DHS FEMA Awards $11.3M Task Order for R9 PTS Risk Map Services to STARR II JV
Contract Overview
Contract Amount: $11,323,069 ($11.3M)
Contractor: Starr II, a Joint Venture
Awarding Agency: Department of Homeland Security
Start Date: 2022-09-19
End Date: 2026-09-30
Contract Duration: 1,472 days
Daily Burn Rate: $7.7K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: R9 PTS RISK MAP TASK ORDER FY22
Place of Performance
Location: OAKLAND, ALAMEDA County, CALIFORNIA, 94607
Plain-Language Summary
Department of Homeland Security obligated $11.3 million to STARR II, A JOINT VENTURE for work described as: R9 PTS RISK MAP TASK ORDER FY22 Key points: 1. The task order is for engineering services related to risk mapping. 2. Competition was full and open, suggesting a competitive bidding process. 3. The contract type is Cost Plus Fixed Fee, which can lead to cost overruns if not managed carefully. 4. The contract is for services in California, potentially impacting a specific region's disaster preparedness.
Value Assessment
Rating: good
The award amount of $11.3M for engineering services appears reasonable given the duration and scope. Benchmarking against similar FEMA contracts for risk assessment and mapping would provide a clearer picture of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating multiple bidders likely participated. This method generally promotes competitive pricing and ensures the government receives the best value.
Taxpayer Impact: The $11.3M expenditure supports critical risk mapping services, aiming to improve disaster preparedness and potentially reduce future costs associated with natural disasters.
Public Impact
Enhances FEMA's ability to assess and map risks in California. Supports disaster preparedness and response planning for the region. Provides critical data for infrastructure and community resilience efforts.
Waste & Efficiency Indicators
Waste Risk Score: 76 / 10
Warning Flags
- Cost Plus Fixed Fee contract type can incentivize higher costs.
- Limited information on specific deliverables and performance metrics.
Positive Signals
- Full and open competition ensures a competitive award.
- Task order supports critical FEMA mission objectives.
Sector Analysis
This contract falls under Engineering Services (NAICS 541330), a sector crucial for government infrastructure and disaster management. Spending in this sector is often project-driven and can fluctuate based on agency needs and federal priorities.
Small Business Impact
The data indicates this was a task order awarded to STARR II, A JOINT VENTURE. Further analysis would be needed to determine the extent of small business participation within the joint venture or as subcontractors.
Oversight & Accountability
The Department of Homeland Security, specifically FEMA, is responsible for overseeing this contract. Standard oversight mechanisms for task orders, including performance monitoring and financial reviews, should be in place.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Cost Plus Fixed Fee contract type.
- Potential for scope creep without strict oversight.
- Geographic concentration of services in California.
- Limited public detail on specific performance metrics.
Tags
engineering-services, department-of-homeland-security, ca, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $11.3 million to STARR II, A JOINT VENTURE. R9 PTS RISK MAP TASK ORDER FY22
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 $11.3 million.
What is the period of performance?
Start: 2022-09-19. End: 2026-09-30.
What specific risk mapping methodologies and technologies will be employed under this task order, and how do they align with current best practices?
The task order likely specifies the required methodologies and technologies for risk mapping. FEMA typically employs a range of techniques, including geospatial analysis, hydrological modeling, and vulnerability assessments. Alignment with best practices would involve ensuring the use of up-to-date data sources, validated models, and industry-standard software to produce accurate and actionable risk maps.
How will the Cost Plus Fixed Fee structure be managed to prevent cost overruns and ensure efficient use of taxpayer funds?
Effective management of a Cost Plus Fixed Fee contract requires robust oversight from FEMA. This includes detailed tracking of direct costs, regular audits, and clear communication with the contractor. The fixed fee component provides an incentive for the contractor to control costs, but FEMA must actively monitor expenditures against the estimated cost to ensure the project remains within budget and delivers value.
What is the expected impact of these risk maps on future FEMA resource allocation and disaster mitigation strategies in California?
The risk maps are expected to provide FEMA with a more precise understanding of potential hazards and vulnerabilities within California. This data should inform more targeted resource allocation for preparedness, response, and mitigation efforts. By identifying high-risk areas, FEMA can prioritize investments in infrastructure improvements, community resilience programs, and early warning systems, ultimately reducing the impact of future disasters.
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
Solicitation ID: 70FBR922R00000007
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: $11,323,069
Exercised Options: $11,323,069
Current Obligation: $11,323,069
Actual Outlays: $5,174,390
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: 2022-09-19
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2025-12-11
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)