FEMA Awards $46.4M for Hurricane Irma Public Assistance Technical Specialists to Fluor Enterprises
Contract Overview
Contract Amount: $46,427,107 ($46.4M)
Contractor: Fluor Enterprises, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2017-10-31
End Date: 2019-03-01
Contract Duration: 486 days
Daily Burn Rate: $95.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: IGF::OT::IGF:: PUBLIC ASSISTANCE PROGRAM REQUIREMENTS FOR 195 TECHNICAL SPECIALISTS FOR SUPPORT OF DR-4337-FL TEAM #2 - HURRICANE IRMA.
Place of Performance
Location: BATON ROUGE, EAST BATON ROUGE County, LOUISIANA, 70802
Plain-Language Summary
Department of Homeland Security obligated $46.4 million to FLUOR ENTERPRISES, INC. for work described as: IGF::OT::IGF:: PUBLIC ASSISTANCE PROGRAM REQUIREMENTS FOR 195 TECHNICAL SPECIALISTS FOR SUPPORT OF DR-4337-FL TEAM #2 - HURRICANE IRMA. Key points: 1. Contract awarded to Fluor Enterprises, Inc. for technical support related to Hurricane Irma. 2. The contract utilizes a Time and Materials pricing structure. 3. This award represents a significant investment in disaster recovery efforts. 4. The duration of the contract is 486 days.
Value Assessment
Rating: fair
The Time and Materials pricing structure can lead to cost overruns if not closely monitored. Benchmarking against similar contracts for technical specialists in disaster response is difficult without more detailed cost breakdowns.
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 Time and Materials (T&M) pricing model may not be the most effective for price discovery compared to fixed-price contracts.
Taxpayer Impact: Taxpayers are funding essential technical expertise for disaster recovery, aiming to expedite public assistance distribution after Hurricane Irma.
Public Impact
Supports critical post-disaster recovery operations for Hurricane Irma victims. Ensures timely processing of public assistance claims through specialized technical support. Leverages private sector expertise to augment government capabilities during emergencies.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials pricing risk
- Potential for scope creep without strict oversight
Positive Signals
- Full and open competition
- Addresses critical disaster recovery need
Sector Analysis
This contract falls under Engineering Services (NAICS 541330), a sector crucial for infrastructure and disaster response. Spending in this area can fluctuate significantly based on natural disaster events.
Small Business Impact
The data indicates that neither small business set-aside nor small business participation was explicitly noted for this contract, suggesting it was awarded to a large business.
Oversight & Accountability
Oversight is crucial for Time and Materials contracts to ensure costs remain within reasonable bounds and that the work performed directly supports the stated objectives of Hurricane Irma recovery.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Potential for cost overruns due to Time and Materials pricing.
- Lack of explicit small business participation.
- High number of specialists required, necessitating strong management.
- Uncertainty in exact scope and duration at contract award.
Tags
engineering-services, department-of-homeland-security, la, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $46.4 million to FLUOR ENTERPRISES, INC.. IGF::OT::IGF:: PUBLIC ASSISTANCE PROGRAM REQUIREMENTS FOR 195 TECHNICAL SPECIALISTS FOR SUPPORT OF DR-4337-FL TEAM #2 - HURRICANE IRMA.
Who is the contractor on this award?
The obligated recipient is FLUOR ENTERPRISES, INC..
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 $46.4 million.
What is the period of performance?
Start: 2017-10-31. End: 2019-03-01.
What specific technical expertise is required for the 195 specialists, and how does this justify the Time and Materials pricing model?
The 195 technical specialists are likely required for complex tasks such as damage assessment, cost estimation, and compliance verification for public assistance programs following Hurricane Irma. A Time and Materials model might be chosen if the exact scope and duration of work are uncertain at the outset, allowing flexibility. However, it necessitates robust oversight to prevent cost escalation and ensure the specialized skills are indeed necessary and efficiently utilized.
How will FEMA ensure cost control and prevent overruns given the Time and Materials contract type for such a substantial award?
FEMA must implement stringent oversight mechanisms, including detailed tracking of labor hours and material costs, regular progress reviews, and clear performance metrics. Establishing a ceiling price or incorporating cost-plus-fixed-fee elements could also mitigate risks. Independent cost analysis and comparison with industry benchmarks for similar disaster recovery support services will be vital to ensure value for taxpayer money.
What is the expected impact of these specialists on the speed and efficiency of public assistance delivery post-Hurricane Irma?
The engagement of 195 technical specialists is intended to significantly accelerate the processing of public assistance applications by providing expert assessments and verification. This specialized support should streamline the review process, reduce backlogs, and ensure that aid reaches affected individuals and communities more quickly and accurately, thereby enhancing the overall effectiveness of the disaster recovery effort.
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: 4
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Fluor Corporation
Address: 100 FLUOR DANIEL DR, GREENVILLE, SC, 29607
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $46,427,107
Exercised Options: $46,427,107
Current Obligation: $46,427,107
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSFEHQ12D0880
IDV Type: IDC
Timeline
Start Date: 2017-10-31
Current End Date: 2019-03-01
Potential End Date: 2019-03-01 00:00:00
Last Modified: 2022-04-02
More Contracts from Fluor Enterprises, Inc.
- IA TAC Support - Identify Potential Temporary Housing Solutions, Resources, and Requirements in Louisiana for People Displaced AS a Result of Hurricane Katrina, to Include Sweep Team Services to Identify and Assess Specific Community Needs; Technical Support to Strike Teams in Disaster Associated Activities — $874.0M (Department of Homeland Security)
- Transmission and Distribution — $505.7M (Department of Defense)
- Repair and Restore ALL Aspects of the Puerto Rico Power Grid. Igf::ot::igf — $276.3M (Department of Defense)
- Federal Contract — $252.2M (Department of Energy)
- Technical Assistance — $171.8M (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)