DHS awards $118.7M BPA for temporary facilities and services to Ranger Land Systems, Inc
Contract Overview
Contract Amount: $118,680,672 ($118.7M)
Contractor: Ranger Land Systems, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2022-10-03
End Date: 2023-02-03
Contract Duration: 123 days
Daily Burn Rate: $964.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ESTABLISH BPA FOR DHS WIDE USE FOR TEMPORARY FACILITIES AND SERVICES.
Place of Performance
Location: FORT MYERS, LEE County, FLORIDA, 33901
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $118.7 million to RANGER LAND SYSTEMS, INC. for work described as: ESTABLISH BPA FOR DHS WIDE USE FOR TEMPORARY FACILITIES AND SERVICES. Key points: 1. The contract is a Blanket Purchase Agreement (BPA) designed for widespread use across DHS. 2. It focuses on providing temporary facilities and related services, indicating a need for flexible and rapid deployment solutions. 3. The award was made under full and open competition, suggesting a robust vetting process for potential contractors. 4. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 5. The duration of the base period is 123 days, with potential for future calls against the BPA. 6. The small business set-aside status is false, meaning it was not specifically targeted for small businesses.
Value Assessment
Rating: good
The total obligated amount for this BPA is $118.7 million. Benchmarking this against similar large-scale facility support contracts is challenging without specific call orders. However, the firm fixed-price nature suggests an attempt to control costs. The value proposition hinges on the efficiency and effectiveness of the temporary facilities and services provided through subsequent call orders, which are not detailed here. The BPA structure allows for competitive pricing on individual calls, potentially leading to good value over its lifecycle.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This BPA was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The specific number of bidders is not provided, but the designation suggests a competitive process was undertaken to select Ranger Land Systems, Inc. This approach generally aims to ensure the government receives the best possible pricing and quality by leveraging market competition.
Taxpayer Impact: Full and open competition helps ensure taxpayer dollars are used efficiently by driving down prices through a competitive bidding process, leading to better value for money.
Public Impact
The Department of Homeland Security (DHS) is the primary beneficiary, gaining access to flexible temporary facility solutions. Services delivered will likely include the setup, maintenance, and potentially dismantling of temporary structures and associated support. The geographic impact is potentially nationwide, given the DHS-wide nature of the BPA, particularly useful during emergencies or for surge capacity needs. Workforce implications could include on-site personnel for facility management and support, potentially drawing from local labor markets where facilities are deployed.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific call order details makes it difficult to assess the true cost-effectiveness and performance of the services rendered.
- The broad scope of 'temporary facilities and services' could lead to scope creep if not managed carefully through individual call orders.
- Reliance on a single BPA for such a critical need across DHS might pose a risk if the primary contractor faces performance issues or capacity limitations.
Positive Signals
- The firm fixed-price contract type provides cost certainty for the government on awarded call orders.
- Full and open competition suggests a thorough evaluation process, likely resulting in a capable contractor selection.
- The BPA structure allows for flexibility and rapid deployment of necessary facilities and services as needs arise across DHS.
Sector Analysis
This contract falls within the Facilities Support Services sector, a broad category encompassing a range of services related to the operation and maintenance of physical spaces. The market for temporary facilities and services is often driven by demand from government agencies for disaster response, temporary operational needs, or surge capacity. Benchmarking spending in this specific niche can be difficult, but overall government spending on facilities management and support services is substantial, with BPAs being a common contracting vehicle for establishing pre-negotiated terms for recurring needs.
Small Business Impact
This contract was not awarded as a small business set-aside, nor does it indicate any specific subcontracting goals for small businesses in the provided data. This means that opportunities for small businesses would likely arise through subcontracting opportunities offered by the prime contractor, Ranger Land Systems, Inc., rather than through direct set-aside awards. The impact on the small business ecosystem is therefore indirect and dependent on the prime contractor's subcontracting strategy.
Oversight & Accountability
Oversight for this BPA would primarily reside within the Federal Emergency Management Agency (FEMA) and the broader Department of Homeland Security. Accountability measures are established through the terms and conditions of the BPA and any subsequent call orders, including performance standards and reporting requirements. Transparency is facilitated by the contract award itself being publicly available, though details of individual call orders and their specific performance metrics may be less accessible. Inspector General jurisdiction would apply to investigations of fraud, waste, or abuse related to this contract.
Related Government Programs
- DHS Facilities Management Contracts
- Emergency Response Support Services
- Temporary Structure Procurement
- Government Wide Acquisition Contracts (GWACs) for Facilities
Risk Flags
- Potential for contractor performance issues impacting critical DHS operations.
- Risk of cost overruns if call orders are not tightly managed.
- Limited visibility into specific services and costs without detailed call order data.
Tags
dhs, facilities-support-services, blanket-purchase-agreement, full-and-open-competition, firm-fixed-price, ranger-land-systems-inc, fema, emergency-response, temporary-facilities, florida
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $118.7 million to RANGER LAND SYSTEMS, INC.. ESTABLISH BPA FOR DHS WIDE USE FOR TEMPORARY FACILITIES AND SERVICES.
Who is the contractor on this award?
The obligated recipient is RANGER LAND SYSTEMS, INC..
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 $118.7 million.
What is the period of performance?
Start: 2022-10-03. End: 2023-02-03.
What is the track record of Ranger Land Systems, Inc. in performing similar large-scale temporary facility contracts for the federal government?
Information regarding Ranger Land Systems, Inc.'s specific track record with large-scale temporary facility contracts for the federal government is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on similar awards. Federal procurement databases and past performance questionnaires would be key resources for this analysis. Without this specific data, it is difficult to definitively assess their capability and reliability for this particular BPA, although the award itself implies they met initial qualification criteria.
How does the $118.7 million BPA ceiling compare to similar DHS or other federal agency awards for temporary facilities and services?
The $118.7 million ceiling for this BPA is a significant figure, suggesting a substantial anticipated need for temporary facilities and services across DHS. Comparing this directly to similar contracts requires access to a database of federal procurement awards, filtered by service type (temporary facilities, disaster response, etc.) and agency. However, BPAs of this magnitude are typically established to cover widespread or recurring needs, often in support of major programs or emergency response capabilities. The value indicates a strategic investment by DHS in flexible infrastructure solutions, likely intended to support a range of scenarios from disaster relief to temporary operational expansions.
What are the primary risks associated with a DHS-wide BPA for temporary facilities and services, and how are they mitigated?
Key risks include potential over-reliance on a single contractor, leading to reduced competition on future needs; scope creep if call orders are not precisely defined; and performance issues if the contractor cannot meet demand or quality standards. Mitigation strategies typically involve robust oversight of call orders, clear performance metrics, regular performance reviews, and potentially establishing multiple BPAs with different contractors for the same services to ensure redundancy and competitive tension. The firm fixed-price nature of the contract also shifts some cost risk to the contractor, which can be a mitigating factor for the government.
What specific types of temporary facilities and services are anticipated under this BPA, and what is their typical cost structure?
The provided data indicates 'temporary facilities and services' broadly, without specifying types. This could encompass a wide range, such as temporary office spaces, housing units, command centers, storage facilities, and associated services like power, sanitation, and logistics. The cost structure under a Firm Fixed Price BPA would be determined at the call order level, with prices negotiated based on the specific requirements, duration, location, and complexity of the facilities and services needed. Without details on specific call orders, a precise cost breakdown is not possible, but the BPA aims to establish pre-negotiated rates or a framework for competitive pricing on these individual orders.
How does the duration of the base period (123 days) relate to the overall potential value and utility of this BPA?
The 123-day base period for this BPA is relatively short and likely serves as an initial operational phase or a period for establishing the framework for subsequent call orders. The true utility and value of the BPA are realized through the call orders placed against it, which can extend over a longer period and represent the bulk of the $118.7 million ceiling. This short base period suggests flexibility, allowing DHS to test the BPA and contractor performance before committing to longer-term needs or to quickly establish support for an immediate, time-bound requirement. It also allows for adjustments or re-competition if necessary.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: PURCHASE OF STRUCTURES/FACILITIES › PURCHASE BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70FBR422R00000026
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2707 ARTIE ST SW BLDG 100 STE 17, HUNTSVILLE, AL, 35805
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $215,266,406
Exercised Options: $118,680,672
Current Obligation: $118,680,672
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NOT OBTAINED - WAIVED
Parent Contract
Parent Award PIID: 70RDAD21A00000013
IDV Type: BPA
Timeline
Start Date: 2022-10-03
Current End Date: 2023-02-03
Potential End Date: 2023-04-06 00:00:00
Last Modified: 2023-10-30
More Contracts from Ranger Land Systems, Inc.
- Processing Coordinators — $194.7M (Department of Homeland Security)
- Bridge-Ofo Processor Services — $5.3M (Department of Homeland Security)
- Modular Office Trailers/Parking LOT Construction in Support of Hermit's Peak — $2.7M (Department of Homeland Security)
- THE Purpose of This Purchase Order IS for Trailer Removal Services in Support of Hermit's Peak Calf Canyon — $99.9K (Department of Homeland Security)
- THE Purpose of This Purchase Order IS for Equipment Disassembly and Removal Services in Support of Hermit's Peak Calf Canyon — $89.0K (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)