DHS FEMA Awards $4.2M Task Order for Riskmap Production and Technical Services to STARR II
Contract Overview
Contract Amount: $4,212,779 ($4.2M)
Contractor: Starr II, a Joint Venture
Awarding Agency: Department of Homeland Security
Start Date: 2019-09-13
End Date: 2022-09-22
Contract Duration: 1,105 days
Daily Burn Rate: $3.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: COST PLUS AWARD FEE
Sector: Other
Official Description: REGION III FY19 RISKMAP PRODUCTION&TECHNICAL SERVICES (PTS) TASK ORDER; CPFF
Place of Performance
Location: MOUNT WEATHER, CLARKE County, VIRGINIA, 20135
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $4.2 million to STARR II, A JOINT VENTURE for work described as: REGION III FY19 RISKMAP PRODUCTION&TECHNICAL SERVICES (PTS) TASK ORDER; CPFF Key points: 1. The contract is for Riskmap Production & Technical Services (PTS) with a Cost Plus Award Fee (CPAFF) structure. 2. Awarded to STARR II, a Joint Venture, under a full and open competition. 3. The contract duration is 1105 days, spanning from September 2019 to September 2022. 4. The total award amount is $4,212,778.80. 5. The NAICS code 541330 indicates Engineering Services.
Value Assessment
Rating: good
The Cost Plus Award Fee (CPAFF) structure allows for performance-based incentives, potentially driving value. The benchmark for similar engineering services contracts varies, but this award appears within a reasonable range given the scope and duration.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, suggesting a robust price discovery process. This method typically leads to more competitive pricing as multiple vendors have the opportunity to bid.
Taxpayer Impact: The competitive nature of the award is expected to ensure taxpayer funds are used efficiently for essential risk management services.
Public Impact
Enhances FEMA's ability to produce and manage risk maps, crucial for disaster preparedness and response. Supports critical infrastructure planning and mitigation efforts across Region III. The technical services provided likely contribute to improved understanding and communication of natural and man-made hazards.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- CPAFF contracts can sometimes lead to higher costs if award fees are consistently maximized without clear justification.
- The specific performance metrics for the award fee are not detailed, making it difficult to assess the true value achieved.
Positive Signals
- Full and open competition generally promotes competitive pricing.
- The contract supports a vital government function (risk management).
- Award fee structure incentivizes contractor performance.
Sector Analysis
This contract falls under Engineering Services, a sector critical for government infrastructure and safety initiatives. Spending in this sector is often driven by regulatory requirements and the need for specialized technical expertise.
Small Business Impact
The contract was awarded to a joint venture and does not explicitly indicate subcontracting opportunities for small businesses in the provided data. Further review would be needed to determine if small business participation was a requirement or achieved.
Oversight & Accountability
The award was made by the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security, indicating established oversight mechanisms. The task order structure suggests it's part of a larger contract vehicle.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Potential for cost overruns if award fees are not tightly managed.
- Lack of detailed performance metrics makes objective assessment of value difficult.
- Joint venture structure may obscure specific company contributions.
- Limited information on small business participation.
Tags
engineering-services, department-of-homeland-security, va, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $4.2 million to STARR II, A JOINT VENTURE. REGION III FY19 RISKMAP PRODUCTION&TECHNICAL SERVICES (PTS) TASK ORDER; CPFF
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 $4.2 million.
What is the period of performance?
Start: 2019-09-13. End: 2022-09-22.
What specific risk management products and technical services were delivered under this task order?
The task order focused on Riskmap Production & Technical Services (PTS). This likely encompassed the development, updating, and maintenance of risk assessment maps and related technical documentation for Region III. Services may have included data analysis, modeling, geospatial information system (GIS) support, and reporting to aid FEMA in disaster preparedness, mitigation, and response planning.
How did the award fee structure influence the quality and timeliness of the delivered services?
The Cost Plus Award Fee (CPAFF) structure incentivizes the contractor to meet or exceed performance expectations. While specific metrics aren't provided, the award fee likely motivated STARR II to deliver high-quality risk maps and technical support efficiently. The effectiveness of this incentive depends on the clarity and rigor of the performance standards set by FEMA.
What is the long-term impact of these risk maps on federal disaster response and mitigation strategies?
Accurate and up-to-date risk maps are fundamental for effective federal disaster response and mitigation. They inform resource allocation, evacuation planning, infrastructure investment decisions, and community resilience programs. This task order's output directly supports FEMA's mission to reduce risk and protect lives and property from natural and man-made disasters.
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: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: COST PLUS AWARD FEE (R)
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: $4,247,979
Exercised Options: $4,247,979
Current Obligation: $4,212,779
Actual Outlays: $3,454
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: HSFE6015D0005
IDV Type: IDC
Timeline
Start Date: 2019-09-13
Current End Date: 2022-09-22
Potential End Date: 2022-09-22 00:00:00
Last Modified: 2026-03-17
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)