FEMA awarded $12.5M for flood map services, with AtkinsRealis USA Inc. as the sole contractor
Contract Overview
Contract Amount: $12,521,645 ($12.5M)
Contractor: Atkinsrealis USA Inc
Awarding Agency: Department of Homeland Security
Start Date: 2004-04-09
End Date: 2009-02-28
Contract Duration: 1,786 days
Daily Burn Rate: $7.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: FLOOD MAP PRODUCTION COORDINATION SERVICES
Place of Performance
Location: WALDORF, CHARLES County, MARYLAND, 20601
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $12.5 million to ATKINSREALIS USA INC for work described as: FLOOD MAP PRODUCTION COORDINATION SERVICES Key points: 1. The contract's value of $12.5 million over its duration suggests a significant investment in flood mapping capabilities. 2. As a full and open competition, the award indicates a competitive process was utilized, potentially leading to better pricing. 3. The contract's duration of nearly five years (1786 days) implies a need for sustained, long-term support for flood map production. 4. The cost-plus-fixed-fee pricing structure means that while costs are reimbursed, the contractor's profit is fixed, offering some cost control. 5. The services provided are critical for disaster preparedness and mitigation efforts by the Federal Emergency Management Agency (FEMA). 6. The contract was awarded as a delivery order, suggesting it may be part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract vehicle.
Value Assessment
Rating: good
The total award of $12.5 million for flood map production coordination services appears reasonable given the nearly five-year duration and the critical nature of the services. Without specific benchmarks for similar, highly specialized geospatial coordination contracts, a direct per-unit cost comparison is difficult. However, the fixed-fee component of the contract type suggests a degree of cost predictability for the government. The services are essential for FEMA's mission, implying a baseline value that is hard to quantify solely in dollar terms.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The data does not specify the number of bidders, but the designation implies a robust competitive environment was sought. This approach is generally expected to yield competitive pricing and innovative solutions by allowing a wide range of contractors to participate.
Taxpayer Impact: A full and open competition process is beneficial for taxpayers as it maximizes the potential for cost savings through competitive bidding and ensures that the government is receiving services at a fair market price.
Public Impact
Citizens in flood-prone areas benefit from more accurate and up-to-date flood maps, aiding in risk assessment and insurance decisions. The services delivered support FEMA's core mission of disaster preparedness, response, and recovery by providing essential geospatial data. The contract's impact is national, as FEMA's flood mapping efforts cover all areas within the United States. The contract likely supports a workforce of geospatial analysts, cartographers, and project managers, both within the contractor's organization and potentially through subcontractors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The cost-plus-fixed-fee structure, while providing cost reimbursement, can sometimes incentivize contractors to incur higher costs if not closely monitored, though the fixed fee aims to mitigate this.
- The long duration of the contract could lead to potential scope creep or evolving requirements that may not have been fully anticipated at the outset.
Positive Signals
- Awarded under full and open competition, suggesting a competitive process that likely secured favorable terms.
- The fixed-fee component of the contract provides a degree of cost certainty for the government regarding contractor profit.
- The services are directly aligned with FEMA's critical mission, indicating a clear and necessary government requirement.
Sector Analysis
The contract falls within the professional services sector, specifically focusing on geospatial data and mapping. This is a niche but vital area supporting government functions like disaster management, urban planning, and environmental monitoring. The market for such specialized services is often characterized by a mix of large engineering firms and smaller, highly specialized geospatial companies. Spending in this area is driven by regulatory requirements, infrastructure development, and increasing awareness of environmental risks like flooding.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses mandated by a set-aside. However, the prime contractor, AtkinsRealis USA Inc., may choose to subcontract portions of the work to small businesses as part of their overall business strategy, which could provide opportunities within the small business ecosystem.
Oversight & Accountability
Oversight for this contract would typically be managed by the Federal Emergency Management Agency (FEMA) contracting officers and program managers. As a delivery order, it likely falls under a broader IDIQ contract with its own oversight framework. Transparency is generally maintained through contract award databases like FPDS. Inspector General jurisdiction would apply to investigations of fraud, waste, or abuse related to the contract.
Related Government Programs
- National Flood Insurance Program (NFIP)
- Disaster Mitigation and Planning
- Geospatial Information Services
- FEMA Hazard Mapping
Risk Flags
- Potential for cost overruns due to the cost-plus nature of the contract, requiring diligent oversight.
- Risk of evolving technical requirements or scientific understanding impacting the scope and cost of map production.
- Dependence on a single contractor (AtkinsRealis USA Inc.) for a critical service, raising concerns about long-term vendor lock-in or performance issues.
Tags
geospatial-services, flood-mapping, fema, department-of-homeland-security, cost-plus-fixed-fee, delivery-order, full-and-open-competition, professional-services, disaster-preparedness, national, atkinsrealis-usa-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $12.5 million to ATKINSREALIS USA INC. FLOOD MAP PRODUCTION COORDINATION SERVICES
Who is the contractor on this award?
The obligated recipient is ATKINSREALIS USA 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 $12.5 million.
What is the period of performance?
Start: 2004-04-09. End: 2009-02-28.
What is the track record of AtkinsRealis USA Inc. in performing similar federal contracts, particularly related to geospatial services?
AtkinsRealis USA Inc. (formerly Atkins North America) has a history of performing various federal contracts, including those involving engineering, construction management, and technical services. For geospatial services specifically, their experience would likely encompass data acquisition, analysis, mapping, and software development. A detailed review of their past performance on similar FEMA or other agency contracts would be necessary to fully assess their capabilities and reliability in flood map production coordination. This would involve examining past performance evaluations, any contract disputes, and their success in meeting project milestones and deliverables on prior engagements.
How does the awarded amount of $12.5 million compare to similar flood map production coordination contracts awarded by FEMA or other agencies?
Benchmarking this $12.5 million award requires comparing it against contracts with similar scope, duration, and complexity. Flood map production involves significant geospatial data processing, analysis, and coordination, often requiring specialized software and expertise. Contracts for these services can vary widely based on the geographic area covered, the level of detail required, and the specific technologies employed. Without access to a detailed database of comparable contracts, it's challenging to provide a precise benchmark. However, given the nearly five-year performance period, the total value suggests a substantial, ongoing effort rather than a one-off project, which is typical for maintaining and updating national flood mapping data.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks for this contract could include technical challenges in data integration and analysis, potential delays in project timelines, and the possibility of evolving regulatory or scientific requirements impacting the scope. Another risk is ensuring the accuracy and reliability of the flood maps produced, as these directly inform critical decisions. Mitigation strategies likely involve robust project management by FEMA, clear performance metrics and deliverables outlined in the contract, regular progress reviews with AtkinsRealis USA Inc., and potentially incorporating flexibility clauses to adapt to changing requirements. The cost-plus-fixed-fee structure also aims to manage cost risks by fixing the contractor's profit margin.
How effective is the cost-plus-fixed-fee (CPFF) contract type in ensuring value for money for flood map production services?
The Cost-Plus-Fixed-Fee (CPFF) contract type aims to balance cost control with the need for flexibility in services where the exact costs are difficult to predict upfront, such as complex technical projects like flood map production. The 'cost-plus' element means the government reimburses the contractor's allowable costs, while the 'fixed-fee' ensures the contractor's profit is predetermined and not tied to the final cost. This structure can be effective if costs are closely monitored by the government to prevent unnecessary spending. It provides value by allowing the project to proceed even with some cost uncertainty, while the fixed fee incentivizes the contractor to manage costs efficiently to avoid eating into their profit margin.
What is the historical spending trend for flood map production and coordination services by FEMA over the past five years?
Analyzing historical spending trends for flood map production and coordination services by FEMA is crucial for understanding the agency's commitment to this area and for contextualizing the current $12.5 million award. FEMA's spending in this domain is likely influenced by factors such as the Biggert-Waters Flood Insurance Reform Act, the National Flood Hazard Research and Development Program, and ongoing efforts to update flood maps across the country. Consistent or increasing investment would suggest a sustained focus on improving flood risk data. Conversely, fluctuating or decreasing spending might indicate shifts in priorities or budget constraints. A detailed analysis would require examining FEMA's budget allocations and contract awards specifically for geospatial and flood mapping services over the specified period.
What are the implications of this contract being awarded as a delivery order rather than a standalone contract?
Awarding this contract as a delivery order implies it is likely issued under a pre-existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicle. This approach offers several advantages: it streamlines the procurement process for subsequent needs, potentially allows for pre-negotiated terms and pricing, and provides flexibility for the government to order services as needed up to a certain ceiling. For FEMA, this means they can efficiently acquire flood map coordination services without conducting a full, open competition each time a specific task or project arises. The implications are faster service delivery and potentially better pricing due to the established relationship and pre-negotiated terms within the parent IDIQ contract.
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Contractor Details
Parent Company: WS Atkins PLC (UEI: 295224364)
Address: 2001 NW 107TH AVE, MIAMI, FL, 33172
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $12,521,645
Exercised Options: $12,521,645
Current Obligation: $12,521,645
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: EMW2003CO0136
IDV Type: IDC
Timeline
Start Date: 2004-04-09
Current End Date: 2009-02-28
Potential End Date: 2009-02-28 00:00:00
Last Modified: 2016-06-07
More Contracts from Atkinsrealis USA Inc
- NEW Task Order for Equipment Purchasing Services — $57.7M (Department of Defense)
- IO&T Services General Leonard Wood Community Hospital Replacement — $55.5M (Department of Defense)
- Organizational Level Maintenance Hangar — $15.0M (Department of Defense)
- NEW Task Order to Procure the Services of Construction Inspectors on Projects PR ER Prmnt RPR (7) & PR ER Prmnt RPR(11) Level II & Level III to Assist (eflhd) Field Personnel With Onsite Inspection of Works — $8.5M (Department of Transportation)
- NEW Inspection Services Task Order PR Erfo FS 2017-1(3) Construction Inspector, Level II — $4.1M (Department of Transportation)
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)