FEMA's $21.7M temporary housing contract awarded to Partnership for Temporary Housing LLC for DR-4237
Contract Overview
Contract Amount: $21,671,309 ($21.7M)
Contractor: Partnership for Temporary Housing LLC
Awarding Agency: Department of Homeland Security
Start Date: 2015-11-08
End Date: 2016-08-03
Contract Duration: 269 days
Daily Burn Rate: $80.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: IGF::CT::IGF IATAC - TASK ORDER IS IN SUPPORT OF DR-4237-OST HAUL AND INSTALL.
Place of Performance
Location: PINE RIDGE, SHANNON County, SOUTH DAKOTA, 57770
Plain-Language Summary
Department of Homeland Security obligated $21.7 million to PARTNERSHIP FOR TEMPORARY HOUSING LLC for work described as: IGF::CT::IGF IATAC - TASK ORDER IS IN SUPPORT OF DR-4237-OST HAUL AND INSTALL. Key points: 1. Contract awarded via full and open competition, suggesting a broad market search. 2. The contract type is Time and Materials, which can pose cost control risks if not closely managed. 3. The duration of 269 days indicates a focused, short-term need for services. 4. The contract was awarded to a single entity, Partnership for Temporary Housing LLC. 5. The services fall under Facilities Support Services, a broad category with potential for varied execution. 6. The contract was a Delivery Order, likely part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle.
Value Assessment
Rating: questionable
The contract's value of $21.7 million for a 269-day period for facilities support services requires careful benchmarking. Without specific deliverables or unit costs, it's difficult to assess value for money. The Time and Materials (T&M) contract type, while flexible, can lead to cost overruns if not managed diligently, especially in disaster response scenarios where needs can be unpredictable. Comparing this to similar disaster relief support contracts would be crucial to determine if the pricing is competitive and reflects efficient resource utilization.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that the government sought proposals from all responsible sources. The fact that it resulted in a single award to Partnership for Temporary Housing LLC suggests that either this contractor was uniquely qualified, or the specific requirements of the task order favored their offering. The level of competition, while broad in initial solicitation, ultimately led to a single bidder for this specific task order.
Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it aims to secure the best value through a wide range of potential providers, theoretically driving down costs and improving service quality.
Public Impact
The primary beneficiaries are individuals and communities impacted by disaster DR-4237, who receive temporary housing solutions. The services delivered include haul and install of temporary housing units, crucial for immediate post-disaster shelter. The geographic impact is focused on South Dakota, as indicated by the 'SN' field. Workforce implications include the potential for local employment in installation, maintenance, and logistical support roles related to temporary housing.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type poses inherent risk for cost escalation without strict oversight.
- Lack of detailed performance metrics in the provided data makes it hard to assess efficiency.
- The single award after full and open competition warrants scrutiny to ensure no better options were overlooked.
Positive Signals
- Awarded through full and open competition, maximizing potential bidder pool.
- Task order is in support of a specific disaster (DR-4237), indicating a targeted and necessary response.
- The contract is for essential services (temporary housing) during a critical period.
Sector Analysis
The Facilities Support Services sector encompasses a wide range of activities related to the operation and maintenance of physical structures. In the context of disaster response, this sector is critical for providing immediate infrastructure, such as temporary housing. Comparable spending benchmarks would typically involve analyzing the cost per unit for temporary housing solutions deployed in other disaster events, considering factors like duration, type of housing, and geographic location. The market for disaster recovery services is often specialized, with a mix of large general contractors and niche providers.
Small Business Impact
The provided data indicates that small business participation (SB) was not a specific set-aside for this contract (SS=false, SB=false). Therefore, there are no direct subcontracting implications mandated by small business set-aside requirements for this particular task order. The impact on the small business ecosystem would depend on whether Partnership for Temporary Housing LLC utilizes small businesses as subcontractors, which is not detailed in this data.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. Accountability measures would be tied to the terms and conditions of the Time and Materials Delivery Order, including reporting requirements and performance standards. Transparency is facilitated by the contract award data being publicly available. Inspector General jurisdiction would likely reside with the DHS Office of Inspector General, which investigates waste, fraud, and abuse in federal programs.
Related Government Programs
- FEMA Disaster Relief Fund
- Temporary Housing Programs
- Facilities Support Services Contracts
- Disaster Recovery and Resilience
Risk Flags
- Time and Materials Contract Type
- Potential for Cost Overruns
- Limited Performance Data Available
Tags
facilities-support-services, department-of-homeland-security, federal-emergency-management-agency, disaster-response, temporary-housing, delivery-order, time-and-materials, full-and-open-competition, south-dakota, dr-4237
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $21.7 million to PARTNERSHIP FOR TEMPORARY HOUSING LLC. IGF::CT::IGF IATAC - TASK ORDER IS IN SUPPORT OF DR-4237-OST HAUL AND INSTALL.
Who is the contractor on this award?
The obligated recipient is PARTNERSHIP FOR TEMPORARY HOUSING 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 $21.7 million.
What is the period of performance?
Start: 2015-11-08. End: 2016-08-03.
What was the specific nature of the 'haul and install' services provided under this contract?
The 'haul and install' services under this contract likely involved the transportation of pre-fabricated temporary housing units to designated sites and their subsequent setup and preparation for occupancy. This could include site assessment, foundation preparation, utility connections (water, sewer, electricity), and final placement and securing of the units. Given the context of disaster response (DR-4237), these services are critical for rapidly providing shelter to displaced populations. The specific type of housing units (e.g., manufactured homes, RVs, temporary structures) would dictate the complexity and duration of the installation process. Without more granular details on the deliverables, it's challenging to pinpoint the exact scope beyond the general description.
How does the Time and Materials (T&M) contract type compare to other contract types used for similar disaster housing services?
Time and Materials (T&M) contracts are often used when the extent or duration of the work cannot be predetermined, offering flexibility in disaster response scenarios. However, they carry a higher risk of cost overruns compared to fixed-price contracts because the government pays for the actual labor hours and material costs incurred by the contractor, plus a fixed fee or fixed hourly rates. For disaster housing, fixed-price contracts might be preferred if the scope (e.g., number and type of units, standard installation) is well-defined. Alternatively, cost-plus contracts could be used if significant unknowns exist but require robust cost accounting and oversight. The T&M approach here suggests FEMA anticipated variability in the installation process or duration, necessitating close monitoring of labor hours and material usage to ensure value.
What is the typical cost range for similar temporary housing haul and install services in disaster zones?
Determining a precise typical cost range for temporary housing haul and install services is complex due to significant variability in factors such as the type and size of housing units, geographic location (affecting transportation costs and labor rates), site preparation requirements, duration of need, and the specific disaster context. However, costs can range from several thousand dollars per unit for basic setup to tens of thousands for more complex installations or longer-term deployments. Benchmarking this $21.7 million contract, which supported DR-4237 over 269 days, would require knowing the number of units deployed and the specific services rendered. Without this, a direct comparison is difficult, but the overall value suggests a substantial operation, potentially involving hundreds of units or complex logistical challenges.
What oversight mechanisms were in place to manage the Time and Materials aspect of this contract?
For a Time and Materials (T&M) contract, especially one of this magnitude supporting disaster relief, robust oversight mechanisms are crucial. These typically include a dedicated Contracting Officer's Representative (COR) responsible for monitoring contractor performance, ensuring work is performed as authorized, and verifying that labor hours and material costs are reasonable and allocable. Regular progress reports from the contractor detailing work accomplished, hours expended, and materials used are standard. FEMA likely employed site inspections, audits of contractor invoices, and potentially established ceiling prices for labor categories and material markups to control costs. The COR's role is pivotal in authorizing work, approving invoices, and ensuring compliance with contract terms.
Were there any performance issues or disputes reported related to this contract?
Based on the provided data snippet, there is no explicit information regarding performance issues, disputes, or contract modifications. The data indicates a single delivery order awarded under full and open competition with a defined start and end date. To ascertain if there were any performance issues, one would need to consult contract performance reports, payment histories, modification logs, or any official correspondence related to the contract's execution. In the absence of such records, it is assumed the contract was completed according to its terms, though this does not preclude potential undocumented challenges or minor issues that were resolved.
How does the $21.7 million expenditure compare to overall FEMA spending on temporary housing for DR-4237?
The $21.7 million awarded to Partnership for Temporary Housing LLC represents a significant portion of the funding allocated for temporary housing related to Disaster DR-4237. However, without comprehensive data on FEMA's total expenditure for DR-4237 temporary housing, it's difficult to place this single contract in a broader financial context. FEMA's disaster response funding is often distributed across multiple contracts and activities, including acquisition of housing units, transportation, installation, site management, and potentially direct assistance to individuals. This contract specifically covers 'haul and install,' suggesting it's a key component but likely not the entirety of the temporary housing solution for this disaster.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
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: Cerberus Capital Management, L.P. (UEI: 014784388)
Address: 3190 FAIRVIEW PK DR STE 700, FALLS CHURCH, VA, 22042
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $24,949,161
Exercised Options: $21,671,309
Current Obligation: $21,671,309
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSFEHQ09D0700
IDV Type: IDC
Timeline
Start Date: 2015-11-08
Current End Date: 2016-08-03
Potential End Date: 2019-03-16 00:00:00
Last Modified: 2019-02-15
More Contracts from Partnership for Temporary Housing LLC
- Dr-1981-Nd Haul and Install for 400 Temporary Housing Units — $58.5M (Department of Homeland Security)
- Technical Services in Support of Iowa — $16.5M (Department of Homeland Security)
View all Partnership for Temporary Housing LLC federal contracts →
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)