DHS awards $63.4M for housing support services, with Dewberry Engineers Inc. managing projects and quality oversight
Contract Overview
Contract Amount: $63,387,577 ($63.4M)
Contractor: Dewberry Engineers Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2022-01-20
End Date: 2023-04-23
Contract Duration: 458 days
Daily Burn Rate: $138.4K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ADMINISTRATIVE SUPPORT, DATA INPUT/ANALYSIS, COST ESTIMATION, HOUSING INSTALLATION AND MAINTENANCE QUALITY CONTROL/MONITORING, PROJECT MONITORING & QUALITY OVERSIGHT, ALTERNATIVE HOUSING PLANNING SUPPORT, CONTRACT SURVEILLANCE
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $63.4 million to DEWBERRY ENGINEERS INC. for work described as: ADMINISTRATIVE SUPPORT, DATA INPUT/ANALYSIS, COST ESTIMATION, HOUSING INSTALLATION AND MAINTENANCE QUALITY CONTROL/MONITORING, PROJECT MONITORING & QUALITY OVERSIGHT, ALTERNATIVE HOUSING PLANNING SUPPORT, CONTRACT SURVEILLANCE Key points: 1. Contract focuses on critical post-disaster housing support, including installation, maintenance, and quality control. 2. Significant portion allocated to project monitoring and quality oversight, indicating a focus on execution and compliance. 3. The contract's duration of 458 days suggests a substantial, ongoing need for these services. 4. Firm Fixed Price contract type aims to control costs and provide predictability for the agency. 5. The award was made under full and open competition, suggesting a robust market for these specialized services. 6. Geographic focus on Washington D.C. highlights a specific regional need for disaster recovery support.
Value Assessment
Rating: good
The contract value of $63.4 million for a period of approximately 15 months appears reasonable given the scope of services, which include complex project monitoring and quality oversight for housing installations. Benchmarking against similar large-scale disaster recovery support contracts is challenging without more specific service details, but the fixed-price nature suggests an effort to manage costs effectively. The agency's investment reflects the critical need for reliable housing solutions in affected areas.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple qualified vendors had the opportunity to bid. The specific number of bidders is not provided, but this procurement method generally fosters competitive pricing and encourages a wide range of solutions. The agency's decision to use full and open competition suggests confidence in the market's ability to meet the demanding requirements for disaster housing support services.
Taxpayer Impact: Taxpayers benefit from a competitive process that is likely to yield a more cost-effective solution and ensure the best value for the significant federal investment in disaster recovery.
Public Impact
Disaster-affected populations in the Washington D.C. region will benefit from improved housing installation, maintenance, and quality control. Services delivered include data input/analysis, cost estimation, and project monitoring to ensure efficient housing solutions. The contract supports FEMA's mission to provide timely and effective housing assistance during emergencies. Workforce implications may include the need for skilled project managers, quality inspectors, and administrative support personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if initial housing needs are underestimated.
- Reliance on a single contractor for critical oversight could pose a risk if performance falters.
- Ensuring consistent quality control across diverse housing installations presents an ongoing challenge.
Positive Signals
- Firm Fixed Price contract helps control costs and provides budget certainty.
- Full and open competition suggests a healthy market and potential for competitive pricing.
- Focus on quality control and project monitoring indicates a commitment to effective service delivery.
Sector Analysis
This contract falls within the Facilities Support Services sector, a broad category encompassing a range of services essential for the operation and maintenance of physical infrastructure. The market for these services is substantial, particularly for government agencies involved in disaster response and recovery, where rapid deployment and reliable execution are paramount. Spending in this area often fluctuates based on the frequency and severity of natural disasters and the government's commitment to rebuilding efforts.
Small Business Impact
The contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. This suggests that the scale and specialized nature of the services required likely favored larger, established firms with extensive experience in large-scale project management and disaster recovery operations. The absence of small business participation may limit opportunities for smaller entities in this specific contract.
Oversight & Accountability
Oversight is likely managed by the Federal Emergency Management Agency (FEMA) through contract officers and technical representatives who monitor performance against contract requirements. The firm fixed-price nature of the contract provides a degree of financial oversight by establishing a clear cost ceiling. Transparency is facilitated by the public award of the contract, though detailed performance metrics may not be publicly available.
Related Government Programs
- Disaster Housing Assistance Programs
- Emergency Management Support Services
- Construction and Engineering Services
- Government Facilities Management
Risk Flags
- Contract duration exceeds 1 year, increasing exposure to changing conditions.
- Scope includes critical quality control, where performance failures have high impact.
- Geographic concentration in a single metro area could indicate specific regional needs or limitations.
Tags
facilities-support-services, department-of-homeland-security, federal-emergency-management-agency, district-of-columbia, delivery-order, full-and-open-competition, firm-fixed-price, disaster-recovery, housing-support, project-management, quality-oversight
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $63.4 million to DEWBERRY ENGINEERS INC.. ADMINISTRATIVE SUPPORT, DATA INPUT/ANALYSIS, COST ESTIMATION, HOUSING INSTALLATION AND MAINTENANCE QUALITY CONTROL/MONITORING, PROJECT MONITORING & QUALITY OVERSIGHT, ALTERNATIVE HOUSING PLANNING SUPPORT, CONTRACT SURVEILLANCE
Who is the contractor on this award?
The obligated recipient is DEWBERRY ENGINEERS 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 $63.4 million.
What is the period of performance?
Start: 2022-01-20. End: 2023-04-23.
What is the track record of Dewberry Engineers Inc. in performing similar large-scale federal contracts, particularly in disaster recovery or housing support?
Dewberry Engineers Inc. has a significant history of performing large-scale federal contracts, including extensive work with agencies like FEMA, the Army Corps of Engineers, and the Department of Defense. Their expertise often lies in engineering, architecture, construction management, and disaster recovery services. They have been involved in numerous post-disaster recovery efforts, providing services such as damage assessments, program management, and technical assistance for housing and infrastructure. Their past performance on similar contracts suggests a strong capability to manage complex projects, meet stringent quality standards, and deliver services under demanding conditions, which is crucial for this housing support contract.
How does the per-unit cost or overall value of this contract compare to similar federal contracts for housing installation and maintenance quality control?
Directly comparing the per-unit cost is difficult without granular data on the specific housing units supported and the exact services rendered per unit. However, the overall contract value of $63.4 million for approximately 15 months of comprehensive support, including project monitoring and quality oversight, appears to be within a reasonable range for large-scale federal disaster recovery operations. Contracts of this nature often involve significant overhead, specialized personnel, and extensive logistical coordination, especially in a high-cost area like Washington D.C. Benchmarking against similar FEMA or Army Corps of Engineers contracts for disaster housing support would likely show comparable investment levels for comparable scope and duration.
What are the primary risk indicators associated with this contract, and how are they being mitigated?
Primary risk indicators include the potential for delays in housing installation and maintenance, challenges in maintaining consistent quality control across diverse housing solutions, and the risk of cost overruns if the scope of work expands beyond initial estimates. Mitigation strategies likely involve robust project monitoring and quality oversight, as stipulated in the contract's scope of work. The firm fixed-price structure also incentivizes the contractor to manage costs effectively. Furthermore, FEMA's established oversight mechanisms and the contractor's experience in disaster recovery are intended to preemptively address many of these risks.
How effective has FEMA been historically in managing contracts for housing support services during disaster recovery operations?
FEMA's effectiveness in managing housing support contracts during disaster recovery has been a subject of scrutiny and improvement over time. Historically, challenges have included the speed of deployment, coordination among various contractors, and ensuring equitable distribution of resources. However, FEMA has made significant efforts to refine its contracting processes, improve oversight, and leverage technology to enhance program delivery. Contracts like this one, with clear scopes and performance metrics, represent an evolution towards more structured and accountable management of critical disaster recovery functions, aiming to address past shortcomings.
What are the historical spending patterns for administrative support, data input/analysis, and project monitoring services by the Department of Homeland Security or FEMA?
Historical spending patterns for administrative support, data input/analysis, and project monitoring by DHS and FEMA are substantial, particularly in response to natural disasters. These services are fundamental to the effective execution of disaster relief missions. Spending in these categories can fluctuate significantly year-to-year, heavily influenced by the number and scale of declared disasters. FEMA, as the primary agency responsible for disaster response, consistently allocates significant portions of its budget to contracts that ensure the efficient management, tracking, and oversight of relief efforts, including housing programs.
What is the potential impact of this contract on the small business ecosystem, given it was not a small business set-aside?
As this contract was awarded under full and open competition and not specifically set aside for small businesses, its direct impact on the small business ecosystem is likely limited. Large federal contracts of this magnitude often require the resources, bonding capacity, and specialized expertise typically held by larger firms. While Dewberry Engineers Inc. may engage small businesses as subcontractors, the primary award does not directly create set-aside opportunities. This highlights a common dynamic where large, complex federal service contracts tend to be awarded to prime contractors with established capabilities, potentially bypassing smaller firms unless specific subcontracting goals are mandated.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support 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: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Dewberry Companies LC, the
Address: 8401 ARLINGTON BLVD, FAIRFAX, VA, 22031
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $63,387,577
Exercised Options: $63,387,577
Current Obligation: $63,387,577
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70FB8018D00000037
IDV Type: IDC
Timeline
Start Date: 2022-01-20
Current End Date: 2023-04-23
Potential End Date: 2023-04-23 00:00:00
Last Modified: 2023-01-19
More Contracts from Dewberry Engineers Inc.
- Lcsc Task Order to Continue Administrative Support, Data Input/Analysis, Cost Estimation, Housing Installation and Maintenance Quality Control/Monitoring, Project Monitoring & Quality Oversight, Alternative Housing Planning Support, and Contract — $42.6M (Department of Homeland Security)
- Lpcs Housing Mission Planning Support for DR 4828 FL, Florida Hurricane Helene — $34.9M (Department of Homeland Security)
- Logistics Construction Support Idiq Contract in Support of Dr-4673-Fl — $32.2M (Department of Homeland Security)
- TO Provide Technical Assistance to Conduct Technical Monitoring Duties for Permanent Housing Construction — $29.0M (Department of Homeland Security)
- Housing Mission Planning Support Task Order for Tropical Storm Helene Dr-4827-Nc in the State of North Carolina — $18.3M (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)