DHS awards $1.7M for two custom FEMA mobile logistics trailers to Nomad Global Communication Solutions

Contract Overview

Contract Amount: $1,732,152 ($1.7M)

Contractor: Nomad Global Communication Solutions, Incorporated

Awarding Agency: Department of Homeland Security

Start Date: 2026-04-06

End Date: 2028-02-05

Contract Duration: 670 days

Daily Burn Rate: $2.6K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PROVIDE TWO (2) RUGGED, FIFTH WHEEL TRAILERS CUSTOMIZED TO OPERATE AS FEMA MOBILE LOGISTICS OFFICE UNITS (MLOUS) IN SUPPORT OF DISASTERS AND EMERGENCIES.

Place of Performance

Location: COLUMBIA FALLS, FLATHEAD County, MONTANA, 59912

State: Montana Government Spending

Plain-Language Summary

Department of Homeland Security obligated $1.7 million to NOMAD GLOBAL COMMUNICATION SOLUTIONS, INCORPORATED for work described as: PROVIDE TWO (2) RUGGED, FIFTH WHEEL TRAILERS CUSTOMIZED TO OPERATE AS FEMA MOBILE LOGISTICS OFFICE UNITS (MLOUS) IN SUPPORT OF DISASTERS AND EMERGENCIES. Key points: 1. The contract value appears reasonable for highly specialized, custom-built mobile units designed for emergency response. 2. Full and open competition was utilized, suggesting a competitive bidding process that should promote fair pricing. 3. The contract duration of approximately two years aligns with the expected lifecycle for such specialized equipment. 4. The use of a Firm Fixed Price contract type transfers risk to the contractor, ensuring cost certainty for the government. 5. This award supports FEMA's critical mission of disaster response and emergency management. 6. The trailers are intended to function as mobile logistics offices, enhancing operational flexibility during crises.

Value Assessment

Rating: good

The award of $1.73 million for two custom-built rugged trailers for FEMA mobile logistics offices seems within a reasonable range for highly specialized equipment. Given the custom nature and the need for ruggedization to operate in disaster zones, direct cost comparisons are difficult without more detailed specifications. However, the price per unit of approximately $866,000 reflects the complexity and unique requirements of mobile command and control units designed for extreme conditions. This is likely higher than standard trailers but justified by the enhanced capabilities and durability required for FEMA's mission.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. While the specific number of bidders is not provided, this method generally fosters a competitive environment, which is expected to lead to more favorable pricing and better value for the government. The agency likely sought proposals that met stringent technical and performance requirements for ruggedized, customized mobile units.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the pool of potential offerors, increasing the likelihood of receiving competitive bids and potentially lowering the overall cost of the acquisition.

Public Impact

Disaster-affected communities will benefit from enhanced logistical support provided by FEMA's mobile operations. The contract delivers two specialized trailers equipped to serve as mobile logistics offices, crucial for coordinating relief efforts. The geographic impact is national, as these units are intended for deployment in disaster and emergency situations across the United States. The acquisition supports FEMA's operational readiness and capacity to respond effectively to crises, indirectly benefiting the federal workforce involved in disaster management.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The market for specialized mobile command and communication units is a niche within the broader vehicle manufacturing and communication solutions sectors. Companies in this space often cater to government and emergency services, requiring adherence to stringent durability, reliability, and technical specifications. Spending in this area is driven by the need for deployable infrastructure that can withstand harsh environments and support critical operations during emergencies. Comparable spending benchmarks are difficult to establish due to the high degree of customization, but investments in mobile command centers and specialized vehicles for public safety and defense are common.

Small Business Impact

The data indicates that small business participation was not a specific set-aside requirement for this contract (ss: false, sb: false). Nomad Global Communication Solutions, Inc. is likely a large business. There is no explicit mention of subcontracting goals for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal unless the prime contractor voluntarily engages small businesses in its supply chain.

Oversight & Accountability

The contract is managed by the Department of Homeland Security (DHS) and specifically the Federal Emergency Management Agency (FEMA), both of which have established oversight mechanisms for acquisitions. The use of a Firm Fixed Price contract provides a degree of financial oversight by locking in costs. Transparency is generally maintained through federal procurement databases like FPDS. Inspector General oversight would apply if any fraud, waste, or abuse were suspected during the contract's performance or execution.

Related Government Programs

Risk Flags

Tags

department-of-homeland-security, fema, mobile-logistics-office-units, rugged-trailers, disaster-response, emergency-management, nomad-global-communication-solutions, firm-fixed-price, full-and-open-competition, vehicle-manufacturing, custom-built, federal-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $1.7 million to NOMAD GLOBAL COMMUNICATION SOLUTIONS, INCORPORATED. PROVIDE TWO (2) RUGGED, FIFTH WHEEL TRAILERS CUSTOMIZED TO OPERATE AS FEMA MOBILE LOGISTICS OFFICE UNITS (MLOUS) IN SUPPORT OF DISASTERS AND EMERGENCIES.

Who is the contractor on this award?

The obligated recipient is NOMAD GLOBAL COMMUNICATION SOLUTIONS, INCORPORATED.

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 $1.7 million.

What is the period of performance?

Start: 2026-04-06. End: 2028-02-05.

What is Nomad Global Communication Solutions, Inc.'s track record with similar custom vehicle or mobile unit contracts?

Assessing Nomad Global Communication Solutions, Inc.'s track record requires a deeper dive into their contract history beyond the provided data. While the award itself suggests they were deemed capable, information on past performance with highly customized, ruggedized mobile units for emergency services would be crucial. Specifically, reviewing past FEMA or other federal agency contracts for similar deliverables would indicate their experience in meeting stringent requirements, managing complex customizations, and delivering on time and within budget. A review of past performance evaluations, if publicly available, would offer insights into their reliability and quality of work in delivering specialized solutions.

How does the cost per trailer compare to similar custom mobile command units procured by other federal agencies?

The cost of approximately $866,000 per trailer is significant, reflecting the specialized nature of these units. To benchmark this value, one would need to compare it against procurements of similar custom-built mobile command centers, logistics offices, or communication hubs by agencies like the Department of Defense, Department of Justice, or other emergency management entities. Factors such as the level of ruggedization, specific technological integrations (communications, IT, power), internal outfitting, and trailer size would need to be comparable. Without access to detailed specifications of comparable units, it's challenging to definitively state if this price is high or low, but it falls within the expected range for highly specialized, mission-critical deployable assets.

What are the primary risks associated with the 'ruggedized' requirement for these FEMA mobile logistics units?

The primary risks associated with the 'ruggedized' requirement for these FEMA mobile logistics units stem from the inherent complexity and cost of meeting extreme environmental and operational demands. This includes potential for higher manufacturing costs due to specialized materials, reinforced structures, and advanced environmental controls (temperature, dust, water resistance). There's also a risk of extended production timelines if sourcing specialized components proves difficult. Furthermore, maintenance and repair of ruggedized equipment can be more complex and costly than standard units. Ensuring the chosen ruggedization standards meet FEMA's anticipated operational environments (e.g., post-hurricane, earthquake zones) without over-engineering and unnecessarily inflating costs is a key risk to manage.

How effective are mobile logistics units like these in supporting disaster response operations?

Mobile logistics units like these are designed to be highly effective in supporting disaster response operations by providing a centralized, deployable hub for coordination and resource management directly within or near affected areas. Their mobility allows FEMA and other agencies to establish operational command posts rapidly, regardless of damage to existing infrastructure. These units can facilitate communication, inventory management, personnel deployment, and distribution of essential supplies, thereby streamlining the relief effort. Their effectiveness is directly tied to their reliability, ease of deployment, and the suite of logistical and communication capabilities they house, making custom-built, ruggedized units particularly valuable in challenging disaster environments.

What has been the historical spending trend for similar FEMA mobile logistics or command center procurements?

Analyzing historical spending trends for similar FEMA mobile logistics or command center procurements would provide valuable context for the current $1.73 million award. This would involve examining past contracts awarded by FEMA or DHS for mobile command vehicles, communication shelters, or deployable office units over the last 5-10 years. Key metrics to track would include the number of units procured, average cost per unit, contract duration, and the types of contractors involved. Understanding these trends can reveal whether spending in this category is increasing, decreasing, or remaining stable, and whether costs per unit have escalated significantly, potentially indicating market shifts or evolving requirements.

Are there specific performance metrics defined in the contract to measure the success of these mobile logistics units?

The provided data does not specify the performance metrics defined within the contract. However, for a contract of this nature, typical performance metrics would likely focus on the reliability and availability of the units, the functionality of integrated communication and IT systems, the ease and speed of deployment, and the durability under expected operating conditions. FEMA would likely establish requirements related to uptime, response times for technical support, and adherence to environmental operating parameters. The success of these units would ultimately be measured by their contribution to the efficiency and effectiveness of disaster response logistics and coordination.

Industry Classification

NAICS: ManufacturingMotor Vehicle Body and Trailer ManufacturingMotor Vehicle Body Manufacturing

Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70FB8026Q00000016

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Nomad Global Communication Solutions Incorporated

Address: 5414 US HWY 2 W, COLUMBIA FALLS, MT, 59912

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $1,732,152

Exercised Options: $1,732,152

Current Obligation: $1,732,152

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 70FBR724A00000002

IDV Type: BPA

Timeline

Start Date: 2026-04-06

Current End Date: 2028-02-05

Potential End Date: 2028-02-05 00:00:00

Last Modified: 2026-04-06

More Contracts from Nomad Global Communication Solutions, Incorporated

View all Nomad Global Communication Solutions, Incorporated federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending