FEMA awards $9M task order for risk map engineering services to STARR II JV
Contract Overview
Contract Amount: $9,013,551 ($9.0M)
Contractor: Starr II, a Joint Venture
Awarding Agency: Department of Homeland Security
Start Date: 2024-08-16
End Date: 2027-08-15
Contract Duration: 1,094 days
Daily Burn Rate: $8.2K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: REGION 10 FY24 RISK MAP TASK ORDER
Place of Performance
Location: BELTSVILLE, PRINCE GEORGES County, MARYLAND, 20705
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $9.0 million to STARR II, A JOINT VENTURE for work described as: REGION 10 FY24 RISK MAP TASK ORDER Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. Task order is for engineering services related to risk mapping, a critical function for disaster preparedness. 3. The contract duration of nearly three years indicates a significant, ongoing need for these services. 4. The cost-plus-fixed-fee contract type allows for flexibility but requires careful oversight of costs. 5. The awardee is a joint venture, potentially indicating a specialized or consolidated approach to service delivery. 6. The contract is a delivery order under a larger contract vehicle, suggesting it's part of a broader framework.
Value Assessment
Rating: good
The task order value of $9.01 million for engineering services over approximately three years appears reasonable given the scope of risk mapping and analysis. Benchmarking against similar FEMA contracts for engineering support in disaster preparedness and mitigation would provide a more precise value-for-money assessment. The cost-plus-fixed-fee structure necessitates monitoring to ensure costs remain aligned with the fixed fee and the overall value delivered.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under a full and open competition, indicating that all responsible sources were permitted to submit offers. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust competitive environment. This approach is generally expected to yield competitive pricing and a wider selection of qualified contractors.
Taxpayer Impact: A full and open competition is favorable for taxpayers as it maximizes the potential for receiving the best value through competitive pricing and access to a broad range of expertise.
Public Impact
The primary beneficiaries are the Department of Homeland Security (FEMA) and potentially state and local governments that rely on accurate risk mapping for disaster preparedness and response. Services delivered include engineering expertise crucial for developing and updating risk maps, which inform mitigation strategies and emergency planning. The geographic impact is likely nationwide, as FEMA's mission covers all regions of the United States, with a specific focus on areas prone to natural disasters. Workforce implications may involve specialized engineers and technical staff within the contractor organization, contributing to the skilled labor market in engineering services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost-plus-fixed-fee contracts can lead to cost overruns if not managed diligently.
- The specific expertise required for risk mapping may be niche, potentially limiting the pool of highly qualified bidders in future competitions.
- Reliance on a joint venture could introduce complexities in management and accountability if not clearly defined.
Positive Signals
- Awarded through full and open competition, indicating a commitment to maximizing value and choice.
- The task order addresses a critical government function (risk mapping) essential for public safety and disaster management.
- The multi-year duration suggests a stable, long-term need being met by this contract.
Sector Analysis
The engineering services sector is a significant component of government contracting, supporting a wide array of federal agencies. This contract falls within the broader engineering and architectural services industry, which is vital for infrastructure, defense, and public safety initiatives. FEMA's spending in this area is often tied to its mandate for disaster preparedness, response, and mitigation, making risk assessment and mapping a core requirement. Comparable spending benchmarks would involve analyzing other FEMA contracts for similar engineering support or contracts awarded by agencies like the Army Corps of Engineers for hazard analysis.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a delivery order under a larger contract vehicle, the opportunities for small business subcontracting would depend on the terms of the parent contract and the specific requirements outlined in this task order. Without further information on subcontracting plans or goals, the direct impact on the small business ecosystem is unclear, though larger prime contractors are often encouraged or required to engage small businesses.
Oversight & Accountability
Oversight for this task order will primarily fall under the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. The cost-plus-fixed-fee nature of the contract necessitates robust financial oversight to ensure costs are reasonable and allocable, and that the fixed fee is earned appropriately. Transparency is facilitated through contract award databases like FPDS. The Department of Homeland Security's Office of Inspector General (OIG) would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- FEMA Disaster Preparedness Grants
- National Flood Insurance Program
- Hazard Mitigation Assistance Grants
- National Risk Assessment Programs
- Engineering and Technical Services Contracts
Risk Flags
- Cost-plus-fixed-fee contract type requires diligent cost oversight.
- Potential for scope creep in engineering services contracts.
- Dependence on joint venture performance requires monitoring of all partners.
Tags
engineering-services, risk-assessment, fema, department-of-homeland-security, delivery-order, full-and-open-competition, cost-plus-fixed-fee, joint-venture, disaster-preparedness, maryland
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $9.0 million to STARR II, A JOINT VENTURE. REGION 10 FY24 RISK MAP TASK ORDER
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 $9.0 million.
What is the period of performance?
Start: 2024-08-16. End: 2027-08-15.
What is the track record of STARR II, A JOINT VENTURE, in performing similar risk mapping and engineering services for federal agencies?
Information regarding the specific track record of 'STARR II, A JOINT VENTURE' for risk mapping and engineering services is not directly available in the provided data snippet. As a joint venture, its performance history would likely be a composite of its member companies' experiences or its own established project history. To assess their track record, one would typically review past performance evaluations, contract awards, and project portfolios related to similar engineering services, particularly within disaster management or geospatial analysis. Federal procurement databases and contractor performance systems (like CPARS) would be the primary sources for this information. A joint venture's success often hinges on the combined strengths and prior successes of its constituent entities.
How does the $9.01 million value compare to other FEMA contracts for similar risk mapping engineering services?
Benchmarking the $9.01 million value requires comparing it to similar task orders or contracts awarded by FEMA or other agencies for risk mapping and related engineering services. Factors such as contract duration (1094 days), scope of work (engineering services for risk map), and contract type (Cost Plus Fixed Fee) are crucial for a fair comparison. Without access to a comprehensive database of historical FEMA contracts for risk mapping, a precise comparison is difficult. However, for a multi-year, specialized engineering effort supporting a critical agency function like FEMA's, a value in the single-digit millions is not uncommon. A detailed analysis would involve identifying comparable contracts, adjusting for inflation and scope differences, and examining the number of bidders and final award prices.
What are the primary risks associated with a Cost Plus Fixed Fee (CPFF) contract for engineering services, and how are they mitigated?
The primary risk with a Cost Plus Fixed Fee (CPFF) contract is that the contractor may have less incentive to control costs compared to fixed-price contracts, as costs are reimbursed. The 'fixed fee' component provides some incentive for efficiency, but the government bears the risk of cost overruns beyond the estimated cost. Mitigation strategies include robust government oversight of all incurred costs, detailed review of invoices, regular progress meetings to monitor performance and spending, and clear definition of the scope of work to prevent scope creep. FEMA's contracting officers and technical monitors play a crucial role in ensuring that costs are reasonable, allocable, and necessary for the work performed, and that the fixed fee is commensurate with the effort and risk involved.
What is the expected effectiveness of the risk mapping services provided under this contract for FEMA's mission?
The effectiveness of the risk mapping services under this contract is expected to be high, given that risk mapping is a foundational element of FEMA's mission in disaster preparedness, response, and mitigation. Accurate and up-to-date risk maps are essential for identifying vulnerable areas, prioritizing mitigation efforts, informing land-use planning, and guiding resource allocation during emergencies. The engineering services provided by STARR II, A JOINT VENTURE, are intended to enhance the quality and utility of these maps. The multi-year duration suggests a commitment to maintaining and improving these critical data products, thereby directly contributing to FEMA's ability to protect lives and property.
How does this $9.01M task order fit into FEMA's overall historical spending on engineering and risk assessment services?
This $9.01 million task order represents a specific investment within FEMA's broader portfolio of spending on engineering, technical services, and risk assessment. FEMA's total annual spending on such services can fluctuate significantly based on the level of disaster activity, the need for new infrastructure projects, and updates to national risk assessments. While $9.01 million is a substantial amount for a single task order, it is likely a fraction of FEMA's overall budget allocated to risk management and engineering support over a fiscal year. To contextualize this spending, one would need to examine FEMA's historical budget allocations and contract award data for similar services over several years to identify trends and the relative significance of this particular award.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-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: $9,013,551
Exercised Options: $9,013,551
Current Obligation: $9,013,551
Actual Outlays: $4,562,662
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: 2024-08-16
Current End Date: 2027-08-15
Potential End Date: 2027-08-15 00:00:00
Last Modified: 2026-04-14
More Contracts from Starr II, a Joint Venture
- THE Purpose of Task Order IS to Exercise the Option Period 4 and Incrementally Fund Task Order — $44.4M (Department of Homeland Security)
- Production and Technical Service (PTS) for Standard Operations Period of Performance for This Contract IS 03/16/2017 to 03/15/2018 and IS Being Incrementally Funded — $37.8M (Department of Homeland Security)
- THE Purpose of This Task Order IS to Obtain a Contractor to Provide Production and Technical Services (PTS) Standard Operations 5 Support for Risk MAP, Hmtap, and Tarc for Regions 2, 5, 7, 9, and 10 — $33.6M (Department of Homeland Security)
- Fema Zone 3 Standard Operations 3 (SO 3) Architect and Engineering Services — $32.7M (Department of Homeland Security)
- Task Order — $27.9M (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)