FEMA awards $3.46M for 5 manufactured homes in Hawaii disaster relief
Contract Overview
Contract Amount: $3,458,616 ($3.5M)
Contractor: Timberline Construction Group, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-01-17
End Date: 2025-08-16
Contract Duration: 211 days
Daily Burn Rate: $16.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: THE GOVERNMENT REQUIRES 5 ATTHUS TO BE MANUFACTURED, DELIVERED, AND INSTALLED AT SELECTED PRIVATE SITE LOCATIONS FOR DISASTER DR-4724-HI.
Place of Performance
Location: HAIKU, MAUI County, HAWAII, 96708
State: Hawaii Government Spending
Plain-Language Summary
Department of Homeland Security obligated $3.5 million to TIMBERLINE CONSTRUCTION GROUP, LLC for work described as: THE GOVERNMENT REQUIRES 5 ATTHUS TO BE MANUFACTURED, DELIVERED, AND INSTALLED AT SELECTED PRIVATE SITE LOCATIONS FOR DISASTER DR-4724-HI. Key points: 1. Contract value represents a significant investment in disaster recovery infrastructure. 2. Sole supplier for specialized manufactured homes suggests potential for limited market competition. 3. Short delivery timeline introduces execution risks for manufacturing and installation. 4. Fixed-price contract shifts cost overrun risk to the contractor. 5. Geographic focus on Hawaii may indicate specific regional needs or logistical challenges. 6. Contract awarded under full and open competition, suggesting a broad search for qualified vendors.
Value Assessment
Rating: fair
The contract value of $3.46 million for five manufactured homes averages $691,723 per unit. This price appears high when compared to typical manufactured home costs, which can range from $50,000 to $150,000 depending on size and features. However, the specialized nature of disaster relief housing, including specific requirements for durability, transport, and installation at potentially remote or challenging disaster sites, could justify a higher cost. Further benchmarking against similar government disaster housing procurements is needed for a definitive value assessment.
Cost Per Unit: Estimated $691,723 per unit, which is significantly above typical market rates for standard manufactured homes. Benchmarking against specialized disaster relief housing contracts is recommended.
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that the government sought proposals from all responsible sources. With three bids received, the competition level appears moderate. While full and open competition is generally preferred for maximizing price discovery, the limited number of bidders might suggest a niche market for these specific types of manufactured homes or logistical challenges associated with the delivery location.
Taxpayer Impact: Taxpayers benefit from the government's effort to solicit offers from a wide range of potential suppliers, aiming for competitive pricing. However, the moderate number of bids warrants scrutiny to ensure the final price reflects true market value.
Public Impact
Disaster survivors in Hawaii affected by DR-4724-HI will benefit from the provision of temporary housing. Five manufactured homes will be manufactured, delivered, and installed to provide essential shelter. The geographic impact is concentrated in specific private site locations within Hawaii. The contract supports the manufacturing and construction workforce involved in producing and installing these homes.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if installation at remote disaster sites proves more complex than anticipated.
- Risk of delays in delivery and installation due to logistical challenges in Hawaii.
- Limited number of bidders may indicate a lack of robust competition, potentially impacting price.
- Ensuring the manufactured homes meet all disaster-specific resilience and safety standards.
Positive Signals
- Awarded under full and open competition, suggesting a broad market search.
- Firm fixed-price contract structure shifts cost risk to the contractor.
- Short performance period (approx. 7 months) indicates urgency and a focused delivery timeline.
- Contract addresses critical disaster relief needs in a specific geographic area.
Sector Analysis
This contract falls within the construction and manufacturing sectors, specifically focusing on prefabricated structures for emergency housing. The market for disaster relief housing is specialized, often requiring rapid deployment and resilience against environmental factors. While general manufactured home markets exist, government procurements for disaster response often involve unique specifications and logistical considerations, potentially limiting the pool of qualified contractors. Comparable spending benchmarks would likely be found within FEMA's broader disaster housing and temporary shelter programs.
Small Business Impact
The contract was awarded to Timberline Construction Group, LLC, and there is no indication of a small business set-aside. The data does not specify subcontracting plans. Given the specialized nature of manufacturing and installing disaster relief housing, it is possible that larger firms with established supply chains and logistical capabilities are better positioned to bid. Further analysis would be needed to determine if opportunities exist for small business participation through subcontracting.
Oversight & Accountability
Oversight will be provided by the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. As this is a delivery order under an existing contract vehicle, the specific oversight mechanisms would be detailed within the master contract. Transparency is generally maintained through federal contract databases like SAM.gov. The Inspector General for the Department of Homeland Security would have jurisdiction over any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- FEMA Disaster Housing Programs
- Temporary Emergency Shelter Procurement
- Manufactured Housing Construction Contracts
- Department of Homeland Security Disaster Response
Risk Flags
- Potential for high per-unit cost compared to market rates.
- Limited number of bidders may indicate insufficient competition.
- Logistical complexities of delivery and installation in Hawaii.
- Short delivery timeline increases execution risk.
Tags
fema, department-of-homeland-security, disaster-relief, manufactured-housing, construction, delivery-order, firm-fixed-price, full-and-open-competition, hawaii, emergency-procurement, temporary-housing
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $3.5 million to 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.
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 $3.5 million.
What is the period of performance?
Start: 2025-01-17. End: 2025-08-16.
What is the track record of Timberline Construction Group, LLC in fulfilling government contracts, particularly for disaster relief or manufactured housing?
A review of federal procurement data indicates that Timberline Construction Group, LLC has been awarded multiple contracts across various agencies. While specific details on their performance history for disaster relief housing are not immediately available in this dataset, their past awards suggest experience in construction and related services. To fully assess their track record, a deeper dive into contract performance reports, past performance questionnaires, and any documented issues or commendations on previous government projects would be necessary. This would provide insight into their reliability, quality of work, and ability to meet delivery schedules and budgetary constraints, especially in time-sensitive situations like disaster recovery.
How does the per-unit cost of these manufactured homes compare to similar disaster relief housing contracts awarded by FEMA or other agencies?
The estimated per-unit cost of approximately $691,723 is substantially higher than typical market prices for standard manufactured homes. To accurately benchmark this value, it is crucial to compare it against contracts for similar disaster relief housing solutions. FEMA and other agencies have procured temporary housing units in the past, often with specific requirements for durability, transportability to disaster zones, and rapid deployment. Analyzing the specifications, quantities, and contract values of these comparable procurements would reveal whether the current pricing is justified by unique disaster-specific requirements, logistical complexities in Hawaii, or if it represents a potential area for cost savings. Without such direct comparisons, the current price appears elevated.
What are the specific risks associated with delivering and installing manufactured homes in remote or disaster-affected private sites in Hawaii?
Delivering and installing manufactured homes in remote or disaster-affected private sites in Hawaii presents several risks. Logistical challenges are paramount; accessing sites may require specialized transportation, potentially over difficult terrain or through damaged infrastructure. Installation can be complicated by site preparation needs, utility hookups (water, sewer, electricity) in areas where existing services may be compromised, and the need for skilled labor familiar with the local environment. Furthermore, weather conditions in Hawaii can impact construction schedules. The short delivery timeline of 211 days adds pressure, increasing the risk of delays if unforeseen site-specific issues arise, potentially impacting the timely provision of essential shelter to disaster survivors.
What is the expected effectiveness of these manufactured homes in providing adequate and timely shelter for disaster survivors in Hawaii?
The effectiveness of these manufactured homes hinges on several factors. Their primary purpose is to provide immediate, safe, and habitable shelter following disaster events like those associated with DR-4724-HI. The firm fixed-price nature of the contract and the relatively short delivery timeline suggest an emphasis on timely execution. However, effectiveness will be measured by how quickly they can be deployed, installed, and made ready for occupancy, and whether they meet the specific needs and expectations of the displaced population. Ensuring the homes are adequately equipped, durable, and suitable for Hawaii's climate and potential post-disaster conditions will be critical to their success in restoring a sense of normalcy for survivors.
How has FEMA's spending on manufactured housing for disaster relief evolved over recent years, and does this contract align with historical patterns?
FEMA's spending on manufactured housing for disaster relief can fluctuate significantly year-to-year, heavily influenced by the frequency and severity of natural disasters. Historically, FEMA has utilized various forms of temporary housing, including manufactured homes, travel trailers, and direct rental assistance, depending on the scale of the disaster and available resources. Contracts for manufactured homes are typically awarded under emergency procurement procedures, often following major disaster declarations. This $3.46 million award for five units in Hawaii appears to be a specific response to DR-4724-HI. To determine if it aligns with historical patterns, one would need to analyze the average number of units procured per disaster, the average contract values, and the typical delivery timelines FEMA has managed in the past.
Industry Classification
NAICS: Manufacturing › Other Wood Product Manufacturing › Manufactured Home (Mobile Home) Manufacturing
Product/Service Code: PREFAB STRUCTURES/SCAFFOLDING
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 87 PARDUE RD, PELHAM, AL, 35124
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,458,616
Exercised Options: $3,458,616
Current Obligation: $3,458,616
Actual Outlays: $3,458,616
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70FBR924D00000004
IDV Type: IDC
Timeline
Start Date: 2025-01-17
Current End Date: 2025-08-16
Potential End Date: 2026-02-03 00:00:00
Last Modified: 2026-02-02
More Contracts from 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 — $1.6M (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)