DHS FEMA awards $2.8M for Maui wildfire recovery, extending lease services through February 2027
Contract Overview
Contract Amount: $2,841,975 ($2.8M)
Contractor: Parliament LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-01
End Date: 2027-02-28
Contract Duration: 454 days
Daily Burn Rate: $6.3K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PARLIAMENT: THE PURPOSE OF THIS CALL ORDER IS TO EXECUTE A SECOND CONSOLIDATION OF PRIOR CALL ORDERS AND EXTEND DIRECT LEASE SERVICES IN SUPPORT OF DR-4724-HI MAUI WILDFIRES RECOVERY EFFORTS. THIS INCLUDES A 3-MONTH EXTENSION OF THE PERIOD OF PERFORM
Place of Performance
Location: LAHAINA, MAUI County, HAWAII, 96761
State: Hawaii Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.8 million to PARLIAMENT LLC for work described as: PARLIAMENT: THE PURPOSE OF THIS CALL ORDER IS TO EXECUTE A SECOND CONSOLIDATION OF PRIOR CALL ORDERS AND EXTEND DIRECT LEASE SERVICES IN SUPPORT OF DR-4724-HI MAUI WILDFIRES RECOVERY EFFORTS. THIS INCLUDES A 3-MONTH EXTENSION OF THE PERIOD OF PERFORM Key points: 1. Contract value of $2.8M for extended lease services indicates significant ongoing needs for disaster recovery. 2. The contract was competed under Simplified Acquisition Procedures (SAP), suggesting a focus on smaller, efficient procurements. 3. A 454-day duration for the extension points to a sustained, long-term recovery effort. 4. The firm-fixed-price structure aims to provide cost certainty for the government. 5. Services are geographically focused on Hawaii, directly addressing the impact of the Maui wildfires. 6. The award to Parliament LLC suggests a reliance on established contractors for critical disaster response.
Value Assessment
Rating: good
The contract value of $2.8M for 454 days of residential property management services appears reasonable given the critical nature of disaster recovery in Hawaii. While direct comparisons are difficult without more specific service details, the firm-fixed-price structure provides predictability. The duration suggests a substantial scope of work, likely encompassing ongoing management of properties affected by the Maui wildfires.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a limited number of bidders and is used for procurements below certain dollar thresholds. While the specific competition details are not provided, SAP aims for efficiency and speed. The limited competition may result in less aggressive pricing compared to full and open competition, but is often justified for urgent needs.
Taxpayer Impact: For taxpayers, limited competition under SAP can mean potentially higher prices than if a broader competition were held, but it ensures rapid deployment of essential services during a crisis.
Public Impact
Residents displaced by the Maui wildfires benefit from the continuity of housing and property management services. The contract delivers essential residential property management, ensuring safe and stable temporary housing solutions. Geographic impact is concentrated in Hawaii, specifically addressing the needs arising from the DR-4724-HI disaster. The contract supports the Federal Emergency Management Agency's (FEMA) critical mission in disaster response and recovery.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if the scope of property management expands beyond initial estimates.
- Reliance on a single contractor for extended periods could limit flexibility in adapting to changing recovery needs.
- Ensuring consistent quality of property management services across potentially numerous affected properties.
Positive Signals
- Directly supports critical disaster recovery efforts in a highly impacted region.
- Firm-fixed-price contract provides budget certainty for the government.
- Extension of services ensures continuity for affected residents during a prolonged recovery period.
Sector Analysis
The residential property management sector is crucial for supporting populations during and after disasters. This contract falls within the broader professional services category, specifically supporting government emergency response. Comparable spending benchmarks are difficult to establish without more granular data on the specific services provided, but FEMA's overall disaster relief spending can be substantial, with contracts like this forming a part of that larger effort.
Small Business Impact
This contract does not appear to have a small business set-aside component (ss: false, sb: false). Therefore, the primary contractor, Parliament LLC, will likely manage the services directly or through its own established channels, with limited direct subcontracting opportunities for small businesses specifically tied to this award. The focus is on immediate service delivery rather than fostering small business participation.
Oversight & Accountability
Oversight is likely managed by the Federal Emergency Management Agency (FEMA) contracting officers and program managers. Accountability measures would include performance reviews against contract requirements and service level agreements. Transparency is facilitated through federal contract databases, though detailed operational oversight specifics are typically internal.
Related Government Programs
- FEMA Disaster Relief Fund
- Post-Disaster Housing Assistance
- Emergency Management Services
- Residential Property Management Contracts
Risk Flags
- Potential for extended recovery timelines impacting budget
- Ensuring consistent service quality across multiple properties
- Dependence on a single contractor for critical services
Tags
dhs, fema, hawaii, disaster-recovery, residential-property-management, lease-services, competed-under-sap, firm-fixed-price, emergency-management, post-disaster-housing
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.8 million to PARLIAMENT LLC. PARLIAMENT: THE PURPOSE OF THIS CALL ORDER IS TO EXECUTE A SECOND CONSOLIDATION OF PRIOR CALL ORDERS AND EXTEND DIRECT LEASE SERVICES IN SUPPORT OF DR-4724-HI MAUI WILDFIRES RECOVERY EFFORTS. THIS INCLUDES A 3-MONTH EXTENSION OF THE PERIOD OF PERFORM
Who is the contractor on this award?
The obligated recipient is PARLIAMENT 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 $2.8 million.
What is the period of performance?
Start: 2025-12-01. End: 2027-02-28.
What is the track record of Parliament LLC in providing disaster recovery services, particularly in response to large-scale events?
Parliament LLC's track record in disaster recovery is a key factor in their selection for this critical FEMA contract. While specific details of their past performance on similar large-scale events are not provided in this data snippet, their ability to secure this extension suggests a satisfactory performance history with FEMA. Generally, companies awarded such contracts are vetted for their capacity to manage complex logistics, provide essential services under pressure, and comply with government regulations. Further investigation into their past performance reports, client testimonials, and any documented successes or challenges in previous disaster response operations would provide a more comprehensive understanding of their capabilities and reliability.
How does the per-unit cost of these residential property management services compare to market rates or similar government contracts?
Determining the precise per-unit cost for these residential property management services is challenging without specific details on the number of units managed, the scope of services per unit (e.g., maintenance, security, tenant liaison), and the geographic variations within Hawaii. The contract is a firm-fixed-price award for a total value of $2.8M over 454 days. To benchmark, one would need to divide the total contract value by the number of units and the contract duration to get an average monthly cost per unit. Comparing this to market rates for property management in Hawaii, which can vary significantly by location and property type, and to similar FEMA contracts for disaster-affected housing would be necessary. Given the emergency nature and the specific context of wildfire recovery, costs might be higher than standard property management due to urgency and specialized needs.
What are the primary risks associated with extending lease services for disaster recovery efforts, and how are they being mitigated?
Primary risks associated with extending lease services for disaster recovery include potential cost overruns if the recovery timeline extends beyond projections, scope creep where additional services are needed, and challenges in maintaining service quality across a potentially large and dispersed portfolio of properties. There's also the risk of contractor performance issues or the need to transition services if performance is unsatisfactory. Mitigation strategies likely involve robust contract oversight by FEMA, clear performance metrics and deliverables, regular reporting requirements from Parliament LLC, and contingency planning for service continuity. The firm-fixed-price structure helps mitigate cost overruns for the defined scope, but changes or additions would require contract modifications. FEMA's role in monitoring progress and addressing issues promptly is crucial.
How effective has FEMA been in managing similar residential property management contracts following major disasters?
FEMA's effectiveness in managing residential property management contracts following major disasters has varied. Historically, FEMA has faced criticism and scrutiny regarding the speed and efficiency of its contracting processes, particularly in the initial phases of disaster response. However, lessons learned from past events have led to improvements in contract management, oversight, and the utilization of pre-negotiated agreements and task orders. Contracts like this one, which extend services for ongoing recovery, suggest a move towards more sustained support. Evaluating the effectiveness requires looking at metrics such as timely placement of displaced individuals, property maintenance standards, cost-efficiency, and resident satisfaction, which are often detailed in Inspector General reports and GAO audits following major disasters.
What is the historical spending pattern for residential property management services by FEMA in Hawaii or similar disaster-prone regions?
Historical spending patterns for residential property management services by FEMA in Hawaii or similar disaster-prone regions are typically tied to specific disaster declarations. Following major events like hurricanes, wildfires, or floods, FEMA obligates significant funds for temporary housing solutions, which often include leasing properties and managing them. For instance, after major hurricanes in the Gulf Coast or Puerto Rico, FEMA has awarded substantial contracts for temporary housing units and associated management services. Specific data for Hawaii would likely show increased spending following the 2023 wildfires (DR-4724-HI). Analyzing FEMA's budget allocations and contract awards databases over the past decade, particularly in regions prone to natural disasters, would reveal trends in the scale and duration of such property management needs.
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: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2427 BRENTWOOD RD, BEACHWOOD, OH, 44122
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,622,124
Exercised Options: $3,622,124
Current Obligation: $2,841,975
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70FBR924A00000005
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: 2026-03-01
More Contracts from Parliament LLC
- Parliament: the Purpose of This Call Order IS to Execute a Second Consolidation of Prior Call Orders and Extend Direct Lease Services in Support of Dr-4724-Hi Maui Wildfires Recovery Efforts. This Includes a 3-Month Extension of the Period of Perform — $2.2M (Department of Homeland Security)
- Parliament: the Purpose of This Call Order IS to Execute a Second Consolidation of Prior Call Orders and Extend Direct Lease Services in Support of Dr-4724-Hi Maui Wildfires Recovery Efforts. This Includes a 3-Month Extension of the Period of Perform — $2.1M (Department of Homeland Security)
- BPA Call Order IS to Provide Property Management Services for the Florida Direct Lease Program by Providing Turnkey 1-, 2-, 3-, or 4-Bedroom Furnished Residential Units in the State of Florida in Support of Dr4828-4834fl — $426.8K (Department of Homeland Security)
- Parliament, LLC. BPA Call Order Aligns With the Exclusion Provided Within Executive Order 14222, Alert 25-07 2(D), AS IT Relates to ONE of the Designated Categories: Public Safety in Support of Dr4828-4834fl — $198.0K (Department of Homeland Security)
- Parliament, LLC. BPA Call Order Aligns With the Exclusion Provided Within Executive Order 14222, Alert 25-07 2(D), AS IT Relates to ONE of the Designated Categories: Public Safety in Support of Dr4828-4834fl — $179.6K (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)