FEMA's $26M technical assistance contract for disaster recovery awarded to Fluor Enterprises, Inc

Contract Overview

Contract Amount: $25,970,471 ($26.0M)

Contractor: Fluor Enterprises, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2019-06-19

End Date: 2020-09-18

Contract Duration: 457 days

Daily Burn Rate: $56.8K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: FEMA PUBLIC ASSISTANCE (PA) TECHNICAL ASSISTANCE CONTRACT IV (TAC IV) TASK ORDER IN SUPPORT OF DR-4408-PA, DR-4411-VA, DR-4337-FL, AND DR-4399-FL.

Place of Performance

Location: GREENVILLE, GREENVILLE County, SOUTH CAROLINA, 29607

State: South Carolina Government Spending

Plain-Language Summary

Department of Homeland Security obligated $26.0 million to FLUOR ENTERPRISES, INC. for work described as: FEMA PUBLIC ASSISTANCE (PA) TECHNICAL ASSISTANCE CONTRACT IV (TAC IV) TASK ORDER IN SUPPORT OF DR-4408-PA, DR-4411-VA, DR-4337-FL, AND DR-4399-FL. Key points: 1. Contract provides critical support for major disaster declarations in Virginia and Florida. 2. Task order awarded under a broader indefinite delivery/indefinite quantity (IDIQ) contract. 3. Competition level indicates a robust market for disaster recovery technical assistance. 4. Performance period of 457 days suggests a focused, short-term support requirement. 5. Administrative Management and General Management Consulting Services are key to effective disaster response. 6. Contract type is Time and Materials, which can pose cost control challenges if not managed closely.

Value Assessment

Rating: good

The contract value of $25.97 million for approximately 15 months of support appears reasonable given the critical nature of disaster response and the specialized services required. Benchmarking against similar large-scale disaster recovery technical assistance contracts would provide further insight, but the scale suggests a significant operational need. The Time and Materials pricing structure necessitates careful monitoring to ensure value for money and prevent cost overruns.

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 vendors had the opportunity to bid. This approach generally fosters competitive pricing and encourages innovation. The specific number of bidders is not provided, but the full and open nature suggests a healthy competitive environment for these specialized disaster recovery services.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it drives down costs through market forces and ensures the government receives the best possible value for its investment in disaster recovery support.

Public Impact

Beneficiaries include residents and businesses impacted by major disasters in Virginia and Florida. Services delivered focus on technical assistance for FEMA's Public Assistance program, aiding recovery efforts. Geographic impact is concentrated in the disaster-stricken areas of Virginia and Florida. Workforce implications include the engagement of specialized consultants and potentially local support staff.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional services sector, specifically management and consulting. The market for disaster recovery services is significant, driven by increasing frequency and severity of natural disasters. FEMA's Public Assistance Technical Assistance Contract (TAC) program is a key mechanism for procuring these specialized services, with multiple large IDIQ contracts awarded to various firms to ensure surge capacity and expertise are available when needed.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). While Fluor Enterprises, Inc. is a large business, the subcontracting opportunities for small businesses are not detailed in this specific task order award. Analysis of the broader IDIQ contract and Fluor's subcontracting plan would be necessary to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight is likely managed through FEMA's contracting officers and program managers, with performance metrics tied to the task order requirements. The Inspector General's office for the Department of Homeland Security would have jurisdiction for audits and investigations. Transparency is facilitated through contract award databases, though detailed performance reports may be internal.

Related Government Programs

Risk Flags

Tags

fema, disaster-recovery, technical-assistance, consulting-services, time-and-materials, full-and-open-competition, department-of-homeland-security, virginia, florida, large-business, professional-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $26.0 million to FLUOR ENTERPRISES, INC.. FEMA PUBLIC ASSISTANCE (PA) TECHNICAL ASSISTANCE CONTRACT IV (TAC IV) TASK ORDER IN SUPPORT OF DR-4408-PA, DR-4411-VA, DR-4337-FL, AND DR-4399-FL.

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 $26.0 million.

What is the period of performance?

Start: 2019-06-19. End: 2020-09-18.

What is Fluor Enterprises, Inc.'s track record with FEMA and disaster recovery contracts?

Fluor Enterprises, Inc. has a significant history of working with government agencies, including FEMA, on large-scale infrastructure and support projects. They have been involved in various disaster recovery efforts, often through large indefinite delivery/indefinite quantity (IDIQ) contracts similar to the TAC IV vehicle under which this task order was issued. Their experience typically spans program management, engineering, construction management, and technical assistance. Specific performance details for this particular task order (DR-4408-PA, etc.) would require access to internal FEMA performance evaluations, but their general profile suggests they are a capable provider of such services. Past performance information is a key factor in the award of such contracts.

How does the $25.97 million cost compare to similar FEMA technical assistance contracts?

The $25.97 million cost for this task order is substantial, reflecting the complexity and scale of supporting multiple major disaster declarations. FEMA utilizes large IDIQ contracts, such as TAC IV, to procure technical assistance, and individual task orders can range from hundreds of thousands to tens of millions of dollars. This specific amount appears to be within the upper range for a single task order supporting several concurrent disaster recovery operations over a 15-month period. Benchmarking requires comparing the scope of work, duration, and specific services provided against other task orders issued under TAC IV or similar FEMA technical assistance vehicles. Without detailed service breakdowns and comparable contract data, a precise value-for-money assessment is challenging, but the cost is commensurate with significant disaster response needs.

What are the primary risks associated with this Time and Materials contract?

The primary risk with a Time and Materials (T&M) contract, like this one, is the potential for cost overruns if not managed diligently. Unlike fixed-price contracts, T&M agreements reimburse the contractor for direct labor hours at specified rates and for the actual cost of materials. This structure can incentivize longer project durations or less efficient work if oversight is lacking. Key risks include scope creep, where the project expands beyond its original intent without a corresponding increase in the contract ceiling, and potential inefficiencies in labor application. FEMA's contracting officers and program managers must implement robust monitoring of labor hours, material costs, and task progress to mitigate these risks and ensure the $25.97 million ceiling is not exceeded unnecessarily.

How effective is FEMA's TAC IV program in providing timely disaster recovery support?

The TAC IV program, and its predecessors, are designed to provide FEMA with rapid access to specialized technical expertise needed to manage and execute Public Assistance grants following major disasters. The IDIQ structure allows FEMA to quickly issue task orders to pre-vetted contractors, reducing procurement lead times during critical response periods. The effectiveness of the program hinges on the quality of the contractors selected, the clarity of task order requirements, and the rigor of FEMA's program management and oversight. While specific performance metrics for individual task orders are often internal, the continued use and expansion of these technical assistance contracts suggest the program is generally effective in meeting FEMA's need for surge capacity and specialized support during disaster recovery operations.

What is the historical spending trend for FEMA's technical assistance contracts?

FEMA's spending on technical assistance contracts has generally trended upwards over the past decade, driven by an increase in the frequency and severity of natural disasters, as well as evolving federal regulations and program requirements. Large IDIQ contracts for technical assistance, such as the TAC series, represent a significant portion of this spending. Annual outlays can fluctuate based on the number and scale of disaster declarations. For example, years with major hurricane landfalls or widespread flooding events typically see higher spending on disaster recovery support services, including technical assistance. Analyzing historical data from sources like USAspending.gov reveals consistent, substantial investment in these support services.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

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: $25,970,471

Exercised Options: $25,970,471

Current Obligation: $25,970,471

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70FB8018D00000001

IDV Type: IDC

Timeline

Start Date: 2019-06-19

Current End Date: 2020-09-18

Potential End Date: 2020-09-18 00:00:00

Last Modified: 2023-01-19

More Contracts from Fluor Enterprises, Inc.

View all Fluor Enterprises, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending