FEMA awards $187K BPA Call for residential leasing services in California to Lima Charlie, Inc
Contract Overview
Contract Amount: $187,270 ($187.3K)
Contractor: Lima Charlie, Inc
Awarding Agency: Department of Homeland Security
Start Date: 2025-04-02
End Date: 2026-09-01
Contract Duration: 517 days
Daily Burn Rate: $362/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: LIMA CHARLIE INC. THE FOLLOWING BPA CALL ORDER ALIGNS WITH THE EXCLUSION PROVIDED WITHIN EXECUTIVE ORDER 14222, ALERT 25-07 2(D), AS IT RELATES TO ONE OF THE DESIGNATED CATEGORIES: IMMIGRATION ENFORCEMENT, LAW ENFORCEMENT, MILITARY, PUBLIC SAFETY, OR
Place of Performance
Location: RIVERBANK, STANISLAUS County, CALIFORNIA, 95367
Plain-Language Summary
Department of Homeland Security obligated $187,270 to LIMA CHARLIE, INC for work described as: LIMA CHARLIE INC. THE FOLLOWING BPA CALL ORDER ALIGNS WITH THE EXCLUSION PROVIDED WITHIN EXECUTIVE ORDER 14222, ALERT 25-07 2(D), AS IT RELATES TO ONE OF THE DESIGNATED CATEGORIES: IMMIGRATION ENFORCEMENT, LAW ENFORCEMENT, MILITARY, PUBLIC SAFETY, OR Key points: 1. Contract awarded under Simplified Acquisition Procedures (SAP), suggesting a focus on smaller value procurements. 2. The contract duration of approximately 1.5 years indicates a short-to-medium term need for services. 3. Awarded to Lima Charlie, Inc., a firm with a contract value of $187,270. 4. The North American Industry Classification System (NAICS) code 531110 points to lessors of residential buildings and dwellings. 5. The contract aligns with Executive Order 14222, related to immigration enforcement, law enforcement, military, public safety, or similar categories. 6. The contract is a Firm Fixed Price (FFP) type, providing cost certainty for the government.
Value Assessment
Rating: fair
The contract value of $187,270 for approximately 1.5 years of residential leasing services appears to be within a reasonable range for such a requirement, especially considering potential market fluctuations in California. Benchmarking against similar FEMA or DHS contracts for temporary housing or leasing would provide a more precise value-for-money assessment. The firm fixed-price structure helps manage cost predictability.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a less extensive competition process than full and open competition. While the data indicates 5 bids were received, the specific nature of SAP may limit the pool of potential offerors. The level of competition is moderate, suggesting that while multiple parties were considered, it may not represent the broadest possible market engagement.
Taxpayer Impact: Moderate competition under SAP can lead to competitive pricing, but taxpayers may not always benefit from the absolute lowest price achievable through a wider, more robust bidding process.
Public Impact
The primary beneficiaries are likely individuals or families requiring temporary residential accommodations, potentially in support of disaster relief or other emergency situations managed by FEMA. Services delivered include the leasing of residential properties, providing essential housing solutions. The geographic impact is specified as California, indicating a regional focus for the service delivery. Workforce implications are minimal, as the contract is for leasing services rather than direct employment generation by the contractor.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to SAP procedures, which might not engage the widest possible market.
- Reliance on a single BPA Call Order may indicate a narrow scope or specific need, requiring further investigation into broader contract vehicles.
- The specific alignment with Executive Order 14222 categories warrants a review to ensure appropriate justification and adherence to policy.
Positive Signals
- Awarded under a BPA Call Order, suggesting an existing framework agreement is in place, potentially streamlining future needs.
- Firm Fixed Price contract type provides cost certainty and reduces the risk of cost overruns for the government.
- The contract was competed, indicating some level of market engagement and selection process.
Sector Analysis
The residential leasing sector is a critical component of real estate services, often utilized by government agencies for temporary housing, relocation assistance, or emergency response. This contract fits within the broader real estate services market, where government entities frequently procure leasing and property management services. Comparable spending benchmarks would involve analyzing other federal or state contracts for similar leasing arrangements, particularly those supporting emergency management or law enforcement functions.
Small Business Impact
The provided data does not indicate if this contract involved small business set-asides or subcontracting opportunities. Further analysis would be needed to determine the extent of small business participation and its impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Emergency Management Agency (FEMA) within the Department of Homeland Security. Accountability measures are inherent in the firm fixed-price contract type. Transparency is facilitated through contract award databases, though specific performance details may be limited. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Federal Emergency Management Agency (FEMA) Disaster Relief Programs
- Department of Homeland Security (DHS) Law Enforcement Support Contracts
- General Services Administration (GSA) Real Estate Leasing Services
Risk Flags
- Potential for limited competition under SAP.
- Need to verify contractor's past performance and capability.
- Ensure alignment with Executive Order 14222 requirements.
- Market rate verification for value-for-money assessment.
Tags
fema, department-of-homeland-security, california, bpa-call-order, sap, firm-fixed-price, residential-leasing, real-estate-services, law-enforcement-support, emergency-management
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $187,270 to LIMA CHARLIE, INC. LIMA CHARLIE INC. THE FOLLOWING BPA CALL ORDER ALIGNS WITH THE EXCLUSION PROVIDED WITHIN EXECUTIVE ORDER 14222, ALERT 25-07 2(D), AS IT RELATES TO ONE OF THE DESIGNATED CATEGORIES: IMMIGRATION ENFORCEMENT, LAW ENFORCEMENT, MILITARY, PUBLIC SAFETY, OR
Who is the contractor on this award?
The obligated recipient is LIMA CHARLIE, 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 $187,270.
What is the period of performance?
Start: 2025-04-02. End: 2026-09-01.
What is the track record of Lima Charlie, Inc. with federal contracts, particularly with FEMA or DHS?
A thorough review of federal procurement databases (e.g., SAM.gov, FPDS) would be necessary to assess Lima Charlie, Inc.'s past performance. This would involve examining the number of contracts awarded, their values, the agencies involved, and any performance ratings or past performance questionnaires. Understanding their history with similar leasing services or emergency support contracts would provide crucial context for evaluating their reliability and capability in fulfilling this BPA Call Order. Without specific historical data, it's difficult to definitively assess their track record.
How does the awarded price compare to market rates for residential leasing in the specific California region?
To benchmark the value for money, a detailed analysis of current rental market rates for comparable residential properties in the specific California locality where the services are to be provided is essential. This would involve researching average rental prices for similar-sized units, considering factors like amenities, location, and lease duration. Comparing the per-unit cost implied by the $187,270 award over the contract period against these market rates would reveal whether the government is securing competitive pricing. Data from real estate market reports or local Multiple Listing Services (MLS) could inform this comparison.
What are the specific risks associated with using a BPA Call Order for this type of service?
Using a BPA Call Order can introduce risks if the underlying Blanket Purchase Agreement (BPA) was not sufficiently competitive or if the call order scope is significantly different from the original BPA's intent. Risks include potentially higher prices compared to a fully competed standalone contract, limited vendor options if the BPA has few participants, and potential for scope creep if not managed carefully. However, if the BPA was well-competed and the call order aligns with its purpose, it can offer efficiency. The specific risk here relates to ensuring the call order's alignment with Executive Order 14222 and the justification for its limited competition under SAP.
What is the expected effectiveness of these leased residential units in supporting FEMA's mission?
The effectiveness of these leased residential units hinges on their suitability for the intended purpose, likely temporary housing for individuals displaced by disasters or involved in law enforcement/public safety operations. Key factors for effectiveness include the quality and condition of the properties, their availability when needed, and the responsiveness of Lima Charlie, Inc. in managing the leases and ensuring habitability. If the properties meet the needs of the beneficiaries and are managed efficiently, they can be highly effective in providing stable accommodations during critical periods. The specific alignment with Executive Order 14222 suggests a role in supporting sensitive government functions.
What has been the historical spending pattern for similar residential leasing services by FEMA or DHS?
Analyzing historical spending patterns for residential leasing services by FEMA and DHS would provide context for the $187,270 award. This involves examining past contract awards for similar services, noting the typical contract values, durations, competition levels, and the agencies involved. Understanding whether this award is consistent with, higher than, or lower than previous spending on comparable services can indicate trends in pricing and demand. It would also reveal the prevalence of BPA Call Orders versus other contract types for such needs.
What is the justification for awarding this contract under Simplified Acquisition Procedures (SAP) and potentially limited competition?
Simplified Acquisition Procedures (SAP) are generally used for purchases below the threshold for full and open competition (currently $250,000, but can be higher for certain agencies or circumstances). The justification for using SAP here, especially if it resulted in limited competition, would likely stem from the specific nature of the requirement, the urgency, or the availability of qualified contractors. The alignment with Executive Order 14222 categories might also influence the procurement approach. A detailed review of the Justification and Approval (J&A) document, if one exists, would clarify the rationale for the procurement method and competition level.
Industry Classification
NAICS: Real Estate and Rental and Leasing › Lessors of Real Estate › Lessors of Residential Buildings and Dwellings
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2104 PARK RIDGE DR, RIVERBANK, CA, 95367
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $187,270
Exercised Options: $187,270
Current Obligation: $187,270
Actual Outlays: $71,770
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70FBR425A00000013
IDV Type: BPA
Timeline
Start Date: 2025-04-02
Current End Date: 2026-09-01
Potential End Date: 2026-10-31 00:00:00
Last Modified: 2026-04-02
More Contracts from Lima Charlie, Inc
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $3.0M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.8M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.7M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.3M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.0M (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)