
Place of Performance
Location: MOUNT WEATHER, CLARKE County, VIRGINIA, 20135
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $19.4 million to STARR II, A JOINT VENTURE for work described as: THIS IS A NEW TASK ORDER FOR FIMA PRODUCTION AND TECHNICAL SERVICES (PTS) STANDARD OPERATIONS-6 IN SUPPORT OF FEMA REGIONS 2, 5, 7, 9, AND 10. Key points: 1. Contract awarded to STARR II, a joint venture, for essential FEMA operational support. 2. The contract covers engineering services for multiple FEMA regions, indicating broad geographical impact. 3. A Cost Plus Fixed Fee structure is utilized, which can present cost control challenges. 4. The award is part of a larger vehicle (STARR II) and represents a single task order.
Value Assessment
Rating: fair
The Cost Plus Fixed Fee (CPFF) pricing structure requires careful monitoring to ensure costs remain reasonable and within the fixed fee. Benchmarking against similar CPFF contracts for engineering services is recommended.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process. However, the CPFF structure may allow for cost increases if not managed diligently, potentially impacting price discovery.
Taxpayer Impact: Taxpayer funds are utilized for essential government operations, with the cost-effectiveness dependent on efficient contract management and adherence to the fixed fee.
Public Impact
Ensures continuity of critical FEMA operations in disaster-prone regions. Supports regional preparedness, response, and recovery efforts. Provides specialized engineering expertise to enhance agency capabilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee structure requires vigilant oversight.
- Potential for cost overruns if not managed effectively.
- Task order is part of a larger contract vehicle.
Positive Signals
- Awarded through full and open competition.
- Supports critical national security and disaster response functions.
- Provides essential technical services to multiple FEMA regions.
Sector Analysis
This contract falls under Engineering Services (NAICS 541330), a sector crucial for infrastructure, defense, and disaster management. Spending in this sector is often project-driven and can vary significantly based on government needs.
Small Business Impact
The contract was awarded to a joint venture (STARR II) and does not indicate direct subcontracting to small businesses in this specific task order. Further analysis of the parent contract vehicle would be needed to assess small business participation.
Oversight & Accountability
The Federal Emergency Management Agency (FEMA) is responsible for oversight. The CPFF structure necessitates robust monitoring of costs and performance to ensure accountability and prevent waste.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Cost Plus Fixed Fee pricing model.
- Potential for scope creep without strict management.
- Task order is one of potentially many under a larger vehicle.
- Limited information on specific deliverables.
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 $19.4 million to STARR II, A JOINT VENTURE. THIS IS A NEW TASK ORDER FOR FIMA PRODUCTION AND TECHNICAL SERVICES (PTS) STANDARD OPERATIONS-6 IN SUPPORT OF FEMA REGIONS 2, 5, 7, 9, AND 10.
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 $19.4 million.
What is the period of performance?
Start: 2021-02-05. End: 2021-12-31.
What is the total value of the STARR II contract vehicle, and how does this task order compare?
The provided data only details this specific task order valued at $19.4 million. To understand the broader context and potential cumulative spending, the total value of the overarching STARR II contract vehicle is necessary. This comparison would reveal the significance of this task order within the larger contract and inform overall spending trends.
How will FEMA ensure cost control and prevent overruns with the Cost Plus Fixed Fee structure?
FEMA will likely implement stringent oversight mechanisms, including regular audits, performance reviews, and detailed cost tracking. Establishing clear performance metrics and milestones, coupled with proactive communication with the contractor, is crucial for managing the fixed fee and ensuring the government receives value for its investment.
What specific technical services are included in 'Production and Technical Services Standard Operations-6'?
The description is broad. Detailed specifications within the task order document would clarify the exact nature of production and technical services, such as IT support, data management, facility maintenance, or specialized engineering consulting. Understanding these specifics is key to assessing the necessity and effectiveness of the awarded services.
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: 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: $19,421,749
Exercised Options: $19,421,749
Current Obligation: $19,421,749
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: HSFE6015D0005
IDV Type: IDC
Timeline
Start Date: 2021-02-05
Current End Date: 2021-12-31
Potential End Date: 2021-12-31 00:00:00
Last Modified: 2025-11-28
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)
- Task Order — $27.9M (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)