HHS awarded $180M for shelter staffing, with Acuity-CHS, LLC receiving a significant portion

Contract Overview

Contract Amount: $179,862,723 ($179.9M)

Contractor: Acuity-Chs, LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2016-04-29

End Date: 2017-09-25

Contract Duration: 514 days

Daily Burn Rate: $349.9K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: IGF::OT::IGF SHELTER STAFFING HOMESTEAD 2ND ACTIVATION

Place of Performance

Location: CAPE CANAVERAL, BREVARD County, FLORIDA, 32920

State: Florida Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $179.9 million to ACUITY-CHS, LLC for work described as: IGF::OT::IGF SHELTER STAFFING HOMESTEAD 2ND ACTIVATION Key points: 1. The contract value of $180M for shelter staffing indicates a substantial need for emergency relief services. 2. Competition dynamics for this contract are crucial to assess value for money in emergency response. 3. Performance context is key, as the duration and scope of shelter staffing can vary widely. 4. Sector positioning within Emergency and Other Relief Services highlights the government's reliance on external support during crises. 5. Risk indicators may include contractor performance history and the ability to scale services rapidly.

Value Assessment

Rating: fair

Benchmarking this contract's value is challenging without specific service delivery metrics and comparable emergency response contracts. The total award of $180M over its period suggests a significant operational scale. However, without detailed cost breakdowns or performance data, a definitive value-for-money assessment is difficult. The pricing structure, likely influenced by the emergency nature of the services, may not reflect standard market rates.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting multiple bidders were considered. This level of competition is generally positive for price discovery and ensuring the government receives competitive offers. The specific number of bidders and the evaluation criteria would provide further insight into the robustness of the competition.

Taxpayer Impact: Full and open competition aims to leverage market forces to secure the best possible pricing and service quality for taxpayers, potentially leading to cost savings compared to less competitive solicitations.

Public Impact

Beneficiaries include individuals requiring shelter and support during emergencies. Services delivered encompass staffing for emergency shelters, ensuring operational readiness and resident care. Geographic impact is focused on Florida, as indicated by the state and national codes. Workforce implications involve the deployment of personnel to support emergency relief operations.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Emergency and Other Relief Services sector is critical for national preparedness and response to disasters. This contract falls within a category that often sees fluctuating demand, driven by unforeseen events. Spending in this sector can be substantial during major emergencies, and contracts are typically awarded to ensure rapid deployment of essential services. Benchmarking is difficult due to the ad-hoc nature of many relief efforts.

Small Business Impact

Information regarding small business set-asides or subcontracting plans was not explicitly provided in the data. For a contract of this magnitude, it is common for prime contractors to engage subcontractors, which could include small businesses. Further analysis would be needed to determine the extent of small business participation.

Oversight & Accountability

Oversight mechanisms would typically involve the contracting officer's representative (COR) monitoring performance, adherence to contract terms, and financial expenditures. Transparency is enhanced through contract databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

hhs, emergency-relief-services, shelter-staffing, florida, full-and-open-competition, delivery-order, time-and-materials, acuity-chs-llc, disaster-response, health-and-human-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $179.9 million to ACUITY-CHS, LLC. IGF::OT::IGF SHELTER STAFFING HOMESTEAD 2ND ACTIVATION

Who is the contractor on this award?

The obligated recipient is ACUITY-CHS, LLC.

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Office of the Assistant Secretary for Administration).

What is the total obligated amount?

The obligated amount is $179.9 million.

What is the period of performance?

Start: 2016-04-29. End: 2017-09-25.

What is the historical spending pattern for shelter staffing contracts by HHS?

Analyzing historical spending for shelter staffing contracts by HHS requires access to comprehensive contract databases over several fiscal years. Without specific historical data for this particular service category, it's difficult to establish a precise pattern. However, spending in emergency relief services is inherently cyclical, often spiking during declared disasters or public health emergencies. HHS, through various operating divisions, may award such contracts on an as-needed basis, making year-over-year comparisons challenging unless a consistent program is in place. The $180M award for the '2nd Activation' suggests a significant, potentially recurring, need for these services in specific regions or under certain activation protocols.

How does the per-unit cost of shelter staffing compare to market rates or similar contracts?

Determining the per-unit cost for shelter staffing is complex without detailed service definitions and labor rates. 'Shelter staffing' can encompass a wide range of roles, from security and logistics to social services and medical support. The provided data does not include specific metrics like cost per staff member per hour, cost per occupied bed, or cost per person served. To benchmark effectively, one would need to compare the contractor's proposed rates against industry standards for similar emergency response personnel in the affected region, as well as against other government contracts for comparable services. The 'Time and Materials' contract type suggests that costs are based on actual labor hours and material expenses, plus a fixed fee or overhead, which can lead to variability.

What is Acuity-CHS, LLC's track record with government contracts, particularly in emergency services?

Acuity-CHS, LLC's track record with government contracts, especially in emergency services, is a critical factor in assessing performance risk. A review of their contract history would reveal past performance ratings, any disputes or terminations, and the types of services they have previously provided to federal agencies. For emergency services, a demonstrated ability to rapidly deploy resources, maintain operational readiness, and adapt to dynamic situations is paramount. Information on their experience with large-scale activations, such as the '2nd Activation' mentioned, would be particularly relevant. Without specific performance data from past contracts, it's difficult to definitively assess their reliability in this domain.

What are the key performance indicators (KPIs) for this shelter staffing contract?

Key Performance Indicators (KPIs) for a shelter staffing contract would typically focus on the contractor's ability to meet critical operational needs during emergency activations. These could include metrics such as: 1) Staffing levels: Ensuring adequate personnel are deployed to meet operational requirements (e.g., number of staff per shift, staff-to-resident ratios). 2) Response time: The speed at which staff are mobilized and deployed to a shelter location once activated. 3) Service availability: Maintaining continuous staffing coverage as required by the contract. 4) Incident reporting: Timeliness and accuracy of reporting any significant events or issues within the shelter. 5) Compliance: Adherence to all safety, security, and operational protocols. The '2nd Activation' designation suggests a need for rapid and effective response.

How does the contract duration and value align with typical emergency relief operations?

The contract duration of 514 days (approximately 1.4 years) and a value of $180M suggest a significant and potentially prolonged emergency response effort. Emergency relief operations can vary greatly in duration, from short-term responses to natural disasters to longer-term support for displaced populations or public health crises. The '2nd Activation' implies that this is not the first time these services have been required under this contract vehicle, indicating a sustained or recurring need. The substantial award amount reflects the scale and complexity of providing comprehensive staffing for emergency shelters, which often requires a large workforce and extensive logistical support over an extended period.

Industry Classification

NAICS: Health Care and Social AssistanceCommunity Food and Housing, and Emergency and Other Relief ServicesEmergency and Other Relief Services

Product/Service Code: SOCIAL SERVICESSOCIAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 15233SOL00103

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Comprehensive Health Services, LLC (UEI: 116768247)

Address: 8810 ASTRONAUT BLVD, CAPE CANAVERAL, FL, 32920

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $179,862,723

Exercised Options: $179,862,723

Current Obligation: $179,862,723

Contract Characteristics

Commercial Item: COMMERCIAL ITEM

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HHSP233201500172I

IDV Type: IDC

Timeline

Start Date: 2016-04-29

Current End Date: 2017-09-25

Potential End Date: 2017-09-25 00:00:00

Last Modified: 2021-09-14

More Contracts from Acuity-Chs, LLC

View all Acuity-Chs, LLC federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending