FEMA Awards $146K Task Order for Building Design to COMPASS PTS JV Under Full and Open Competition
Contract Overview
Contract Amount: $146,192 ($146.2K)
Contractor: Compass PTS JV, the
Awarding Agency: Department of Homeland Security
Start Date: 2022-08-10
End Date: 2023-11-09
Contract Duration: 456 days
Daily Burn Rate: $321/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Engineering Services
Official Description: THE PURPOSE OF THIS TASK ORDER IS FOR RISK CATEGORY III AND IV BUILDING DESIGN WITH COMPASS PTS JOINT VENTURE (COMPASS) IN SUPPORT OF DR4630-KY.
Place of Performance
Location: ATLANTA, DEKALB County, GEORGIA, 30341
State: Georgia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $146,191.93 to COMPASS PTS JV, THE for work described as: THE PURPOSE OF THIS TASK ORDER IS FOR RISK CATEGORY III AND IV BUILDING DESIGN WITH COMPASS PTS JOINT VENTURE (COMPASS) IN SUPPORT OF DR4630-KY. Key points: 1. The task order focuses on Risk Categories III and IV building design, indicating a need for specialized engineering services. 2. Awarded to COMPASS PTS JV, the contract falls under the Engineering Services (NAICS 541330) sector. 3. The contract was awarded via full and open competition, suggesting a competitive bidding process. 4. The contract type is Cost Plus Fixed Fee (CPFF), which can lead to cost overruns if not managed carefully.
Value Assessment
Rating: fair
The contract value of $146,191.93 for building design services appears reasonable for a task order of this nature. However, without specific benchmarks for Risk Categories III and IV building design in Georgia, a precise comparison is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, which generally promotes competitive pricing. The use of a Cost Plus Fixed Fee (CPFF) contract type, while allowing for flexibility, can sometimes lead to less price certainty compared to fixed-price contracts.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently. The CPFF structure requires diligent oversight to control costs.
Public Impact
Ensures critical infrastructure in Kentucky (DR4630-KY) is designed to withstand significant risks. Supports FEMA's mission to prepare for, protect against, and respond to the nation's worst disasters. Provides specialized engineering expertise for complex building designs. The project's success contributes to community resilience and safety in disaster-prone areas.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee (CPFF) contract type can incentivize contractor to increase costs.
- Task order duration of 456 days is substantial for design services.
- Lack of specific performance metrics in provided data.
Positive Signals
- Awarded under full and open competition.
- Supports critical FEMA mission objectives.
- Task order addresses high-risk building categories.
Sector Analysis
The Engineering Services sector (NAICS 541330) encompasses a wide range of specialized design and consulting activities. Spending in this sector is often driven by infrastructure projects, defense needs, and disaster recovery efforts, aligning with FEMA's mission.
Small Business Impact
The data indicates this task order was awarded to COMPASS PTS Joint Venture. There is no specific information provided regarding the participation or subcontracting opportunities for small businesses within this particular task order.
Oversight & Accountability
The Cost Plus Fixed Fee (CPFF) contract type necessitates robust oversight from FEMA to ensure costs remain reasonable and the fixed fee is justified. Monitoring contractor performance and expenditures will be crucial for accountability.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Cost Plus Fixed Fee (CPFF) contract type.
- Task order duration.
- Complexity of Risk Categories III and IV design.
- Potential for scope creep without strict management.
- Dependence on contractor's expertise for risk mitigation.
Tags
engineering-services, department-of-homeland-security, ga, delivery-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $146,191.93 to COMPASS PTS JV, THE. THE PURPOSE OF THIS TASK ORDER IS FOR RISK CATEGORY III AND IV BUILDING DESIGN WITH COMPASS PTS JOINT VENTURE (COMPASS) IN SUPPORT OF DR4630-KY.
Who is the contractor on this award?
The obligated recipient is COMPASS PTS JV, THE.
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 $146,191.93.
What is the period of performance?
Start: 2022-08-10. End: 2023-11-09.
What specific design standards and risk mitigation strategies are being employed for Risk Categories III and IV buildings under this task order?
The task order specifies design for Risk Categories III and IV, implying adherence to stringent building codes and resilience standards relevant to seismic activity, high winds, or other significant natural or man-made hazards. Detailed design documents, engineering reports, and potentially environmental impact assessments would outline the specific strategies, materials, and construction techniques to be employed to meet these risk category requirements and ensure the structural integrity and safety of the facilities.
How will FEMA ensure cost control and prevent potential overruns with the Cost Plus Fixed Fee (CPFF) contract structure?
FEMA will implement rigorous oversight mechanisms, including regular audits of contractor expenditures, detailed review of cost proposals, and performance monitoring against established milestones. The agency will ensure the fixed fee is appropriate for the scope of work and that the contractor demonstrates efficient resource management. Clear communication channels and defined change order processes will also be critical to managing costs effectively throughout the project lifecycle.
What is the expected impact of these building designs on the long-term resilience and operational continuity of FEMA facilities in Kentucky?
The specialized designs for Risk Categories III and IV are intended to significantly enhance the resilience of critical FEMA facilities against potential disasters. By incorporating advanced engineering and construction techniques, these designs aim to ensure that facilities remain operational during and after catastrophic events, thereby supporting FEMA's disaster response and recovery efforts more effectively and safeguarding essential government functions and public services.
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
Solicitation ID: 70FBR422R0000012
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 3101 WILSON BLVD, SUITE 900, ARLINGTON, VA, 22201
Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $146,192
Exercised Options: $146,192
Current Obligation: $146,192
Actual Outlays: $16,260
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 70FA6021D00000004
IDV Type: IDC
Timeline
Start Date: 2022-08-10
Current End Date: 2023-11-09
Potential End Date: 2026-04-07 00:00:00
Last Modified: 2026-04-06
More Contracts from Compass PTS JV, the
- Fema Zone 2 Standard Operations 3 (SO 3) Architect and Engineering Services — $63.1M (Department of Homeland Security)
- THE Purpose of This Task of IS to Exercise Option Period 4 and Incrementally Fund Option Period 4 — $43.0M (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 1, 3, 4, 6, and 8 Under Compass' Existing Single-Award Idiq. Fema DET — $41.5M (Department of Homeland Security)
- Production and Technical Services PTS Standard Operations 3 — $40.2M (Department of Homeland Security)
- Architect-Engineer (A-E) Production and Technical Services (PTS) Support to Fema PTS Zone 2/Standard Operations 2 — $31.6M (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)