FEMA Awards $37.3M Task Order for NJ Disaster Support with 33 Technical Specialists
Contract Overview
Contract Amount: $37,341,131 ($37.3M)
Contractor: Fluor Enterprises, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2012-12-04
End Date: 2014-10-25
Contract Duration: 690 days
Daily Burn Rate: $54.1K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: IGF::CT::IGF THE PURPOSE OF THIS TASK ORDER IS TO SUPPORT PUBLIC ASSISTANCE DISASTER OPERATIONS FOR FEMA-4086-DR-NJ WITH THIRTY-THREE TECHNICAL SPECIALISTS WITH A RANGE OF SPECIFIC SKILL SETS. (2) ENVIRONMENTALISTS (2) COASTAL ENGINEERS (1) HISTORICAL ARCHITECT (2) INSURANCE SPECIALISTS (1) CEF (2) CONSTRUCTION PROJECT MANAGER (2) PA POLICY ADVISORS (1) QA/QC REVIEWER (1) ARCHITECT (4) STRUCTURAL ENGINEERS (2) TRANSPORTATION ENGINEERS (1) ELECTRICAL SPECIALIST (1) WASTE WATER SPECIALIST (1) WATER SPECIALIST (1) DEBRIS SPECIALIST (1) CIVIL ENGINEER (1) MECHANICAL ENGINEER (6) 406 HAZARD MITIGATION SPECIALISTS (1) TAC COORDINATOR TWO (2) ENVIRONMENTAL SPECIALISTS AND TWO (2) COASTAL ENGINEERS THE TECHNICAL SPECIALISTS WILL REVIEW BEACH PROJECTS FOR ENVIRONMENTAL AND HISTORIC PRESERVATION EXPERIENCE, AND ENGINEERED BEACH RESTORATION. ONE (1) HISTORICAL PRESERVATION SPECIALIST THE TECHNICAL SPECIALIST MUST HAVE A STRONG BACKGROUND IN HISTORIC PRESERVATION WITH A SOLID KNOWLEDGE BASE CONCERNING THE DESIGN AND FUNCTION OF HISTORIC BUILDINGS, SITES AND OBJECTS (ABOVE GROUND RESOURCES). TWO (2) TECHNICAL SPECIALISTS TO REVIEW STATE AND LOCAL INSURANCE POLICIES, WHICH MAY INCLUDE SELF-INSURANCE AND INSURANCE POOL ARRANGEMENTS. THE TECHNICAL SPECIALISTS WILL PROVIDE EXPERTISE TO RECOMMEND ADJUSTMENTS TO ESTIMATED ELIGIBLE COSTS FOR PA PROJECTS PURSUANT TO THE PROVISIONS OF APPLICANTS GENERAL PROPERTY INSURANCE (I.E., ALL PERILS EXCEPT FOR FLOOD), OR THE REQUIREMENTS OF FLOOD INSURANCE, AS DEFINED BY THE NATIONAL FLOOD INSURANCE PROGRAM. ONE (1) TECHNICAL SPECIALIST TO REVIEW THE SCOPES OF WORK DEVELOP COST ESTIMATING FORMAT FOR THE REPAIR AND/OR REPLACEMENT OF DAMAGED FACILITIES DEPICTED IN THE PROJECT WORKSHEETS IN EMMIE (EMERGENCY MANAGEMENT MISSION INTEGRATED ENVIRONMENT). ONE (1) TECHNICAL SPECIALIST TO REVIEW THE SCOPES OF WORK AND COST ESTIMATES FOR THE REPAIR AND/OR REPLACEMENT OF DAMAGED FACILITIES DEPICTED IN THE PROJECT WORKSHEETS IN EMMIE (EMERGENCY MANAGEMENT MISSION INTEGRATED ENVIRONMENT). SIX (6) 406-MITIGATION SPECIALISTS TO ADDRESS A VARIETY OF PROJECTS WITH 406 HAZARD MITIGATION BACKGROUND TO EVALUATE MITIGATION POSSIBILITIES FOR PERMANENT WORK ON PROJECT WORKSHEETS. TWELVE (12) EXPERIENCED TECHNICAL SPECIALISTS: SPECIFICALLY, ONE (1) ARCHITECT, FOUR (4) STRUCTURAL ENGINEERS, TWO (2) TRANSPORTATION ENGINEERS, ONE (1) CIVIL ENGINEER, ONE (1) MECHANICAL ENGINEER, ONE (1) DEBRIS SPECIALIST, TWO (2) CONSTRUCTION PROJECT MANAGERS, AND TWO (2) POLICY ADVISORS. ONE (1) UTILITY SPECIALIST THE ELECTRICAL SPECIALIST SHALL PROVIDE ONE ELECTRICAL UTILITY SPECIALIST WITH KNOWLEDGE OF ELECTRICAL DISTRIBUTION AND ELECTRICAL TRANSMISSION SYSTEMS, TO INCLUDE REVIEWING WORK ORDERS FROM ELIGIBLE ELECTRICAL POWER GENERATION AND DISTRIBUTION APPLICANTS, PREPARING PROJECT WORKSHEETS, CONDUCTING SITE INSPECTIONS AND ENSURING COMPLIANCE WITH ENVIRONMENTAL REGULATIONS, PREPARING MAPS FOR PROJECT COMPLIANCE, AND TRACKING AND DOCUMENTING WORK STATUS OF BOTH APPLICANT PROJECTS AND PA MISSION. ONE (1) WASTE WATER TREATMENT SPECIALIST AND ONE (1) WATER SPECIALIST THE TECHNICAL SPECIALIST SHALL HAVE KNOWLEDGE OF PUBLIC UTILITY SYSTEMS RELATED TO WASTEWATER PROCESSING, COLLECTION, AND DISTRIBUTION AND STORM-WATER MANAGEMENT INFRASTRUCTURE CONSTRUCTION AND REPAIR. ONE (1) TAC COORDINATOR WHO SHALL WORK IN SUPPORT OF FEMA AND THE CONTRACTOR TEAM.
Place of Performance
Location: LINCROFT, MONMOUTH County, NEW JERSEY, 07738
Plain-Language Summary
Department of Homeland Security obligated $37.3 million to FLUOR ENTERPRISES, INC. for work described as: IGF::CT::IGF THE PURPOSE OF THIS TASK ORDER IS TO SUPPORT PUBLIC ASSISTANCE DISASTER OPERATIONS FOR FEMA-4086-DR-NJ WITH THIRTY-THREE TECHNICAL SPECIALISTS WITH A RANGE OF SPECIFIC SKILL SETS. (2) ENVIRONMENTALISTS (2) COASTAL ENGINEERS (1) HISTORICAL ARCHITECT (2) INSURANCE SPEC… Key points: 1. Specialized technical expertise is crucial for disaster recovery operations, covering environmental, engineering, and policy aspects. 2. The contract utilizes a Time and Materials pricing model, which can pose cost control challenges. 3. Competition was full and open, suggesting a competitive bidding process for this significant award. 4. The sector is dominated by large engineering and professional services firms, with potential for small business subcontracting.
Value Assessment
Rating: fair
The Time and Materials (T&M) pricing structure, while flexible, can lead to cost overruns if not closely monitored. Benchmarking against similar T&M contracts for disaster response specialists is difficult without detailed labor category rates.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes competitive pricing, but the T&M nature requires diligent oversight to ensure fair pricing.
Taxpayer Impact: Taxpayer funds are utilized for disaster relief, with the efficiency of spending dependent on effective project management and cost control within the T&M framework.
Public Impact
Supports critical public assistance disaster operations in New Jersey following FEMA-4086-DR-NJ. Employs a diverse team of 33 technical specialists with varied skill sets, including environmental, engineering, and policy expertise. Addresses environmental and historic preservation reviews for beach projects, a key component of disaster recovery. The duration of the task order (690 days) indicates a substantial and ongoing need for support.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns due to Time and Materials pricing.
- Complexity of managing a large team of diverse specialists.
- Ensuring compliance with environmental and historic preservation regulations.
Positive Signals
- Full and open competition likely resulted in a competitive price.
- Broad range of specialized skills addresses multifaceted disaster recovery needs.
- Support directly aids disaster-affected communities.
Sector Analysis
This contract falls within Engineering Services (NAICS 541330), a sector characterized by specialized technical expertise. Spending benchmarks for disaster recovery support can vary widely based on the scale and nature of the disaster.
Small Business Impact
While the prime contractor is Fluor Enterprises, Inc., a large firm, there is potential for small businesses to be subcontracted for specific services, though this is not explicitly detailed in the provided data.
Oversight & Accountability
Oversight is critical for Time and Materials contracts to prevent cost creep. The Federal Emergency Management Agency (FEMA) is responsible for ensuring that the services provided are necessary, efficient, and within the scope of the task order.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Time and Materials pricing model.
- Management of a large, diverse team.
- Potential for scope creep.
- Ensuring compliance with environmental regulations.
- Timeliness of specialized reviews.
Tags
engineering-services, department-of-homeland-security, nj, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $37.3 million to FLUOR ENTERPRISES, INC.. IGF::CT::IGF THE PURPOSE OF THIS TASK ORDER IS TO SUPPORT PUBLIC ASSISTANCE DISASTER OPERATIONS FOR FEMA-4086-DR-NJ WITH THIRTY-THREE TECHNICAL SPECIALISTS WITH A RANGE OF SPECIFIC SKILL SETS. (2) ENVIRONMENTALISTS (2) COASTAL ENGINEERS (1) HISTORICAL ARCHITECT (2) INSURANCE SPECIALISTS (1) CEF (2) CONSTRUCTION PROJECT MANAGER (2) PA POLICY ADVISORS (1) QA/QC REVIEWER (1) ARCHITECT (4) STRUCTURAL ENGINEERS (2) TRANSPORTATION ENGINEERS (1) ELECTRICAL SPECIALIST (1) WASTE WATER SPECIALIST (1) WATE
Who is the contractor on this award?
The obligated recipient is FLUOR ENTERPRISES, 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 $37.3 million.
What is the period of performance?
Start: 2012-12-04. End: 2014-10-25.
What is the average hourly rate for the technical specialists under this Time and Materials contract, and how does it compare to industry standards for similar disaster recovery roles?
The provided data does not specify the average hourly rates for the technical specialists. To assess value, a detailed breakdown of labor categories, hours, and rates would be needed. Comparing these rates to industry benchmarks for disaster recovery specialists would reveal if the pricing is competitive or inflated, directly impacting the taxpayer's return on investment.
What are the key performance indicators (KPIs) used to measure the effectiveness of the 33 technical specialists in supporting FEMA's disaster operations?
Effectiveness is likely measured by the timely and accurate completion of assigned tasks, such as environmental reviews, engineering assessments, and policy guidance. KPIs could include turnaround times for project reviews, adherence to regulatory requirements, and client satisfaction feedback from FEMA. Robust performance metrics are essential for ensuring the specialists contribute meaningfully to disaster recovery.
What specific risks were identified during the full and open competition process, and what mitigation strategies were put in place by FEMA to address them?
While the competition was full and open, potential risks could include the contractor's ability to mobilize the required diverse skill sets quickly, manage the project effectively, and control costs under the T&M structure. Mitigation strategies might involve pre-qualification criteria, detailed performance work statements, and rigorous oversight mechanisms to ensure compliance and prevent cost overruns.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Fluor Corporation (UEI: 006907190)
Address: 100 FLUOR DANIEL DR, GREENVILLE, SC, 29607
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $37,341,131
Exercised Options: $37,341,131
Current Obligation: $37,341,131
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSFEHQ12D0880
IDV Type: IDC
Timeline
Start Date: 2012-12-04
Current End Date: 2014-10-25
Potential End Date: 2014-10-25 00:00:00
Last Modified: 2016-06-28
More Contracts from Fluor Enterprises, Inc.
- IA TAC Support - Identify Potential Temporary Housing Solutions, Resources, and Requirements in Louisiana for People Displaced AS a Result of Hurricane Katrina, to Include Sweep Team Services to Identify and Assess Specific Community Needs; Technical Support to Strike Teams in Disaster Associated Activities — $874.0M (Department of Homeland Security)
- Transmission and Distribution — $505.7M (Department of Defense)
- Repair and Restore ALL Aspects of the Puerto Rico Power Grid. Igf::ot::igf — $276.3M (Department of Defense)
- Federal Contract — $252.2M (Department of Energy)
- Technical Assistance — $171.8M (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)