FEMA awards $31.4M task order to COMPASS PTS JV for flood risk management services
Contract Overview
Contract Amount: $31,372,334 ($31.4M)
Contractor: Compass PTS JV, the
Awarding Agency: Department of Homeland Security
Start Date: 2023-07-05
End Date: 2024-07-04
Contract Duration: 365 days
Daily Burn Rate: $86.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FEMA PRODUCTION AND TECHNICAL SERVICES (PTS) ZONE 2 TASK ORDER PROPOSAL REQUEST (TOPR) FOR NEW TASK ORDER, FEDERAL FLOOD RISK MANAGEMENT STANDARD (FFRMS)
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22201
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $31.4 million to COMPASS PTS JV, THE for work described as: FEMA PRODUCTION AND TECHNICAL SERVICES (PTS) ZONE 2 TASK ORDER PROPOSAL REQUEST (TOPR) FOR NEW TASK ORDER, FEDERAL FLOOD RISK MANAGEMENT STANDARD (FFRMS) Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract is a firm-fixed-price delivery order, providing cost certainty for the government. 3. Services are for Federal Flood Risk Management Standard (FFRMS) implementation, a critical area for FEMA. 4. The contract duration is one year, indicating a focused scope of work. 5. The awardee, COMPASS PTS JV, is a joint venture, potentially bringing diverse expertise. 6. The North American Industry Classification System (NAICS) code 541330 points to engineering services.
Value Assessment
Rating: good
The contract value of $31.4 million for a one-year period for specialized engineering services related to flood risk management appears reasonable. Benchmarking against similar task orders for engineering and technical support within FEMA or other agencies would provide a more precise value assessment. However, the firm-fixed-price structure suggests that the contractor assumes the risk for cost overruns, which is generally favorable for the government. The specific nature of the FFRMS work is critical, and its value is tied to the effectiveness of flood risk mitigation efforts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition, indicating that all responsible sources were permitted to submit a bid. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which can lead to better pricing and innovative solutions. The use of a Task Order Proposal Request (TOPR) suggests a pre-competed vehicle was likely used, streamlining the process.
Taxpayer Impact: Full and open competition is the most advantageous for taxpayers as it maximizes the pool of potential offerors, driving down prices through market forces and increasing the likelihood of selecting the best value solution.
Public Impact
The primary beneficiaries are communities at risk of flooding, as the services support the implementation of the Federal Flood Risk Management Standard. The services delivered will likely involve technical analysis, engineering assessments, and guidance related to flood risk. The geographic impact is national, as the FFRMS applies across the United States. The contract supports the Federal Emergency Management Agency's mission to reduce, avoid, and limit the impact of the nation's flood risk.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the number of bidders in the full and open competition limits the assessment of competitive intensity.
- The specific technical requirements and deliverables are not detailed, making it difficult to fully assess the scope and potential for cost overruns.
- The joint venture structure, while potentially beneficial, can sometimes introduce complexities in management and accountability if not clearly defined.
Positive Signals
- Awarded under full and open competition, maximizing potential for competitive pricing.
- Firm-fixed-price contract type provides cost certainty for the government.
- Focus on Federal Flood Risk Management Standard addresses a critical national need.
- The awardee is a joint venture, potentially bringing specialized and diverse expertise to the task.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), a significant segment of the federal contracting market. The federal government spends billions annually on engineering and architectural services to support infrastructure, defense, and public safety initiatives. FEMA's focus on flood risk management places this contract within a critical sub-sector of environmental and civil engineering services, particularly relevant given increasing concerns about climate change and natural disaster resilience. Comparable spending benchmarks would involve analyzing other large task orders for similar risk management or engineering support services awarded by agencies like the Army Corps of Engineers or the Environmental Protection Agency.
Small Business Impact
The data indicates that small business participation (ss and sb flags) was not a specific set-aside requirement for this particular task order. Therefore, the direct impact on small business set-asides is minimal. However, the prime contractor, COMPASS PTS JV, is a joint venture. The subcontracting opportunities for small businesses would depend on the internal subcontracting plan of COMPASS PTS JV and the specific requirements of the task order. Without further information on subcontracting goals or performance, it's difficult to assess the broader impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract will primarily reside with the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. As a delivery order under a Task Order Proposal Request (TOPR), there may be an underlying contract vehicle with its own oversight mechanisms. The firm-fixed-price nature of the contract shifts cost risk to the contractor, but performance monitoring will be crucial. Transparency is facilitated by the public nature of contract awards, though detailed performance metrics are typically internal. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- FEMA Disaster Relief Fund
- National Flood Insurance Program
- Army Corps of Engineers Civil Works Programs
- Environmental Protection Agency - Water Programs
- Department of the Interior - Water Resource Management
Risk Flags
- Performance Risk: Ensuring the contractor delivers high-quality engineering services aligned with FFRMS requirements.
- Scope Creep Risk: Managing the defined scope within the firm-fixed-price contract to prevent cost overruns.
- Technical Complexity Risk: Addressing potential unforeseen technical challenges in flood risk modeling and analysis.
Tags
engineering-services, fema, department-of-homeland-security, flood-risk-management, federal-flood-risk-management-standard, full-and-open-competition, firm-fixed-price, delivery-order, task-order, virginia, joint-venture
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $31.4 million to COMPASS PTS JV, THE. FEMA PRODUCTION AND TECHNICAL SERVICES (PTS) ZONE 2 TASK ORDER PROPOSAL REQUEST (TOPR) FOR NEW TASK ORDER, FEDERAL FLOOD RISK MANAGEMENT STANDARD (FFRMS)
Who is the contractor on this award?
The obligated recipient is COMPASS PTS JV, THE.
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 $31.4 million.
What is the period of performance?
Start: 2023-07-05. End: 2024-07-04.
What is the specific technical expertise COMPASS PTS JV brings to the Federal Flood Risk Management Standard (FFRMS) implementation?
The provided data does not detail the specific technical expertise of COMPASS PTS JV. However, as a joint venture awarded a contract for FFRMS implementation, it is expected to possess capabilities in areas such as hydrological and hydraulic modeling, risk assessment, engineering design for flood mitigation structures, environmental impact analysis, and policy interpretation related to flood risk standards. The joint venture structure suggests a combination of capabilities from its constituent partners, potentially offering a broad spectrum of specialized skills necessary for complex federal projects. Further analysis of the awardee's past performance and the specific requirements outlined in the Task Order Proposal Request (TOPR) would be needed to fully understand their technical qualifications for this specific task.
How does the $31.4 million award compare to typical FEMA engineering services contracts?
The $31.4 million award for a one-year period for specialized engineering services related to flood risk management is a substantial sum, indicative of a significant project. To benchmark this effectively, one would need to compare it against historical FEMA contracts for similar engineering and technical support services, particularly those focused on disaster preparedness, mitigation, and response. Data from similar task orders awarded under broader engineering services vehicles, or direct contracts for flood risk assessment and management, would be valuable. Without direct comparative data on FEMA's spending for FFRMS implementation or comparable engineering efforts, it's challenging to definitively state if this represents a high, low, or average value. However, the firm-fixed-price nature suggests a defined scope and cost control.
What are the primary risks associated with this contract for FEMA?
The primary risks for FEMA associated with this contract revolve around performance and scope management. While the firm-fixed-price contract shifts financial risk to the contractor, FEMA still faces the risk that COMPASS PTS JV may not deliver the required services to the expected standard or within the specified timeframe. Technical challenges in implementing the FFRMS, unforeseen complexities in flood modeling or risk assessment, or potential disputes over contract interpretation could arise. Another risk is the potential for the contractor to lack the specific niche expertise required for certain aspects of the FFRMS, despite being a joint venture. Effective oversight and clear communication channels are crucial to mitigate these risks.
What is the historical spending pattern for Federal Flood Risk Management Standard (FFRMS) related services by FEMA?
The provided data does not include historical spending patterns for FFRMS-related services by FEMA. This specific task order represents a single award for a defined period. To understand historical spending, a broader analysis of FEMA's budget allocations and contract awards related to flood risk management over several fiscal years would be necessary. This would involve identifying contracts specifically tagged for FFRMS implementation, flood hazard mapping, mitigation planning, and related engineering support. Such an analysis would reveal trends in investment, identify key contractors in this space, and provide context for the current $31.4 million award relative to past expenditures.
What is the potential impact of this contract on national flood resilience efforts?
This contract has the potential for significant positive impact on national flood resilience efforts. By awarding services for the implementation of the Federal Flood Risk Management Standard (FFRMS), FEMA is directly investing in strengthening the nation's defenses against flooding. Effective implementation of FFRMS can lead to better-informed infrastructure design, more accurate risk assessments, and ultimately, reduced flood damages to property and lives. The services provided under this contract are expected to contribute to a more standardized and robust approach to flood risk management across federal projects and federally funded activities, enhancing the overall resilience of communities nationwide.
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: ARCHITECT-ENGINEER FAR 6.102
Solicitation ID: 70FA6023R0000018
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3101 WILSON BLVD, SUITE 900, ARLINGTON, VA, 22201
Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $31,372,334
Exercised Options: $31,372,334
Current Obligation: $31,372,334
Actual Outlays: $31,372,334
Subaward Activity
Number of Subawards: 5
Total Subaward Amount: $2,040,909
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 70FA6021D00000004
IDV Type: IDC
Timeline
Start Date: 2023-07-05
Current End Date: 2024-07-04
Potential End Date: 2024-07-04 00:00:00
Last Modified: 2024-02-05
More Contracts from Compass PTS JV, the
- Fema Zone 2 Standard Operations 3 (SO 3) Architect and Engineering Services — $63.1M (Department of Homeland Security)
- THE Purpose of This Task of IS to Exercise Option Period 4 and Incrementally Fund Option Period 4 — $43.0M (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 1, 3, 4, 6, and 8 Under Compass' Existing Single-Award Idiq. Fema DET — $41.5M (Department of Homeland Security)
- Production and Technical Services PTS Standard Operations 3 — $40.2M (Department of Homeland Security)
- Architect-Engineer (A-E) Production and Technical Services (PTS) Support to Fema PTS Zone 2/Standard Operations 2 — $31.6M (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)