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

State: New Mexico Government Spending

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

Positive Signals

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

Risk Flags

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: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

Product/Service Code: INSTALLATION OF EQUIPMENTINSTALLATION 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

View all Timberline Construction Group, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending