FEMA extends Maui wildfire support contract with Lima Charlie, Inc. by $2.7M for three months
Contract Overview
Contract Amount: $2,732,359 ($2.7M)
Contractor: Lima Charlie, Inc
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-01
End Date: 2027-02-28
Contract Duration: 454 days
Daily Burn Rate: $6.0K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: LIMA CHARLIE: THE PURPOSE OF THIS MODIFICATION IS TO EXTEND THE POP OUT FOR 3 MONTHS FROM 12/1/2025 THROUGH 02/28/2026 IN SUPPORT DR-4724-HI MAUI WILDFIRES.
Place of Performance
Location: LAHAINA, MAUI County, HAWAII, 96761
State: Hawaii Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.7 million to LIMA CHARLIE, INC for work described as: LIMA CHARLIE: THE PURPOSE OF THIS MODIFICATION IS TO EXTEND THE POP OUT FOR 3 MONTHS FROM 12/1/2025 THROUGH 02/28/2026 IN SUPPORT DR-4724-HI MAUI WILDFIRES. Key points: 1. Contract modification extends critical support for Maui wildfire recovery efforts. 2. Value-for-money assessment pending detailed cost analysis of extended services. 3. Competition dynamics indicate a potentially limited market for specialized disaster response. 4. Risk indicators include reliance on a single contractor for extended duration. 5. Performance context is tied to ongoing, complex disaster recovery operations. 6. Sector positioning is within emergency management and disaster response services.
Value Assessment
Rating: fair
The contract modification adds $2.7 million for a three-month extension. Without detailed cost breakdowns for the extension period, a precise value-for-money assessment is challenging. However, the urgency of disaster response often necessitates rapid procurement, which can sometimes lead to higher costs. Benchmarking against similar disaster recovery support contracts would provide further insight into the pricing reasonableness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The contract was competed under Simplified Acquisition Procedures (SAP), suggesting a competitive process for smaller dollar value procurements. The specific number of bidders is not detailed, but SAP aims to promote competition. The 'COMPETED UNDER SAP' designation implies that multiple offers were solicited and evaluated, contributing to price discovery.
Taxpayer Impact: The use of SAP for this extension suggests that taxpayers benefited from a competitive process, likely resulting in a more favorable price than a sole-source award.
Public Impact
Provides essential support services for the recovery and rebuilding efforts in Maui following the devastating wildfires. Benefits residents and businesses in Hawaii impacted by the disaster. Geographic impact is concentrated on the island of Maui. Supports the Federal Emergency Management Agency's (FEMA) mission in disaster response and management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost creep during the extension period without detailed cost justification.
- Reliance on a single contractor for a critical, extended period could limit flexibility.
- The specific nature of the 'pop out' services requires further clarification to fully assess value.
Positive Signals
- Contract extension ensures continuity of essential services during a critical recovery phase.
- Procurement was competed, indicating an effort to achieve fair pricing.
- Supports a vital government mission in disaster relief.
Sector Analysis
This contract falls within the professional services sector, specifically disaster recovery and emergency management support. The market for specialized disaster response services can be niche, with a limited number of contractors possessing the required expertise and capacity. Comparable spending benchmarks would involve analyzing other FEMA contracts for similar disaster recovery operations, considering the scale and duration of the event.
Small Business Impact
Information regarding small business set-asides or subcontracting plans for this specific modification is not provided. The contract's original competition method (SAP) may or may not have included specific small business considerations. Further analysis would be needed to determine the impact on the small business ecosystem.
Oversight & Accountability
Oversight is provided by the Department of Homeland Security and FEMA. As this is a modification to an existing contract, the original oversight mechanisms remain in place. Transparency is facilitated through contract databases, though detailed performance metrics and specific oversight activities are not publicly detailed in this data.
Related Government Programs
- FEMA Disaster Relief Fund
- Hurricane and Wildfire Response Contracts
- Emergency Management Support Services
Risk Flags
- Potential for cost overruns during extended support period.
- Lack of detailed performance metrics for the extension.
- Limited public information on contractor's specific disaster recovery experience.
Tags
emergency-management, disaster-response, fema, department-of-homeland-security, hawaii, competed, sap, firm-fixed-price, professional-services, contract-modification
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.7 million to LIMA CHARLIE, INC. LIMA CHARLIE: THE PURPOSE OF THIS MODIFICATION IS TO EXTEND THE POP OUT FOR 3 MONTHS FROM 12/1/2025 THROUGH 02/28/2026 IN SUPPORT DR-4724-HI MAUI WILDFIRES.
Who is the contractor on this award?
The obligated recipient is LIMA CHARLIE, INC.
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 $2.7 million.
What is the period of performance?
Start: 2025-12-01. End: 2027-02-28.
What specific 'pop out' services are being extended by this modification?
The provided data indicates the modification is to 'extend the pop out for 3 months from 12/1/2025 through 02/28/2026 in support DR-4724-HI MAUI WILDFIRES.' While the exact nature of 'pop out' services is not detailed, in the context of disaster response, it typically refers to specialized, often temporary, support functions deployed rapidly to address immediate needs. This could include personnel augmentation, logistical support, temporary housing solutions, or specialized technical assistance required due to the unique challenges presented by the Maui wildfires. A deeper dive into the original contract and its Statement of Work would clarify the precise services covered.
How does the extended cost compare to the original contract value or similar disaster recovery efforts?
The modification adds $2.7 million for a three-month extension. To assess value, this amount needs to be compared against the original contract's total value and duration, as well as against similar disaster recovery support contracts awarded by FEMA or other agencies. Without knowing the original contract's total value and the scope of services provided during its initial term, a direct comparison is difficult. However, $2.7 million for three months of specialized support in a large-scale disaster scenario might be within a reasonable range, contingent on the criticality and complexity of the services rendered. Benchmarking against contracts for the California wildfires or other major FEMA operations would offer a more robust comparison.
What is the track record of Lima Charlie, Inc. in supporting disaster recovery operations?
The provided data identifies Lima Charlie, Inc. as the contractor but does not offer specific details on their past performance or track record, particularly in disaster recovery. To assess their reliability and effectiveness, a review of their past federal contracts, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any documented successes or challenges in similar emergency response scenarios would be necessary. Their current role in supporting the Maui wildfire recovery suggests they possess relevant capabilities, but a comprehensive assessment requires more historical data.
What are the key performance indicators (KPIs) for this contract extension?
The provided data does not specify the Key Performance Indicators (KPIs) for this contract extension. In disaster recovery contracts, KPIs typically focus on response times, service delivery metrics, adherence to safety protocols, and overall effectiveness in supporting relief efforts. For this extension, FEMA would likely be monitoring Lima Charlie, Inc.'s ability to maintain critical support functions, manage resources efficiently, and contribute to the ongoing recovery objectives on Maui. The absence of explicit KPIs in the data makes it difficult to quantitatively assess performance during this extended period.
What was the original contract award value and duration before this modification?
The provided data does not include the original contract award value or its initial duration. It only specifies the modification's value ($2.7 million) and the extended period (three months, from December 1, 2025, to February 28, 2026). To understand the full scope and financial commitment, information on the base contract's award amount, period of performance, and any prior modifications would be essential. This context is crucial for analyzing the cumulative spending and the overall trajectory of the contract.
Industry Classification
NAICS: Real Estate and Rental and Leasing › Activities Related to Real Estate › Residential Property Managers
Product/Service Code: LEASE/RENT FACILITIES › LEASE/RENTAL OF BUILDINGS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2104 PARK RIDGE DR, RIVERBANK, CA, 95367
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $2,732,359
Exercised Options: $2,732,359
Current Obligation: $2,732,359
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70FBR924A00000004
IDV Type: BPA
Timeline
Start Date: 2025-12-01
Current End Date: 2027-02-28
Potential End Date: 2027-02-28 00:00:00
Last Modified: 2026-03-04
More Contracts from Lima Charlie, Inc
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $3.0M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.8M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.3M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.0M (Department of Homeland Security)
- Lima Charlie: the Purpose of This Modification IS to Extend the POP OUT for 3 Months From 12/1/2025 Through 02/28/2026 in Support Dr-4724-Hi Maui Wildfires — $2.0M (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)