FEMA awards $6.55M task order for regional resilience planning in Pennsylvania
Contract Overview
Contract Amount: $6,550,296 ($6.6M)
Contractor: Advancing Resilience in Communities
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-16
End Date: 2027-09-15
Contract Duration: 1,094 days
Daily Burn Rate: $6.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: ZONE 1 REGION 1 2024 RISK MAP REGIONAL TASK ORDER
Place of Performance
Location: CORAOPOLIS, ALLEGHENY County, PENNSYLVANIA, 15108
Plain-Language Summary
Department of Homeland Security obligated $6.6 million to ADVANCING RESILIENCE IN COMMUNITIES for work described as: ZONE 1 REGION 1 2024 RISK MAP REGIONAL TASK ORDER Key points: 1. Contract focuses on enhancing community resilience against potential threats. 2. Task order issued under a broader indefinite-delivery/indefinite-quantity (IDIQ) contract. 3. Competition level indicates potential for competitive pricing and diverse solutions. 4. Performance period spans nearly three years, suggesting a sustained need for services. 5. Engineering services are critical for developing actionable resilience strategies. 6. Geographic focus on Pennsylvania highlights regional disaster preparedness efforts.
Value Assessment
Rating: good
The contract value of $6.55 million for a three-year task order appears reasonable for specialized engineering and planning services aimed at regional resilience. Benchmarking against similar task orders for disaster preparedness and resilience planning within FEMA or other agencies would provide a more precise value-for-money assessment. However, given the scope of developing regional strategies, the cost seems aligned with the complexity and duration of the work.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under full and open competition, suggesting that multiple qualified vendors had the opportunity to bid. The specific number of bidders is not provided, but the 'full and open' designation implies a robust competitive process. This approach generally leads to better price discovery and encourages a wider range of innovative solutions from the market.
Taxpayer Impact: Taxpayers benefit from a competitive process that is likely to yield cost efficiencies and higher quality services by selecting the most capable and cost-effective provider.
Public Impact
Communities in Pennsylvania will benefit from enhanced preparedness and resilience strategies. Services delivered include planning, analysis, and potentially the development of mitigation measures. Geographic impact is concentrated within Pennsylvania, addressing specific regional vulnerabilities. Workforce implications may include employment for engineers, planners, and subject matter experts in resilience.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in the provided data makes it difficult to assess effectiveness.
- The 'COST PLUS FIXED FEE' contract type can sometimes lead to cost overruns if not closely managed.
Positive Signals
- Awarded under full and open competition, indicating a competitive marketplace.
- Long performance period suggests a sustained commitment to resilience building.
- Focus on regional task orders allows for tailored solutions to specific geographic needs.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), a critical component of federal procurement supporting infrastructure, defense, and public safety initiatives. The market for resilience and disaster preparedness services is growing, driven by increasing climate change impacts and federal mandates. This task order represents a specific application of engineering expertise to address regional vulnerabilities, fitting within broader federal efforts to enhance national security and community well-being.
Small Business Impact
The provided data does not indicate any specific small business set-aside or subcontracting goals for this task order. As it was awarded under full and open competition, the primary focus was likely on selecting the best overall value, rather than specifically targeting small businesses. Further review of the IDIQ contract and the task order's specific terms would be needed to determine any subcontracting opportunities for small businesses.
Oversight & Accountability
Oversight for this task order would typically be managed by the Federal Emergency Management Agency (FEMA) contracting officers and program managers. The 'COST PLUS FIXED FEE' contract type necessitates close monitoring of costs and performance to ensure value for money. Transparency is generally maintained through contract award databases and reporting requirements, though specific oversight mechanisms for this particular task order are not detailed in the provided data.
Related Government Programs
- FEMA Hazard Mitigation Grant Program
- National Preparedness System
- Department of Homeland Security Resilience Initiatives
- State and Local Government Emergency Management
Risk Flags
- Cost Plus Fixed Fee contract type requires careful oversight to manage potential cost escalations.
- Scope definition and stakeholder coordination are critical for successful regional planning.
- Effectiveness measurement requires clear performance metrics beyond initial planning.
Tags
engineering-services, homeland-security, fema, pennsylvania, delivery-order, full-and-open-competition, resilience-planning, disaster-preparedness, regional-task-order, cost-plus-fixed-fee
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $6.6 million to ADVANCING RESILIENCE IN COMMUNITIES. ZONE 1 REGION 1 2024 RISK MAP REGIONAL TASK ORDER
Who is the contractor on this award?
The obligated recipient is ADVANCING RESILIENCE IN COMMUNITIES.
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 $6.6 million.
What is the period of performance?
Start: 2024-09-16. End: 2027-09-15.
What is the specific scope of work for this task order, and what are the key deliverables expected by FEMA?
The task order, titled 'ADVANCING RESILIENCE IN COMMUNITIES,' is for engineering services related to regional resilience planning. While the exact deliverables are not detailed in the provided summary, typical outputs for such contracts include comprehensive risk assessments, vulnerability analyses, development of resilience strategies, identification of mitigation actions, and potentially the creation of implementation roadmaps. The focus is on enhancing the capacity of communities within Pennsylvania to prepare for, respond to, and recover from various hazards, including natural disasters and other threats. The engineering services likely involve technical analysis of infrastructure, environmental factors, and community systems to inform these planning efforts.
How does the $6.55 million cost compare to similar resilience planning contracts awarded by FEMA or other federal agencies?
Benchmarking this $6.55 million task order requires comparing it to similar contracts for regional resilience planning, hazard mitigation, or disaster preparedness services. Contracts of this nature can vary significantly based on geographic scope, complexity of threats addressed, duration, and the specific services required (e.g., pure planning vs. engineering design). Without access to a database of comparable FEMA or DHS contracts, a precise comparison is difficult. However, for a nearly three-year effort involving specialized engineering and planning for an entire region, this amount appears to be within a reasonable range, reflecting the specialized expertise and sustained effort involved. It's crucial to consider the number of bidders and the final negotiated price within the competitive process to fully assess value.
What are the primary risks associated with this contract, and what mitigation strategies are likely in place?
Key risks for this contract include potential scope creep, challenges in coordinating with diverse local stakeholders across Pennsylvania, and ensuring the practical implementability of the resilience strategies developed. The 'COST PLUS FIXED FEE' (CPFF) contract type also presents a risk of cost overruns if not meticulously managed, although the fixed fee component provides some cost control. Mitigation strategies likely involve robust project management by FEMA, clear definition and monitoring of deliverables, regular progress reviews with the contractor, and strong communication channels with state and local partners. The full and open competition award suggests that the contractor selected is expected to have the expertise to manage these risks effectively.
What is the track record of the contractor, 'ADVANCING RESILIENCE IN COMMUNITIES,' with FEMA or similar federal agencies?
Information regarding the specific track record of the contractor 'ADVANCING RESILIENCE IN COMMUNITIES' is not provided in the data summary. To assess their suitability and past performance, one would need to consult federal procurement databases (like SAM.gov or FPDS) for details on previous contracts awarded to this entity, their performance ratings, and any history of successful or problematic engagements with FEMA or other agencies. A strong track record in delivering similar resilience planning or engineering services would be a positive indicator for the successful execution of this task order.
How does this spending align with FEMA's broader objectives for disaster preparedness and resilience in the region?
This $6.55 million task order directly aligns with FEMA's strategic objectives to enhance national preparedness and build resilience against disasters. By focusing on regional resilience planning in Pennsylvania, FEMA is investing in proactive measures to reduce the impact of future events. This type of investment supports FEMA's mission to help people before, during, and after disasters. The emphasis on regional approaches acknowledges that vulnerabilities and solutions often transcend local jurisdictional boundaries, requiring coordinated planning and action, which is a key tenet of modern disaster management.
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: 100 AIRSIDE DR, MOON TOWNSHIP, PA, 15108
Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,550,296
Exercised Options: $6,550,296
Current Obligation: $6,550,296
Actual Outlays: $445,805
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 70FA6021D00000003
IDV Type: IDC
Timeline
Start Date: 2024-09-16
Current End Date: 2027-09-15
Potential End Date: 2027-09-15 00:00:00
Last Modified: 2025-12-12
More Contracts from Advancing Resilience in Communities
- Fema Zone 1 Standard Operations 3 (SO 3) Architect and Engineering Services — $28.2M (Department of Homeland Security)
- Fema R2 FY22 PTS Task Order — $17.5M (Department of Homeland Security)
- PTS Zone 1 - Standard Operations Task Order — $12.1M (Department of Homeland Security)
- Zone 1 Region 1 2023 Risk MAP Task Order — $12.0M (Department of Homeland Security)
- Task Order for Architect and Engineering Services to Support Fema Region 5'S Risk Mapping, Assessment, and Planning Program — $12.0M (Department of Homeland Security)
View all Advancing Resilience in Communities federal contracts →
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)