FEMA awards $19.8M contract for disaster recovery services in Puerto Rico and USVI
Contract Overview
Contract Amount: $19,853,167 ($19.9M)
Contractor: CH2M Hill - CDM Pa-Tac Recovery Services
Awarding Agency: Department of Homeland Security
Start Date: 2024-01-01
End Date: 2026-03-31
Contract Duration: 820 days
Daily Burn Rate: $24.2K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: PATAC IV: USVI-PR CCPRS (DR-4339/4473-PR & DR-4335/4340-USVI)
Place of Performance
Location: ADJUNTAS, ADJUNTAS County, PUERTO RICO, 00601
Plain-Language Summary
Department of Homeland Security obligated $19.9 million to CH2M HILL - CDM PA-TAC RECOVERY SERVICES for work described as: PATAC IV: USVI-PR CCPRS (DR-4339/4473-PR & DR-4335/4340-USVI) Key points: 1. Contract focuses on essential administrative and management consulting for disaster recovery. 2. Full and open competition suggests a competitive bidding process. 3. Time and Materials pricing model introduces potential cost variability. 4. Contract duration extends over two years, indicating a significant recovery effort. 5. Services are critical for post-disaster resilience and rebuilding. 6. No small business set-aside noted, potentially limiting direct small business participation.
Value Assessment
Rating: fair
The contract value of $19.8 million for disaster recovery services appears reasonable given the scope and duration. However, the Time and Materials (T&M) pricing structure warrants close monitoring for cost efficiency. Without specific benchmarks for similar T&M disaster recovery contracts, a definitive value-for-money assessment is challenging. The contractor, CH2M HILL - CDM PA-TAC RECOVERY SERVICES, has experience in this domain, which can be a positive indicator, but the T&M nature means actual costs could fluctuate significantly from the initial award amount.
Cost Per Unit: N/A
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 bids. The number of bidders is not specified, but this approach generally fosters price discovery and encourages competitive pricing. The agency sought a broad range of potential contractors, which should theoretically lead to a more favorable outcome for the government in terms of cost and quality.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the pool of potential offerors, driving down prices through rivalry and ensuring the government receives competitive bids.
Public Impact
Residents and businesses in Puerto Rico and the U.S. Virgin Islands will benefit from improved disaster recovery coordination and management. Services will support the ongoing recovery efforts following hurricanes. The contract's geographic focus is on the U.S. territories of Puerto Rico and the U.S. Virgin Islands. The contract aims to bolster the administrative capacity for managing federal disaster relief funds and projects.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials pricing can lead to cost overruns if not managed diligently.
- The broad scope of disaster recovery may present unforeseen challenges impacting project timelines and costs.
- Dependence on a single contractor for critical recovery services could pose a risk if performance falters.
Positive Signals
- Awarded under full and open competition, suggesting a robust selection process.
- Contractor has prior experience in disaster recovery services.
- Contract duration allows for sustained support during a prolonged recovery period.
Sector Analysis
This contract falls within the Administrative Management and General Management Consulting Services sector, specifically applied to disaster recovery. This is a critical niche within the broader professional services market, often seeing increased demand following natural disasters. The market size for such services can fluctuate significantly based on the frequency and severity of events. FEMA's reliance on such contracts highlights the importance of specialized expertise in managing complex, large-scale recovery operations.
Small Business Impact
The contract was not awarded as a small business set-aside, and there is no indication of specific subcontracting goals for small businesses within the provided data. This suggests that the primary award went to a larger entity, and opportunities for small businesses may be limited to potential subcontracting roles, the extent of which is not detailed. Further investigation into subcontracting plans would be necessary to assess the impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract will likely be managed by the Federal Emergency Management Agency (FEMA) contracting officers and program managers. The Time and Materials (T&M) nature of the contract necessitates rigorous monitoring of labor hours and material costs to ensure compliance and prevent overcharging. Transparency will depend on FEMA's reporting practices and the availability of performance data. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- FEMA Disaster Relief Fund
- Public Assistance Program
- Hazard Mitigation Grant Program
- Community Disaster Loan Program
Risk Flags
- Time and Materials pricing model
- Potential for cost overruns
- Complexity of disaster recovery operations
- Geographic challenges in remote territories
Tags
fema, disaster-recovery, puerto-rico, us-virgin-islands, administrative-support, management-consulting, full-and-open-competition, time-and-materials, professional-services, emergency-management
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $19.9 million to CH2M HILL - CDM PA-TAC RECOVERY SERVICES. PATAC IV: USVI-PR CCPRS (DR-4339/4473-PR & DR-4335/4340-USVI)
Who is the contractor on this award?
The obligated recipient is CH2M HILL - CDM PA-TAC RECOVERY SERVICES.
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 $19.9 million.
What is the period of performance?
Start: 2024-01-01. End: 2026-03-31.
What is the track record of CH2M HILL - CDM PA-TAC RECOVERY SERVICES in managing large-scale disaster recovery contracts for FEMA?
CH2M HILL, and its subsequent integrations/acquisitions including CDM Smith's involvement in PA-TAC, has a significant history with FEMA, particularly in large-scale disaster recovery operations. They have been involved in numerous post-hurricane recovery efforts, including those in Puerto Rico and the U.S. Virgin Islands following Hurricanes Irma and Maria. Their experience encompasses providing technical, management, and administrative support for FEMA's Public Assistance program, which aligns with the services described in this PATAC IV contract. While specific performance metrics for past contracts are not detailed here, their continued selection for such critical roles suggests a level of competence and reliability recognized by the agency. However, like many large contractors, they have also faced scrutiny and challenges in past engagements, underscoring the need for ongoing oversight.
How does the Time and Materials (T&M) pricing structure compare to other disaster recovery contracts awarded by FEMA?
FEMA utilizes various contract types, including Firm-Fixed-Price (FFP), Cost-Plus-Fixed-Fee (CPFF), and Time and Materials (T&M). T&M contracts are often used when the scope of work is not clearly defined or when the level of effort is uncertain, which can be common in disaster recovery scenarios where the full extent of damage and required work may evolve. While T&M offers flexibility, it carries a higher risk of cost overruns for the government compared to FFP contracts. Benchmarking T&M contracts is complex as the 'value' is highly dependent on the actual hours and materials expended. However, for well-defined tasks within disaster recovery, FEMA often prefers FFP to ensure cost certainty. The use of T&M here suggests a need for adaptability but necessitates stringent oversight to control costs.
What are the primary risks associated with this specific contract, beyond general disaster recovery challenges?
Beyond the inherent complexities of disaster recovery, the primary risks for this PATAC IV contract center on the Time and Materials (T&M) pricing structure. This model, while flexible, can lead to cost escalation if not meticulously managed and monitored by FEMA. Unforeseen scope creep, inefficient labor utilization, or inflated material costs can significantly increase the total expenditure beyond initial projections. Another risk is the potential for contractor performance issues, such as delays or quality deficiencies, which could impede the recovery process in the affected territories. Given the critical nature of disaster response, any performance lapse could have substantial negative consequences for the affected populations and infrastructure.
What historical spending patterns exist for similar disaster recovery support contracts in Puerto Rico and the U.S. Virgin Islands?
Following major disasters like Hurricanes Irma and Maria, federal spending on recovery support contracts in Puerto Rico and the U.S. Virgin Islands has been substantial. FEMA, through various contract vehicles such as PA-TAC (Public Assistance Technical Assistance Contracts), has awarded billions of dollars cumulatively for debris removal, infrastructure repair, management consulting, and other essential recovery services. These contracts often span multiple years due to the long-term nature of rebuilding. Historical data indicates a significant reliance on large, experienced contractors to manage these complex operations. Spending patterns show a concentration of awards in the years immediately following the disaster, tapering off as recovery progresses, though long-term resilience and mitigation efforts can sustain spending.
How does the $19.8 million award compare to the total federal spending on disaster recovery in the region since the relevant disasters?
The $19.8 million award for PATAC IV is a component of the broader federal disaster recovery effort in Puerto Rico and the U.S. Virgin Islands following DR-4339/4473-PR and DR-4335/4473-USVI. Total federal spending for these disaster declarations, encompassing FEMA's Public Assistance, Individual Assistance, and other programs, has amounted to billions of dollars. For instance, FEMA's Public Assistance obligations alone for these events have reached tens of billions. Therefore, this specific $19.8 million contract represents a relatively small, albeit important, portion dedicated to specific administrative and management consulting services under the PA-TAC umbrella. It is one of many contracts supporting the vast recovery operation.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 70FB8024R00000003
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Jacobs Engineering Group Inc.
Address: 2411 DULLES CORNER PARK STE 500, HERNDON, VA, 20171
Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $19,868,105
Exercised Options: $19,853,169
Current Obligation: $19,853,167
Actual Outlays: $16,553,762
Subaward Activity
Number of Subawards: 55
Total Subaward Amount: $9,957,871
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70FB8018D00000003
IDV Type: IDC
Timeline
Start Date: 2024-01-01
Current End Date: 2026-03-31
Potential End Date: 2026-03-31 00:00:00
Last Modified: 2026-02-11
More Contracts from CH2M Hill - CDM Pa-Tac Recovery Services
- This Requirement IS to Provide Professional and Technical Services Supporting the Hermit Peak Calf Canyon Fire Claims Office — $98.7M (Department of Homeland Security)
- CH2M Hill-Cdm Pa-Tac Recovery Svcs (pa-Tac IV Technical Support for Dr-4336-Pr / Dr-4339-Pr. Hybrid - Time&materials and Cost Reimbursement) — $63.2M (Department of Homeland Security)
- Fema Requires UP to 83 Technical Specialists to Provide Construction and Project Management Technical Support Services Inclusive of Performing Damage Assessments, Formulating Sows and Cost Estimates to Restore Facilities for Hazard Mitigation Proposals in Accordance With the U.S. Department of Homeland Security Federal Emergency Management Agency Fema PA Grant Programs, Fema DR 4339 PR. This Award IS Team 2 of Four Multiple Awards to Four Teams Each Comprised of 83 Technical Specialist — $62.9M (Department of Homeland Security)
- Pa-Tac IV Technical Support of Zone 3 for Dr-4420-Ne, Cook Inlet Earthquake. Declared Disaster on 1/31/2019 — $34.1M (Department of Homeland Security)
- CH2M Hill-Cdm Pa-Tac Recovery Svcs (pa-Tac IV Technical Support for Dr-4340-Vi. Hybrid - Time&materials and Cost Reimbursement) — $33.7M (Department of Homeland Security)
View all CH2M Hill - CDM Pa-Tac Recovery Services 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)