FEMA Awards $60.4M for Logistics Housing Operations in Iowa Disaster Recovery
Contract Overview
Contract Amount: $60,410,205 ($60.4M)
Contractor: MLU Services, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-08-15
End Date: 2026-05-14
Contract Duration: 637 days
Daily Burn Rate: $94.8K/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 - LOGHOUSE HAULING AND INSTALLING (H&I) AND MAINTENANCE AND DEACTIVATION (M&D) SERVICES UP TO 200 UNITS, CONSTRUCTION IN SUPPORT OF DR-4796-IA IN IOWA
Place of Performance
Location: AKRON, PLYMOUTH County, IOWA, 51001
State: Iowa Government Spending
Plain-Language Summary
Department of Homeland Security obligated $60.4 million to MLU SERVICES, LLC for work described as: LOGISTICS HOUSING OPERATIONS UNIT INSTALLATION, MAINTENANCE AND DEACTIVATION - LOGHOUSE HAULING AND INSTALLING (H&I) AND MAINTENANCE AND DEACTIVATION (M&D) SERVICES UP TO 200 UNITS, CONSTRUCTION IN SUPPORT OF DR-4796-IA IN IOWA Key points: 1. Significant contract for disaster relief housing logistics and maintenance. 2. MLU Services, LLC awarded the contract, indicating a specific provider. 3. Full and open competition after exclusion of sources suggests a unique approach to sourcing. 4. The contract supports DR-4796-IA, highlighting its role in a specific disaster response. 5. Firm fixed price contract type provides cost certainty for the government.
Value Assessment
Rating: good
The contract value of $60.4M for up to 200 units of logistics housing services appears reasonable given the scope of installation, maintenance, and deactivation. Benchmarking against similar disaster response contracts would provide further context on pricing efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which is an unusual method. This suggests that while competition was sought, certain sources were initially excluded, potentially impacting the breadth of price discovery.
Taxpayer Impact: The firm fixed price nature of the contract provides predictability for taxpayer funds allocated to disaster recovery efforts.
Public Impact
Provides essential housing solutions for individuals displaced by the Iowa disaster (DR-4796-IA). Supports FEMA's critical mission in disaster response and recovery operations. Facilitates the logistical challenges of deploying and managing temporary housing units. Ensures maintenance and deactivation services are available for housing infrastructure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Unusual competition method ('after exclusion of sources') warrants further review for potential impact on price.
- Lack of explicit small business participation noted.
Positive Signals
- Firm fixed price contract offers cost certainty.
- Supports critical disaster recovery efforts in Iowa.
- Clear scope of work for installation, maintenance, and deactivation.
Sector Analysis
This contract falls under Commercial and Institutional Building Construction, specifically supporting logistics and housing operations. The value is substantial for a disaster recovery effort, reflecting the scale of needs.
Small Business Impact
The data indicates that small business participation was not a factor in this award (sb: false). Further analysis would be needed to determine if opportunities were missed or if the nature of the services made it unsuitable for small businesses.
Oversight & Accountability
The contract is managed by the Department of Homeland Security (FEMA), which has established oversight mechanisms for disaster relief spending. The firm fixed price contract type aids in accountability by setting clear cost expectations.
Related Government Programs
- Commercial and Institutional Building Construction
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Unusual procurement method ('after exclusion of sources').
- No explicit small business participation.
- Lack of detailed cost breakdown for service phases (installation, maintenance, deactivation).
- Potential for unforeseen costs in deactivation phase of disaster housing.
Tags
commercial-and-institutional-building-co, department-of-homeland-security, ia, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $60.4 million to MLU SERVICES, LLC. LOGISTICS HOUSING OPERATIONS UNIT INSTALLATION, MAINTENANCE AND DEACTIVATION - LOGHOUSE HAULING AND INSTALLING (H&I) AND MAINTENANCE AND DEACTIVATION (M&D) SERVICES UP TO 200 UNITS, CONSTRUCTION IN SUPPORT OF DR-4796-IA IN IOWA
Who is the contractor on this award?
The obligated recipient is MLU SERVICES, 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 $60.4 million.
What is the period of performance?
Start: 2024-08-15. End: 2026-05-14.
What was the rationale behind the 'Full and Open Competition After Exclusion of Sources' method, and did it lead to optimal pricing?
The specific rationale for excluding certain sources prior to full and open competition is not detailed in the provided data. This method can sometimes be used when specific capabilities are required or when prior performance issues with certain vendors are a concern. However, it may limit the pool of potential bidders, potentially impacting the competitiveness of the pricing achieved compared to a truly unrestricted full and open competition.
What is the cost per unit for the housing installation, maintenance, and deactivation services, and how does it compare to industry benchmarks?
The provided data does not break down the total award amount by the number of units or specific service phases (installation, maintenance, deactivation), making a precise per-unit cost calculation impossible. Without this granular data, a direct comparison to industry benchmarks for similar services is not feasible. Further data is required to assess cost-effectiveness on a per-unit basis.
What is the expected timeline and cost for the deactivation phase of the housing units, and are there contingency plans for unforeseen costs?
The contract duration is 637 days, ending May 14, 2026, which encompasses installation, maintenance, and deactivation. Specific cost breakdowns for the deactivation phase are not provided. While the contract is firm fixed price, which generally limits cost overruns, the complexity of deactivation in disaster zones can present unforeseen challenges. The government should have internal procedures for managing such contingencies.
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
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 573 HAWTHORNE AVE, ATHENS, GA, 30606
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $63,289,306
Exercised Options: $60,410,205
Current Obligation: $60,410,205
Actual Outlays: $48,908,101
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70FB8018D00000013
IDV Type: IDC
Timeline
Start Date: 2024-08-15
Current End Date: 2026-05-14
Potential End Date: 2026-08-14 00:00:00
Last Modified: 2026-02-19
More Contracts from MLU Services, LLC
- 4611-LA 300 Haul and Install Follow-On — $86.2M (Department of Homeland Security)
- Logistics Housing Operations Unit Installation, Maintenance and Deactivation - Loghouse Hauling and Installing (H&I) and Maintenance and Deactivation (M&D) Services UP to 5,000 Units, Construction in Support of Dr-4673-Fl in Florida — $57.9M (Department of Homeland Security)
- Gridley Group Site Construction - Dr4407ca — $55.3M (Department of Homeland Security)
- Logistics Housing Operations Unit Installation, Maintenance and Deactivation - LOG House Hauling and Installing and Maintenance and Deactivation of UP to 2300 Units in Support of Dr-4611-La in Louisiana — $31.9M (Department of Homeland Security)
- Logistics Housing Operations Unit Installation, Maintenance and Deactivation - Loghouse Hauling and Installing (H&I) and Maintenance and Deactivation (M&D) Services UP to 2,000 Units, Construction in Support of Dr-4663-Ky in Kentucky — $18.1M (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)