FEMA awards $32.6M for A&E services to STARR II JV, highlighting engineering support needs
Contract Overview
Contract Amount: $32,654,601 ($32.7M)
Contractor: Starr II, a Joint Venture
Awarding Agency: Department of Homeland Security
Start Date: 2024-03-30
End Date: 2026-03-29
Contract Duration: 729 days
Daily Burn Rate: $44.8K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: FEMA ZONE 3 STANDARD OPERATIONS 3 (SO 3) ARCHITECT AND ENGINEERING SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $32.7 million to STARR II, A JOINT VENTURE for work described as: FEMA ZONE 3 STANDARD OPERATIONS 3 (SO 3) ARCHITECT AND ENGINEERING SERVICES Key points: 1. Contract value represents a significant investment in essential engineering and architectural services for disaster response. 2. The award to a joint venture suggests a strategy to leverage specialized expertise for complex projects. 3. Performance period of two years indicates ongoing support requirements for FEMA's operational needs. 4. The 'Cost Plus Fixed Fee' contract type warrants scrutiny for potential cost overruns. 5. This contract falls within the broader category of engineering services, crucial for infrastructure resilience. 6. The geographic focus on Washington D.C. may indicate specific regional disaster preparedness efforts.
Value Assessment
Rating: fair
Benchmarking the value of this $32.6 million contract for architect and engineering services is challenging without specific deliverables. However, the Cost Plus Fixed Fee (CPFF) structure, while common for complex or uncertain scope projects, can lead to higher final costs compared to fixed-price contracts if not managed diligently. Comparing it to similar large-scale A&E support contracts for disaster management agencies would provide better context on its relative value. The fixed fee component offers some cost control, but the variable cost component requires close monitoring.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple qualified firms had the opportunity to bid. This competitive process is generally favorable for price discovery and ensuring the government receives competitive offers. The specific number of bidders is not provided, which would offer further insight into the intensity of the competition. However, the 'full and open' designation suggests a robust bidding environment.
Taxpayer Impact: A full and open competition process is beneficial for taxpayers as it increases the likelihood of securing services at a more competitive price, preventing potential overpayment.
Public Impact
The primary beneficiaries are the Federal Emergency Management Agency (FEMA) and the communities it serves, receiving critical architectural and engineering support for disaster response and recovery. Services delivered will likely include design, planning, and technical consultation for infrastructure projects impacted by disasters. The geographic impact is noted as Washington D.C., suggesting a focus on federal facilities or critical infrastructure within the capital region. Workforce implications may include the direct employment of engineers, architects, and support staff by the contractor, STARR II, A Joint Venture.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee (CPFF) contract type can lead to cost escalations if not closely managed.
- Lack of specific performance metrics or deliverables in the provided data makes assessing value for money difficult.
- Geographic focus on D.C. might limit broader application of lessons learned to other regions.
Positive Signals
- Awarded through full and open competition, suggesting a competitive bidding process.
- Contract awarded to a joint venture, potentially bringing together diverse and specialized expertise.
- The contract duration of two years indicates a sustained need for these critical services.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), a critical component of the broader professional, scientific, and technical services industry. This sector supports a wide range of government functions, particularly in infrastructure development, maintenance, and disaster recovery. Spending in this area is often driven by federal agency needs for specialized technical expertise that may not be available in-house. Comparable spending benchmarks would involve analyzing other large A&E contracts awarded by agencies like the Army Corps of Engineers or GSA for similar disaster-related or infrastructure support.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside. The award to a joint venture might involve small business participation as a partner within the venture, but this is not explicitly stated. Further analysis would be needed to determine if STARR II, A Joint Venture has small business subcontracting goals.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. As a Cost Plus Fixed Fee contract, rigorous oversight of costs, performance, and adherence to the fixed fee is crucial. Transparency would be enhanced by public reporting of contract performance and expenditures. Inspector General jurisdiction would likely reside with the Department of Homeland Security's Office of Inspector General, which investigates fraud, waste, and abuse in agency programs.
Related Government Programs
- FEMA Disaster Relief Fund
- Architectural and Engineering Services Contracts
- Homeland Security Contracts
- Emergency Management Support Services
Risk Flags
- Cost Plus Fixed Fee contract type requires diligent oversight to manage potential cost overruns.
- Lack of specific performance metrics in the provided data hinders a complete value assessment.
- Joint Venture structure requires understanding the capabilities and responsibilities of each member.
Tags
engineering-services, architectural-services, fema, department-of-homeland-security, cost-plus-fixed-fee, delivery-order, full-and-open-competition, district-of-columbia, professional-scientific-and-technical-services, disaster-response, emergency-management
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $32.7 million to STARR II, A JOINT VENTURE. FEMA ZONE 3 STANDARD OPERATIONS 3 (SO 3) ARCHITECT AND ENGINEERING SERVICES
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 $32.7 million.
What is the period of performance?
Start: 2024-03-30. End: 2026-03-29.
What is the track record of STARR II, A Joint Venture in performing similar architect and engineering services for federal agencies, particularly FEMA?
Assessing the track record of STARR II, A Joint Venture requires a review of its past performance on federal contracts. As a joint venture, its performance history may be a composite of its individual member companies' experiences or specific to the JV's operational history. Key indicators to examine would include past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), any history of contract disputes, timely delivery of services, and overall client satisfaction. For FEMA contracts, a history of successfully supporting disaster response, recovery, or mitigation efforts would be particularly relevant. Without specific contract history data for STARR II, it's difficult to definitively assess their capabilities, but the award suggests they met FEMA's pre-qualification criteria for this specific requirement.
How does the $32.6 million contract value compare to other FEMA architect and engineering services contracts awarded over the past five years?
Comparing the $32.6 million value of the FEMA ZONE 3 STANDARD OPERATIONS 3 (SO 3) contract to historical FEMA A&E contracts provides context on its relative scale. FEMA frequently procures A&E services for disaster response and recovery, with contract values varying significantly based on the scope and duration of the need. Larger, multi-year contracts or those supporting major disaster declarations can easily reach tens or hundreds of millions of dollars. Smaller, task-order-based contracts for specific assessments or designs might be in the low millions. A $32.6 million award for two years of comprehensive support suggests a substantial, ongoing requirement, likely falling within the mid-to-upper range for FEMA's typical A&E procurements of this nature. A detailed analysis of FEMA's contract spending database would reveal precise benchmarks.
What are the primary risks associated with a Cost Plus Fixed Fee (CPFF) contract for engineering services, and how are they mitigated in this case?
The primary risk with a Cost Plus Fixed Fee (CPFF) contract is that the government may end up paying more than anticipated if the contractor's costs exceed estimates, as the fee is fixed but the costs are variable. This can incentivize less cost-conscious behavior. Mitigation strategies employed by agencies like FEMA typically include robust cost accounting standards, detailed review and auditing of incurred costs, clear definition of allowable costs, and strong project management oversight to ensure efficiency. The fixed fee component itself provides some incentive for the contractor to manage costs effectively to maximize their profit margin. However, the ultimate success in mitigating risk hinges on the diligence of the government's contracting officer and technical representatives in monitoring performance and expenditures throughout the contract's life.
What specific types of architectural and engineering services are anticipated under this contract, and how do they align with FEMA's mission?
While the contract title 'FEMA ZONE 3 STANDARD OPERATIONS 3 (SO 3) ARCHITECT AND ENGINEERING SERVICES' is broad, it implies a range of critical support functions aligned with FEMA's mission. These services likely encompass structural assessments, design and engineering for repairs or new construction of facilities damaged by disasters, development of mitigation strategies, environmental compliance support, and potentially planning for resilient infrastructure. 'Standard Operations' suggests these services are part of FEMA's routine or recurring needs for managing disaster impacts and preparedness. The 'Zone 3' designation might refer to a specific geographic region or operational area within FEMA's structure. The overarching goal is to ensure that affected communities and federal assets receive the necessary technical expertise for recovery and future resilience.
How has FEMA's spending on architect and engineering services evolved over the past decade, and what trends does this contract reflect?
FEMA's spending on architect and engineering (A&E) services has likely seen fluctuations over the past decade, heavily influenced by the frequency and severity of natural disasters. Following major events like hurricanes Katrina, Sandy, Harvey, Irma, and Maria, there would typically be surges in demand and spending for A&E support related to recovery and rebuilding efforts. Conversely, periods with fewer large-scale disasters might see more stable, albeit still significant, spending on preparedness, mitigation planning, and maintenance. This $32.6 million contract for ongoing 'Standard Operations' suggests a sustained, baseline need for A&E expertise, reflecting FEMA's continuous operational requirements beyond immediate post-disaster surges. It may also indicate a strategic shift towards more proactive resilience planning and maintaining readiness for future events, rather than solely reactive recovery support.
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
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: $64,026,103
Exercised Options: $35,470,324
Current Obligation: $32,654,601
Actual Outlays: $21,557,031
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 70FA6021D00000005
IDV Type: IDC
Timeline
Start Date: 2024-03-30
Current End Date: 2026-03-29
Potential End Date: 2027-06-29 00:00:00
Last Modified: 2026-03-27
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)
- Task Order — $27.9M (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)