DHS FEMA Awards $9.76M Cost-Plus-Fixed-Fee Task Order to STARR II for Risk Map Support

Contract Overview

Contract Amount: $9,762,314 ($9.8M)

Contractor: Starr II, a Joint Venture

Awarding Agency: Department of Homeland Security

Start Date: 2022-08-05

End Date: 2026-09-30

Contract Duration: 1,517 days

Daily Burn Rate: $6.4K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: COST PLUS FIXED FEE

Sector: Engineering Services

Official Description: THIS IS A COST-PLUS-FIXED-FEE TASK ORDER IN SUPPORT OF REGION 10 FY22 RISK MAP PTS.

Place of Performance

Location: BELTSVILLE, PRINCE GEORGES County, MARYLAND, 20705

State: Maryland Government Spending

Plain-Language Summary

Department of Homeland Security obligated $9.8 million to STARR II, A JOINT VENTURE for work described as: THIS IS A COST-PLUS-FIXED-FEE TASK ORDER IN SUPPORT OF REGION 10 FY22 RISK MAP PTS. Key points: 1. The contract is a Cost-Plus-Fixed-Fee (CPFF) type, which can lead to higher costs if not managed closely. 2. STARR II, a joint venture, is the awardee, indicating a potentially specialized team. 3. The task order is for Engineering Services (NAICS 541330) supporting FEMA's Risk Map program. 4. The contract duration is substantial at 1517 days, suggesting a long-term need.

Value Assessment

Rating: fair

The Cost-Plus-Fixed-Fee structure requires careful monitoring to ensure costs remain reasonable and do not exceed the fixed fee significantly. Benchmarking against similar engineering service contracts 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, which generally promotes competitive pricing. However, the CPFF structure means the final price is determined by actual costs plus a negotiated fee, rather than a fixed bid.

Taxpayer Impact: Taxpayer funds are used for this contract. The CPFF structure necessitates robust oversight to ensure cost efficiency and prevent overspending.

Public Impact

Supports FEMA's critical mission of risk mapping, essential for disaster preparedness and mitigation. The engineering services provided will contribute to understanding and managing national risks. Long-term support ensures continuity in vital risk assessment and mapping activities. Award to a joint venture may indicate a need for diverse expertise in complex engineering challenges.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Engineering Services sector, a critical component of infrastructure and public safety initiatives. Spending in this sector is often driven by government needs for design, analysis, and technical support for large-scale projects and ongoing operations.

Small Business Impact

The awardee is identified as STARR II, a joint venture. Information on the small business participation within this joint venture is not provided, making it difficult to assess the impact on small businesses.

Oversight & Accountability

The Cost-Plus-Fixed-Fee contract type necessitates strong government oversight to manage costs effectively and ensure the fixed fee is justified by the work performed. Regular audits and performance reviews are crucial for accountability.

Related Government Programs

Risk Flags

Tags

engineering-services, department-of-homeland-security, md, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $9.8 million to STARR II, A JOINT VENTURE. THIS IS A COST-PLUS-FIXED-FEE TASK ORDER IN SUPPORT OF REGION 10 FY22 RISK MAP PTS.

Who is the contractor on this award?

The obligated recipient is STARR II, A JOINT VENTURE.

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 $9.8 million.

What is the period of performance?

Start: 2022-08-05. End: 2026-09-30.

How will FEMA ensure cost control and prevent overruns with the Cost-Plus-Fixed-Fee structure for this long-term engineering contract?

FEMA will likely implement rigorous oversight mechanisms, including detailed cost tracking, regular performance reviews, and potentially independent audits. The agency must ensure that the fixed fee remains appropriate for the scope of work and that all incurred costs are reasonable, allocable, and allowable according to contract terms. Proactive communication and clear performance expectations with STARR II are also vital.

What specific engineering services are included in this task order, and how do they directly contribute to FEMA's Risk Map program objectives?

The provided data does not detail the specific engineering services. However, in the context of FEMA's Risk Map program, these services likely involve data analysis, modeling, hazard assessment, mapping updates, and technical consultation related to flood, seismic, or other natural disaster risks. These directly contribute by providing updated and accurate risk information for policy, planning, and mitigation efforts.

Given the full and open competition, what factors led to STARR II, a joint venture, being selected for this significant task order?

Selection likely resulted from STARR II offering the best value, which could encompass technical expertise, past performance, innovative approaches, and a competitive fee structure, even within the CPFF model. As a joint venture, they may have presented a unique combination of capabilities or specialized knowledge crucial for the complex engineering requirements of FEMA's Risk Map program.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: ARCHITECT/ENGINEER SERVICESARCH-ENG SVCS - GENERAL

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: ARCHITECT-ENGINEER FAR 6.102

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 3901 CALVERTON BLVD STE 400, CALVERTON, MD, 20705

Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $9,762,314

Exercised Options: $9,762,314

Current Obligation: $9,762,314

Actual Outlays: $4,665,442

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: 70FA6021D00000005

IDV Type: IDC

Timeline

Start Date: 2022-08-05

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-04-14

More Contracts from Starr II, a Joint Venture

View all Starr II, a Joint Venture federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending