FEMA Awards $1.6M for Logistics Housing Operations in New Mexico Disaster Relief
Contract Overview
Contract Amount: $1,631,382 ($1.6M)
Contractor: Timberline Construction Group, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-08-21
End Date: 2025-11-20
Contract Duration: 456 days
Daily Burn Rate: $3.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: LOGISTICS HOUSING OPERATIONS UNIT INSTALLATION, MAINTENANCE AND DEACTIVATION - HAULING AND INSTALLING (H&I) AND MAINTENANCE AND DEACTIVATION (M&D) SERVICES UP TO 90 UNITS IN SUPPORT OF DR-4795-NM IN NEW MEXICO
Place of Performance
Location: RUIDOSO, LINCOLN County, NEW MEXICO, 88345
Plain-Language Summary
Department of Homeland Security obligated $1.6 million to TIMBERLINE CONSTRUCTION GROUP, LLC for work described as: LOGISTICS HOUSING OPERATIONS UNIT INSTALLATION, MAINTENANCE AND DEACTIVATION - HAULING AND INSTALLING (H&I) AND MAINTENANCE AND DEACTIVATION (M&D) SERVICES UP TO 90 UNITS IN SUPPORT OF DR-4795-NM IN NEW MEXICO Key points: 1. Contract awarded to Timberline Construction Group, LLC for H&I and M&D services. 2. Supports DR-4795-NM disaster relief efforts in New Mexico. 3. Pricing is fixed-price, with potential for adjustments based on delivery order scope. 4. Competition method was 'Full and Open Competition After Exclusion of Sources'.
Value Assessment
Rating: good
The contract value of $1.63M for 456 days of service appears reasonable for installation, maintenance, and deactivation of up to 90 housing units. Benchmarking against similar disaster response logistics contracts would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition after excluding specific sources, suggesting a competitive bidding process. This method generally promotes price discovery and aims for the best value.
Taxpayer Impact: Taxpayer funds are being used for essential disaster recovery services, aiming to provide temporary housing solutions efficiently.
Public Impact
Supports critical disaster recovery operations in New Mexico following DR-4795. Provides essential services for temporary housing units, aiding displaced residents. Ensures timely installation and maintenance of housing infrastructure. Facilitates the eventual deactivation and removal of temporary housing.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in delivery orders.
- Dependence on specific contractor for timely execution.
- Logistical challenges in remote disaster areas.
Positive Signals
- Supports urgent disaster relief needs.
- Utilizes a competitive bidding process.
- Fixed-price contract provides cost certainty.
Sector Analysis
This contract falls under Commercial and Institutional Building Construction, specifically related to temporary housing solutions. Spending in this sector during disaster recovery can fluctuate significantly based on the scale and nature of events.
Small Business Impact
The data does not indicate if small businesses were involved as prime contractors or subcontractors in this specific award. Further analysis would be needed to assess small business participation.
Oversight & Accountability
The Federal Emergency Management Agency (FEMA) is responsible for overseeing this contract. Standard oversight mechanisms for delivery orders and contract performance should be in place to ensure accountability.
Related Government Programs
- Commercial and Institutional Building Construction
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Contract duration is substantial (456 days).
- Scope is tied to disaster relief, implying urgency.
- Multiple delivery orders may increase complexity.
- Exclusion of sources in competition warrants review.
- Fixed-price contract may limit flexibility for unforeseen issues.
Tags
commercial-and-institutional-building-co, department-of-homeland-security, nm, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $1.6 million to TIMBERLINE CONSTRUCTION GROUP, LLC. LOGISTICS HOUSING OPERATIONS UNIT INSTALLATION, MAINTENANCE AND DEACTIVATION - HAULING AND INSTALLING (H&I) AND MAINTENANCE AND DEACTIVATION (M&D) SERVICES UP TO 90 UNITS IN SUPPORT OF DR-4795-NM IN NEW MEXICO
Who is the contractor on this award?
The obligated recipient is TIMBERLINE CONSTRUCTION GROUP, LLC.
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 $1.6 million.
What is the period of performance?
Start: 2024-08-21. End: 2025-11-20.
What is the estimated cost per unit for installation, maintenance, and deactivation?
The total contract value is $1.63 million for up to 90 units over 456 days. This averages to approximately $18,115 per unit over the contract period. However, this is a blended average and does not reflect the specific cost breakdown for installation, maintenance, or deactivation individually, nor does it account for varying unit needs or locations.
What are the primary risks associated with this contract's execution?
Key risks include potential delays in installation or maintenance due to logistical challenges in disaster-affected areas, unforeseen site conditions requiring additional work, and the contractor's ability to scale resources effectively to meet fluctuating demands. Ensuring timely deactivation without damage to infrastructure is also a consideration.
How effectively does this contract address the immediate housing needs post-disaster?
This contract is designed to directly address immediate housing needs by providing the physical setup, upkeep, and eventual removal of temporary housing units. Its effectiveness hinges on the contractor's performance, the speed of unit deployment, and the overall coordination with other disaster response efforts.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70FBR624R00000018
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2 PERIMETER PARK S STE 130 EAST, BIRMINGHAM, AL, 35243
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $15,067,572
Exercised Options: $1,631,382
Current Obligation: $1,631,382
Actual Outlays: $1,581,939
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70FB8018D00000022
IDV Type: IDC
Timeline
Start Date: 2024-08-21
Current End Date: 2025-11-20
Potential End Date: 2026-08-20 00:00:00
Last Modified: 2026-04-03
More Contracts from Timberline Construction Group, LLC
- THE Government Requires 5 Atthus to BE Manufactured, Delivered, and Installed AT Selected Private Site Locations for Disaster Dr-4724-Hi — $3.5M (Department of Homeland Security)
View all Timberline Construction Group, LLC 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)