FEMA awards $25.6M for flood map amendment processing, with LBYD Federal securing the definitive contract
Contract Overview
Contract Amount: $25,656,612 ($25.7M)
Contractor: Lbyd Federal, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2023-04-17
End Date: 2027-04-16
Contract Duration: 1,460 days
Daily Burn Rate: $17.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FLOOD MAP AMENDMENT SERVICES (FMAS) FORMALLY MAP AMENDMENT (MT-1) PROCESSING SERVICES. CONTRACTOR SHALL PROVIDE SERVICES TO ASSIST IN PROCESSING LETTERS OF MAP AMENDMENT (LOMAS); LETTERS OF MAP REVISION BASED ON FILL (LOMR-FS), CONDITIONAL LETTERS O
Place of Performance
Location: IDAHO FALLS, BONNEVILLE County, IDAHO, 83402
State: Idaho Government Spending
Plain-Language Summary
Department of Homeland Security obligated $25.7 million to LBYD FEDERAL, LLC for work described as: FLOOD MAP AMENDMENT SERVICES (FMAS) FORMALLY MAP AMENDMENT (MT-1) PROCESSING SERVICES. CONTRACTOR SHALL PROVIDE SERVICES TO ASSIST IN PROCESSING LETTERS OF MAP AMENDMENT (LOMAS); LETTERS OF MAP REVISION BASED ON FILL (LOMR-FS), CONDITIONAL LETTERS O Key points: 1. Contract focuses on essential flood map amendment processing, crucial for disaster preparedness and insurance. 2. The firm-fixed-price structure aims to control costs over the contract's duration. 3. Competition was conducted after excluding sources, suggesting potential limitations in market reach. 4. The contract duration of 1460 days indicates a long-term need for these specialized services. 5. Services are critical for FEMA's mission to reduce flood risk nationwide. 6. The contract value aligns with the specialized nature of regulatory map services.
Value Assessment
Rating: good
The contract value of $25.6 million over four years for flood map amendment processing appears reasonable given the specialized nature of the services. Benchmarking against similar contracts for regulatory support services suggests this pricing is within an expected range. The firm-fixed-price contract type provides cost certainty for the government, assuming the contractor can efficiently manage the workload. Without specific per-unit data, a direct cost comparison is challenging, but the overall value seems aligned with the scope of work.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This procurement method implies that while competition was sought, certain sources were excluded, potentially limiting the number of bidders. The specific reasons for exclusion are not detailed, but this approach can sometimes lead to less competitive pricing than unrestricted full and open competition. The presence of four bidders indicates some level of interest, but the exclusion clause warrants further investigation into its impact on market dynamics.
Taxpayer Impact: The exclusion of sources may have limited the number of competitive bids, potentially impacting the government's ability to secure the lowest possible price for these essential services. Taxpayers may have paid a premium due to a reduced competitive landscape.
Public Impact
Benefits property owners by ensuring accurate flood zone designations, impacting insurance rates and development decisions. Supports FEMA's mandate to provide accurate flood hazard information to communities across the United States. Services directly contribute to the National Flood Insurance Program's data integrity. Geographic impact is nationwide, as flood map amendments are processed for all affected areas. Workforce implications include specialized technical roles for map analysis and processing.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition due to source exclusion could lead to higher costs.
- Lack of transparency regarding source exclusion criteria raises questions about fairness.
- Contract duration may not be optimized if service needs change rapidly.
Positive Signals
- Firm-fixed-price contract provides cost predictability.
- Specialized services address a critical government function.
- Multiple bidders indicate some level of market interest despite exclusions.
Sector Analysis
The flood map amendment services fall under the broader professional, scientific, and technical services sector, specifically related to environmental and regulatory consulting. This sector is vital for government agencies managing natural resources and disaster response. The market for such services is driven by regulatory requirements and the need for specialized expertise in areas like hydrology and geographic information systems. Comparable spending benchmarks would likely be found within contracts supporting environmental impact assessments, land use planning, and disaster mitigation efforts.
Small Business Impact
This contract does not appear to have a small business set-aside, as indicated by 'ss: false' and 'sb: false'. The prime contractor, LBYD FEDERAL, LLC, is not explicitly identified as a small business in the provided data. There is no information regarding subcontracting plans or their impact on the small business ecosystem. Future analysis could explore if subcontracting opportunities exist and if they are being utilized to engage small businesses.
Oversight & Accountability
Oversight for this contract is likely managed by the Federal Emergency Management Agency (FEMA) contracting officers and program managers. The firm-fixed-price nature of the contract provides a degree of accountability for cost control. Transparency is facilitated through contract award databases, though specific performance metrics and oversight reports may not be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- National Flood Insurance Program
- Disaster Mitigation and Recovery Programs
- Geographic Information System (GIS) Services
- Environmental Consulting Services
- Regulatory Compliance Services
Risk Flags
- Limited competition due to source exclusion.
- Potential for cost overruns if scope is not well-defined.
- Dependence on a single contractor for a critical function.
Tags
fema, department-of-homeland-security, professional-scientific-technical-services, map-amendment-services, definitive-contract, firm-fixed-price, full-and-open-competition-after-exclusion-of-sources, lbyd-federal-llc, national-contract, regulatory-services, environmental-services, risk-mapping
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $25.7 million to LBYD FEDERAL, LLC. FLOOD MAP AMENDMENT SERVICES (FMAS) FORMALLY MAP AMENDMENT (MT-1) PROCESSING SERVICES. CONTRACTOR SHALL PROVIDE SERVICES TO ASSIST IN PROCESSING LETTERS OF MAP AMENDMENT (LOMAS); LETTERS OF MAP REVISION BASED ON FILL (LOMR-FS), CONDITIONAL LETTERS O
Who is the contractor on this award?
The obligated recipient is LBYD FEDERAL, LLC.
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 $25.7 million.
What is the period of performance?
Start: 2023-04-17. End: 2027-04-16.
What is the historical spending pattern for flood map amendment services by FEMA?
Historical spending on flood map amendment services by FEMA can be analyzed by examining past contract awards for similar services, such as Letters of Map Amendment (LOMA) and Letters of Map Revision (LOMR). While specific historical dollar amounts for this exact service category are not provided in the current data, FEMA consistently allocates significant resources to maintain and update its flood maps. These services are critical for the National Flood Insurance Program (NFIP), which relies on accurate flood hazard data. Over the past decade, FEMA has undertaken major initiatives to modernize its flood mapping capabilities, including the Risk Mapping, Assessment, and Planning (Risk MAP) program, which likely involved substantial spending on data acquisition, analysis, and processing services. Analyzing trends in contract values, durations, and the number of bidders for these types of services over time would reveal whether the current $25.6 million award is consistent with historical investment levels or represents a significant increase or decrease.
How does the competition level for this contract compare to similar FEMA procurements?
The competition level for this contract, 'Full and Open Competition After Exclusion of Sources,' with four bidders, suggests a moderately competitive environment. However, the 'exclusion of sources' clause is a key differentiator. This procurement method is less competitive than unrestricted full and open competition, where all responsible sources are allowed to compete. FEMA may use this method when specific technical requirements or past performance considerations limit the pool of eligible contractors. Comparing this to other FEMA procurements for specialized technical services would reveal if this is a common approach. If FEMA typically uses unrestricted full and open competition for similar services and receives a higher number of bids, then this contract's competition level is relatively limited. The fact that four bidders participated indicates some market interest, but the exclusion criteria's impact on price discovery and overall market engagement warrants scrutiny.
What are the key performance indicators (KPIs) used to evaluate contractor performance for these services?
Key Performance Indicators (KPIs) for flood map amendment processing services typically focus on accuracy, timeliness, and compliance with regulatory standards. For FEMA's LOMA and LOMR-FS processing, KPIs would likely include: 1. Accuracy Rate: The percentage of processed map amendments that meet FEMA's technical and regulatory accuracy standards, minimizing errors that could lead to incorrect flood zone designations. 2. Turnaround Time: The average time taken to process different types of map amendment requests, measured from receipt of complete documentation to final decision or issuance of revised map products. 3. Compliance: Adherence to all relevant FEMA guidelines, procedures, and data standards throughout the processing lifecycle. 4. Customer Satisfaction: Feedback from internal FEMA stakeholders or potentially external parties (e.g., community officials) regarding the quality of service and communication. Performance would likely be monitored through regular reporting, quality assurance reviews, and potentially site visits by FEMA personnel.
What is the track record of LBYD FEDERAL, LLC in performing similar government contracts?
Assessing the track record of LBYD FEDERAL, LLC requires examining their past performance on government contracts, particularly those involving technical services, regulatory support, or geographic information systems. Information available through contract databases like SAM.gov or FPDS can provide insights into their contract history, including agencies served, contract types, values, and performance ratings if available. A review of their past performance would focus on their ability to meet deadlines, deliver quality work, manage costs effectively, and comply with contract terms. Specifically, looking for prior contracts with FEMA or other agencies requiring similar map analysis or technical processing services would be most relevant. Any history of performance issues, contract disputes, or successful contract completions would inform the assessment of their capability to fulfill the current $25.6 million definitive contract effectively.
What is the potential impact of this contract on the accuracy and reliability of FEMA's flood maps?
This contract is directly aimed at improving the accuracy and reliability of FEMA's flood maps by processing Letters of Map Amendment (LOMA) and Letters of Map Revision Based on Fill (LOMR-FS). These services allow property owners and communities to request revisions to flood map designations based on new data or changes to the landscape. Accurate flood maps are fundamental to FEMA's mission, influencing flood insurance premiums, floodplain management ordinances, and infrastructure planning. By ensuring that these amendment requests are processed efficiently and accurately, the contract helps maintain the integrity of the National Flood Insurance Program (NFIP). Inaccurate or outdated flood maps can lead to misinformed development decisions, inadequate insurance coverage, and increased vulnerability to flood damage. Therefore, the effective execution of this contract is crucial for providing reliable flood hazard information nationwide.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 70FA6023R00000007
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1425 HIGHAM ST, IDAHO FALLS, ID, 83402
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $32,619,884
Exercised Options: $25,656,612
Current Obligation: $25,656,612
Actual Outlays: $9,549,193
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-04-17
Current End Date: 2027-04-16
Potential End Date: 2028-04-16 00:00:00
Last Modified: 2026-04-08
More Contracts from Lbyd Federal, LLC
- Services (base Period) — $17.8M (Department of Defense)
- Administrative and Support Services for the Office of Science Organizations Within the Department of Energy — $15.3M (Department of Energy)
- Ustr 301 Investigation Exclusion Program — $8.9M (Department of the Interior)
- 301 Investigations Exclusion Program Support — $5.8M (Executive Office of the President)
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)