DHS FEMA awards $5.8M engineering services contract to STARR II JV for Risk Map program
Contract Overview
Contract Amount: $5,784,322 ($5.8M)
Contractor: Starr II, a Joint Venture
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-21
End Date: 2027-09-21
Contract Duration: 1,461 days
Daily Burn Rate: $4.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: FY23 R8 RISK MAP
Place of Performance
Location: BELTSVILLE, PRINCE GEORGES County, MARYLAND, 20705
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $5.8 million to STARR II, A JOINT VENTURE for work described as: FY23 R8 RISK MAP Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract duration of 1461 days indicates a long-term need for these engineering services. 3. The Cost Plus Fixed Fee (CPFF) pricing structure requires careful monitoring to ensure cost control. 4. The award is for the R8 RISK MAP program, crucial for disaster preparedness and mitigation. 5. The geographic focus appears to be Maryland, based on the stated location. 6. No small business set-aside was utilized, indicating the primary awardee is not a small business.
Value Assessment
Rating: good
The contract value of $5.8 million over approximately four years for engineering services related to FEMA's Risk Map program appears reasonable. Benchmarking against similar large-scale engineering support contracts for federal agencies suggests this is within expected ranges, especially considering the specialized nature of risk mapping and disaster preparedness. The CPFF structure, while requiring oversight, allows for flexibility in complex projects. Further analysis would involve comparing specific labor rates and overhead costs to industry standards for similar engineering disciplines.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. While the number of bidders is not specified, this method generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The open competition suggests that FEMA sought the best value from a wide pool of qualified engineering firms.
Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it maximizes the potential for cost savings through a robust bidding process and encourages a wider range of innovative solutions.
Public Impact
The primary beneficiaries are the Department of Homeland Security and the Federal Emergency Management Agency (FEMA), who will receive critical engineering support for the R8 Risk Map program. The services delivered will likely involve technical analysis, mapping, data management, and consulting related to flood risk, hazard identification, and mitigation strategies. The geographic impact is specified as Maryland (MD), suggesting the primary operational area for this specific delivery order. The contract supports a specialized workforce of engineers and technical experts, contributing to the federal government's capacity in disaster management and infrastructure resilience.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The Cost Plus Fixed Fee (CPFF) contract type can lead to cost overruns if not managed diligently, as the contractor is reimbursed for allowable costs plus a fixed fee.
- Lack of specific details on the number of bidders or the evaluation criteria makes it difficult to fully assess the competitive intensity and potential for optimal value.
- The duration of the contract (1461 days) necessitates ongoing performance monitoring to ensure continued alignment with program objectives and taxpayer value.
Positive Signals
- Awarded through full and open competition, which typically promotes a competitive environment and potentially better pricing.
- The contract supports FEMA's critical R8 Risk Map program, essential for national disaster preparedness and mitigation efforts.
- The use of a joint venture (STARR II, A JOINT VENTURE) may indicate a collaborative approach to leverage diverse expertise for complex engineering challenges.
Sector Analysis
This contract falls within the Engineering Services sector, specifically related to government consulting and technical support for risk assessment and mapping. The market for such services is substantial, driven by federal mandates for disaster preparedness, environmental protection, and infrastructure development. Comparable spending benchmarks would include other large-scale engineering support contracts awarded by agencies like the Army Corps of Engineers, EPA, or other FEMA programs focused on hazard mitigation and resilience.
Small Business Impact
The data indicates that this contract was not awarded as a small business set-aside (sb: false). Therefore, the primary awardee, STARR II, A JOINT VENTURE, is likely a larger entity or a joint venture where the prime contractor is not a small business. There is no explicit information on subcontracting plans for small businesses within this specific delivery order, which could be a missed opportunity to engage the small business ecosystem in supporting FEMA's mission.
Oversight & Accountability
Oversight for this contract will primarily reside with the Federal Emergency Management Agency (FEMA) contracting officers and program managers. The Cost Plus Fixed Fee (CPFF) structure necessitates robust financial oversight to ensure that costs are allowable, reasonable, and allocable. Transparency is facilitated through contract reporting mechanisms, and potential issues could be addressed by FEMA's internal oversight bodies or potentially the DHS Office of Inspector General if significant concerns arise regarding fraud, waste, or abuse.
Related Government Programs
- FEMA Risk Mapping, Assessment, and Planning (Risk MAP) Program
- National Flood Insurance Program (NFIP)
- Disaster Mitigation and Recovery Programs
- Engineering and Technical Services Contracts
- Federal Emergency Management Agency Support Contracts
Risk Flags
- Cost Overrun Risk (CPFF)
- Scope Creep Potential
- Performance Monitoring Requirement
- Quality Assurance of Engineering Deliverables
Tags
engineering-services, dhs, fema, risk-map, maryland, delivery-order, cost-plus-fixed-fee, full-and-open-competition, fy23, joint-venture
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $5.8 million to STARR II, A JOINT VENTURE. FY23 R8 RISK MAP
Who is the contractor on this award?
The obligated recipient is STARR II, A JOINT VENTURE.
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 $5.8 million.
What is the period of performance?
Start: 2023-09-21. End: 2027-09-21.
What is the specific scope of work for STARR II, A JOINT VENTURE under this delivery order for the R8 RISK MAP program?
While the provided data specifies the contract is for 'Engineering Services' and relates to the 'R8 RISK MAP' program, the precise scope of work for this $5.8 million delivery order is not detailed. Typically, services under FEMA's Risk MAP program involve activities such as flood hazard analysis, mapping, risk assessment, mitigation planning support, and data management. STARR II, A JOINT VENTURE, as an engineering services provider, would likely be engaged in technical studies, development of flood insurance rate maps (FIRMs), flood risk products, and potentially providing technical assistance to communities for hazard mitigation planning and implementation. The exact deliverables would be defined in the Statement of Work (SOW) within the contract.
How does the Cost Plus Fixed Fee (CPFF) pricing structure compare to other contract types used for similar engineering services by FEMA?
Cost Plus Fixed Fee (CPFF) contracts are often used by agencies like FEMA for complex projects where the scope of work may evolve or is not fully defined at the outset, such as research and development or specialized engineering services. This structure reimburses the contractor for allowable costs plus a predetermined fixed fee, representing profit. Compared to Firm-Fixed-Price (FFP) contracts, CPFF offers more flexibility but carries a higher risk of cost overruns if not managed closely. Other common types include Cost Plus Incentive Fee (CPIF), which incentivizes performance, or Time and Materials (T&M), used for smaller, less defined tasks. FEMA may use a mix of these depending on project complexity, risk, and the level of definition in the SOW.
What is the historical spending pattern for the R8 RISK MAP program and how does this award fit within it?
The provided data focuses on a single delivery order for FY23 and does not offer historical spending patterns for the R8 RISK MAP program. However, the Risk MAP program itself is a long-standing initiative by FEMA aimed at improving flood risk communication and supporting mitigation efforts nationwide. Historical spending on Risk MAP has been substantial, reflecting the ongoing need for updated flood hazard data and mapping across the country. This $5.8 million award represents a portion of the overall funding allocated to the program for engineering and technical support in a specific region (R8) during FY23. To understand the pattern, one would need to analyze FEMA's budget allocations and contract awards for the Risk MAP program over multiple fiscal years.
What are the potential risks associated with STARR II, A JOINT VENTURE's performance on this contract, given its CPFF structure?
The primary risk associated with a CPFF contract is the potential for cost growth beyond initial estimates, as the contractor is reimbursed for actual costs incurred. If STARR II, A JOINT VENTURE does not effectively manage its resources, labor hours, or subcontracting costs, the total expenditure could exceed projections. Another risk is scope creep, where the project expands beyond its original intent without adequate adjustments to the fixed fee or overall budget. Furthermore, ensuring the quality and accuracy of the engineering services provided is crucial; any deficiencies could lead to rework, delays, and increased costs. FEMA's oversight will be critical in mitigating these risks through diligent monitoring of expenditures, progress, and deliverables.
How does the engineering services market in Maryland compare to national benchmarks, and does this contract reflect market rates?
The engineering services market in Maryland, particularly in regions supporting federal agencies like FEMA, is generally robust and competitive, often reflecting higher labor costs due to the cost of living and demand. National benchmarks for engineering services vary significantly by discipline, experience level, and geographic location. Without specific details on the labor categories, rates, and overhead applied by STARR II, A JOINT VENTURE within this CPFF contract, it is difficult to definitively state if the pricing reflects market rates. However, given the full and open competition, it is presumed that the proposed rates were deemed fair and reasonable by FEMA at the time of award. A detailed cost analysis comparing specific labor categories and overhead rates against industry surveys and government cost databases would be necessary for a precise benchmark.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: ARCHITECT-ENGINEER FAR 6.102
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 3901 CALVERTON BLVD STE 400, CALVERTON, MD, 20705
Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $5,784,322
Exercised Options: $5,784,322
Current Obligation: $5,784,322
Actual Outlays: $2,869,249
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 70FA6021D00000005
IDV Type: IDC
Timeline
Start Date: 2023-09-21
Current End Date: 2027-09-21
Potential End Date: 2027-09-21 00:00:00
Last Modified: 2026-03-04
More Contracts from Starr II, a Joint Venture
- THE Purpose of Task Order IS to Exercise the Option Period 4 and Incrementally Fund Task Order — $44.4M (Department of Homeland Security)
- Production and Technical Service (PTS) for Standard Operations Period of Performance for This Contract IS 03/16/2017 to 03/15/2018 and IS Being Incrementally Funded — $37.8M (Department of Homeland Security)
- THE Purpose of This Task Order IS to Obtain a Contractor to Provide Production and Technical Services (PTS) Standard Operations 5 Support for Risk MAP, Hmtap, and Tarc for Regions 2, 5, 7, 9, and 10 — $33.6M (Department of Homeland Security)
- Fema Zone 3 Standard Operations 3 (SO 3) Architect and Engineering Services — $32.7M (Department of Homeland Security)
- Task Order — $27.9M (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)