FEMA Awards $27.3M Delivery Order for Hurricane Harvey Housing Support to APTIM Federal Services

Contract Overview

Contract Amount: $27,297,706 ($27.3M)

Contractor: Aptim Federal Services, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2017-09-30

End Date: 2018-03-29

Contract Duration: 180 days

Daily Burn Rate: $151.7K/day

Competition Type: NOT COMPETED

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: IFG::OT::IGF THE GOVERNMENT REQUIRES TEMPORARY HOUSING UNITS (THUS) MAINTENANCE AND DEACTIVATION ACTIVITIES IN SUPPORT OF DISASTER OPERATIONS, IN THE STATE OF TEXAS DUE TO HURRICANE HARVEY. ALL SERVICES WILL BE PERFORMED IN ACCORDANCE WITH THE BASE BRIDGE IDIQ AS WELL AS THE ATTACHED PERFORMANCE WORK STATEMENT (PWS).

Place of Performance

Location: ALEXANDRIA, ALEXANDRIA CITY County, VIRGINIA, 22314

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $27.3 million to APTIM FEDERAL SERVICES, LLC for work described as: IFG::OT::IGF THE GOVERNMENT REQUIRES TEMPORARY HOUSING UNITS (THUS) MAINTENANCE AND DEACTIVATION ACTIVITIES IN SUPPORT OF DISASTER OPERATIONS, IN THE STATE OF TEXAS DUE TO HURRICANE HARVEY. ALL SERVICES WILL BE PERFORMED IN ACCORDANCE WITH THE BASE BRIDGE IDIQ AS WELL AS THE ATT… Key points: 1. Significant award for disaster relief housing maintenance and deactivation. 2. Contract awarded under an existing IDIQ, suggesting pre-established vendor relationships. 3. Potential for cost overruns given Time and Materials pricing structure. 4. Focus on facilities support services within the disaster response sector.

Value Assessment

Rating: fair

The $27.3M award for temporary housing units maintenance and deactivation is substantial. Without specific benchmarks for disaster housing services, a direct comparison is difficult, but the Time and Materials pricing introduces risk for cost escalation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was not competed, indicating it was likely awarded under specific circumstances, possibly to a pre-qualified vendor under the base IDIQ. This limited competition may have impacted price discovery and potentially led to a higher price than a fully competed contract.

Taxpayer Impact: Taxpayer funds are being used for essential disaster recovery services. The lack of competition raises concerns about whether the most cost-effective solution was secured.

Public Impact

Provides critical support for disaster victims by ensuring temporary housing is maintained and properly deactivated. Supports the Federal Emergency Management Agency's (FEMA) mission in disaster response and recovery. The contract's duration of 180 days suggests a focused effort on immediate post-disaster needs.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under Facilities Support Services, a broad category often utilized in disaster response and management. Spending in this sector can fluctuate significantly based on the frequency and severity of natural disasters.

Small Business Impact

The data indicates this contract was not awarded to a small business. There is no information provided on whether small business participation was sought or achieved through subcontracting.

Oversight & Accountability

The award is a Delivery Order under a Bridge IDIQ, suggesting some level of pre-existing oversight. However, the lack of full competition warrants close monitoring of performance and costs to ensure accountability.

Related Government Programs

Risk Flags

Tags

facilities-support-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 $27.3 million to APTIM FEDERAL SERVICES, LLC. IFG::OT::IGF THE GOVERNMENT REQUIRES TEMPORARY HOUSING UNITS (THUS) MAINTENANCE AND DEACTIVATION ACTIVITIES IN SUPPORT OF DISASTER OPERATIONS, IN THE STATE OF TEXAS DUE TO HURRICANE HARVEY. ALL SERVICES WILL BE PERFORMED IN ACCORDANCE WITH THE BASE BRIDGE IDIQ AS WELL AS THE ATTACHED PERFORMANCE WORK STATEMENT (PWS).

Who is the contractor on this award?

The obligated recipient is APTIM FEDERAL SERVICES, 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 $27.3 million.

What is the period of performance?

Start: 2017-09-30. End: 2018-03-29.

What was the justification for not competing this delivery order, and what mechanisms were in place to ensure fair pricing?

The justification for not competing this delivery order is not explicitly stated in the provided data. Typically, non-competitive awards are made under specific circumstances such as urgent and compelling needs or when only one source is capable. Mechanisms for ensuring fair pricing in such cases often involve detailed cost analysis, comparison to similar contract actions, and negotiation by contracting officers. Without further documentation, the effectiveness of these mechanisms cannot be fully assessed.

What are the potential risks associated with the Time and Materials (T&M) pricing structure for disaster housing services?

The primary risk with T&M pricing for disaster housing services is the potential for cost escalation. Since the government pays for direct labor hours and materials used, there's less incentive for the contractor to be efficient. In a disaster scenario, the urgency and complexity can exacerbate this, leading to higher-than-anticipated costs for the taxpayer if not rigorously managed and monitored.

How effectively does this contract support FEMA's long-term disaster recovery goals beyond immediate housing needs?

This contract specifically addresses temporary housing unit maintenance and deactivation, which is crucial for immediate post-disaster operations and transitioning out of emergency housing. While essential for immediate needs, it likely does not encompass broader long-term recovery goals such as permanent housing solutions or community rebuilding. Its effectiveness is therefore limited to the scope of temporary housing logistics.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Aptim Holdings LLC (UEI: 080821711)

Address: 1725 DUKE ST, STE 400, ALEXANDRIA, VA, 22314

Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $27,297,706

Exercised Options: $27,297,706

Current Obligation: $27,297,706

Contract Characteristics

Commercial Item: COMMERCIAL ITEM

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HSFE7017D0001

IDV Type: IDC

Timeline

Start Date: 2017-09-30

Current End Date: 2018-03-29

Potential End Date: 2018-03-29 00:00:00

Last Modified: 2019-06-27

More Contracts from Aptim Federal Services, LLC

View all Aptim Federal Services, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending