DHS awards $12.8M for 615 manufactured housing units to GIBBCO LLC under full and open competition
Contract Overview
Contract Amount: $12,783,050 ($12.8M)
Contractor: Gibbco LLC
Awarding Agency: Department of Homeland Security
Start Date: 2026-01-15
End Date: 2026-08-10
Contract Duration: 207 days
Daily Burn Rate: $61.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DELIVERY ORDER FOR 615 NEXTGEN MANUFACTURE HOUSING UNITS IN SUPPORT OF FEMA'S LOGISTICS MANAGEMENT DIVISION MISSION REQUIREMENTS. THIS ACTION IS EXCLUDED UNDER SEC.2(D) COVERED CONTRACTS AND GRANTS IN ACCORDANCE WITH ACQUISITION ALERT 25-07 REV
Place of Performance
Location: LONGWOOD, SEMINOLE County, FLORIDA, 32779
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $12.8 million to GIBBCO LLC for work described as: DELIVERY ORDER FOR 615 NEXTGEN MANUFACTURE HOUSING UNITS IN SUPPORT OF FEMA'S LOGISTICS MANAGEMENT DIVISION MISSION REQUIREMENTS. THIS ACTION IS EXCLUDED UNDER SEC.2(D) COVERED CONTRACTS AND GRANTS IN ACCORDANCE WITH ACQUISITION ALERT 25-07 REV Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is for manufactured housing units, indicating support for disaster relief or housing initiatives. 3. Delivery order valued at $12.8 million with a duration of 207 days. 4. The contract is excluded under Section 2(d) of Acquisition Alert 25-07 Rev, requiring specific justification. 5. The procurement is managed by FEMA's Logistics Management Division, highlighting its role in emergency response. 6. The contract value per unit is approximately $20,767, which needs benchmarking against similar procurements.
Value Assessment
Rating: fair
The per-unit cost of approximately $20,767 for manufactured housing units requires careful benchmarking. Without direct comparisons to similar FEMA procurements or market rates for comparable housing solutions, it's difficult to definitively assess value for money. The fixed-price nature of the contract provides cost certainty for the government, but the overall value depends on the quality and timeliness of delivery.
Cost Per Unit: Approximately $20,767 per unit. Benchmarking against market rates for manufactured homes of similar size and quality, and against historical FEMA housing procurements, is recommended.
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The presence of 5 bids suggests a reasonable level of competition, which typically helps in achieving fair market prices. The specific details of the bidding process and the number of proposals received would provide further insight into the competitiveness.
Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to more favorable pricing and better quality goods or services.
Public Impact
Beneficiaries include individuals or communities requiring temporary or transitional housing, likely in response to natural disasters or emergencies. The contract delivers 615 manufactured housing units, providing essential shelter solutions. The geographic impact is specified as Florida (st), indicating a focus on a particular region for deployment. Workforce implications may include manufacturing jobs for the production of these housing units and logistical support for their delivery and setup.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Exclusion under Acquisition Alert 25-07 Rev requires scrutiny to ensure proper justification and adherence to procurement regulations.
- The fixed-price contract type, while offering cost certainty, could pose a risk if unforeseen issues arise that increase contractor costs significantly.
- The short delivery period (207 days) for 615 units may present logistical challenges and potential delays if not managed effectively.
Positive Signals
- Awarded under full and open competition, indicating a robust and fair bidding process.
- The contract is for a critical need (housing units), aligning with FEMA's mission requirements.
- The fixed-price contract type shifts cost risk to the contractor.
- The contract specifies a clear delivery end date, providing a defined timeline for fulfillment.
Sector Analysis
The manufactured housing sector plays a crucial role in providing affordable and rapidly deployable housing solutions, particularly in disaster relief scenarios. This contract falls within the broader construction and manufacturing industries. Comparable spending benchmarks would involve analyzing other federal contracts for manufactured or temporary housing units, especially those awarded by FEMA or other disaster response agencies, to assess cost-effectiveness and market pricing.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses arising from a small business set-aside. The primary contractor, GIBBCO LLC, will be responsible for fulfilling the contract requirements. Analysis of GIBBCO LLC's past performance with small business subcontracting would be necessary to understand any indirect impact.
Oversight & Accountability
Oversight for this contract will likely be managed by FEMA's Logistics Management Division, with potential involvement from the Department of Homeland Security's Office of Inspector General (OIG). Transparency is facilitated through public contract databases. Accountability measures are embedded in the contract terms, including delivery schedules and quality standards, with potential penalties for non-compliance. The specific exclusion under Acquisition Alert 25-07 Rev may necessitate additional oversight.
Related Government Programs
- FEMA Disaster Relief Funding
- Temporary Housing Assistance Programs
- Emergency Management Support Services
- Manufactured Home Procurement Contracts
Risk Flags
- Acquisition Alert 25-07 Rev Exclusion
- Potential for Delivery Delays
- Benchmarking Per-Unit Cost
- Contractor Performance History
Tags
construction, housing, fema, dhs, delivery-order, firm-fixed-price, full-and-open-competition, florida, emergency-management, manufactured-housing
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $12.8 million to GIBBCO LLC. DELIVERY ORDER FOR 615 NEXTGEN MANUFACTURE HOUSING UNITS IN SUPPORT OF FEMA'S LOGISTICS MANAGEMENT DIVISION MISSION REQUIREMENTS. THIS ACTION IS EXCLUDED UNDER SEC.2(D) COVERED CONTRACTS AND GRANTS IN ACCORDANCE WITH ACQUISITION ALERT 25-07 REV
Who is the contractor on this award?
The obligated recipient is GIBBCO 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 $12.8 million.
What is the period of performance?
Start: 2026-01-15. End: 2026-08-10.
What is GIBBCO LLC's track record with FEMA or similar agencies for delivering manufactured housing units?
Information regarding GIBBCO LLC's specific track record with FEMA or similar agencies for delivering manufactured housing units is not provided in the given data. A thorough review of past performance evaluations, contract completion history, and any reported issues or successes on previous government contracts would be necessary to assess their reliability and capability for this specific delivery order. This would typically involve consulting federal procurement databases and agency performance records.
How does the per-unit cost of $20,767 compare to market rates for similar manufactured housing units?
The per-unit cost of approximately $20,767 for manufactured housing units requires benchmarking against current market rates for comparable products. Factors influencing this comparison include the size, features, quality of materials, and customization of the units. Without specific details on the unit specifications, it is challenging to provide a precise comparison. However, general market research for manufactured homes of similar dimensions and amenities can indicate whether this price point is competitive. Historical FEMA procurements for housing units would also serve as a valuable benchmark.
What are the specific risks associated with the exclusion under Acquisition Alert 25-07 Rev?
The exclusion under Acquisition Alert 25-07 Rev suggests that this contract falls under specific circumstances that deviate from standard procurement procedures. The risks associated with such exclusions often relate to potential limitations in competition, justification for non-standard approaches, and ensuring that the government still obtains the best value. The specific nature of the exclusion (e.g., related to urgency, specific technology, or national security) would dictate the precise risks. It is crucial to understand the rationale behind the exclusion to assess if it compromises transparency, fairness, or cost-effectiveness.
What is the expected impact of these housing units on disaster recovery efforts in Florida?
The delivery of 615 manufactured housing units is intended to support FEMA's logistics and disaster response mission, particularly in Florida. These units are expected to provide essential temporary or transitional shelter for individuals and families displaced by natural disasters or other emergencies. Their rapid deployment can significantly accelerate recovery efforts by offering immediate housing solutions, thereby reducing the strain on emergency resources and helping affected populations stabilize while more permanent housing solutions are sought.
What are the historical spending patterns for manufactured housing units by FEMA or DHS?
Historical spending patterns for manufactured housing units by FEMA or DHS would reveal the frequency and scale of such procurements. Analyzing past contracts would show trends in awarded amounts, number of units procured, and the types of disasters or emergencies that triggered these purchases. This data can help establish baseline costs, identify key contractors, and understand the typical duration and scope of these operations. Such analysis is crucial for assessing the current contract's value and ensuring efficient use of taxpayer funds in future emergency response scenarios.
Industry Classification
NAICS: Manufacturing › Other Wood Product Manufacturing › Manufactured Home (Mobile Home) Manufacturing
Product/Service Code: PREFAB STRUCTURES/SCAFFOLDING
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70FB8025R00000010
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2270 SPRINGS LANDING BLVD, LONGWOOD, FL, 32779
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $68,971,150
Exercised Options: $12,783,050
Current Obligation: $12,783,050
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70FB7021D00000006
IDV Type: IDC
Timeline
Start Date: 2026-01-15
Current End Date: 2026-08-10
Potential End Date: 2026-08-10 00:00:00
Last Modified: 2026-02-09
More Contracts from Gibbco LLC
- Manufactured Housing Units in Support of Hurricane Harvey — $70.7M (Department of Homeland Security)
- Purchase and Delivery of 350 Commercial Manufactured Housing Units — $44.8M (Department of Homeland Security)
- Purchase and Delivery of 200 3 Bedroom Commercial Manufactured Housing Units — $27.6M (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)