FEMA awarded $30.8M for manufactured housing to support Hurricane Harvey relief efforts
Contract Overview
Contract Amount: $30,798,855 ($30.8M)
Contractor: Lexington Homes, Inc
Awarding Agency: Department of Homeland Security
Start Date: 2017-09-05
End Date: 2018-02-28
Contract Duration: 176 days
Daily Burn Rate: $175.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MANUFACTURED HOUSING UNITS IN SUPPORT OF HURRICANE HARVEY
Place of Performance
Location: OKLAHOMA CITY, OKLAHOMA County, OKLAHOMA, 73149
State: Oklahoma Government Spending
Plain-Language Summary
Department of Homeland Security obligated $30.8 million to LEXINGTON HOMES, INC for work described as: MANUFACTURED HOUSING UNITS IN SUPPORT OF HURRICANE HARVEY Key points: 1. Contract awarded for essential housing in disaster-stricken areas. 2. Lexington Homes, Inc. secured the award. 3. The contract was competed fully and openly. 4. Delivery order issued under an existing contract. 5. Fixed-price contract type suggests cost certainty. 6. Duration of 176 days indicates a short-term need.
Value Assessment
Rating: fair
The contract value of $30.8 million for manufactured housing units appears reasonable given the scale of disaster relief required for Hurricane Harvey. Benchmarking against similar disaster response housing contracts is difficult without more specific details on unit type, size, and delivery timelines. However, the firm fixed-price structure provides a degree of cost control for the government.
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. The presence of 7 bidders suggests a competitive market for these services. This level of competition is generally favorable for price discovery and ensuring the government receives competitive pricing.
Taxpayer Impact: A competitive bidding process helps ensure taxpayer dollars are used efficiently by driving down costs through market forces.
Public Impact
Provides temporary housing solutions for individuals and families displaced by Hurricane Harvey. Supports disaster recovery and resilience efforts in affected regions. Facilitates the return to normalcy for affected communities. Potentially supports local economies through logistics and deployment of housing units.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delays in delivery impacting immediate housing needs.
- Quality control of manufactured units to ensure habitability and durability.
Positive Signals
- Timely award to address urgent housing needs post-disaster.
- Use of a competitive process to secure favorable pricing.
- Fixed-price contract limits cost overruns.
Sector Analysis
The manufactured housing sector plays a crucial role in providing rapid, cost-effective housing solutions, particularly in emergency response scenarios. This contract falls within the broader construction and emergency services industries. The market for disaster relief housing is often characterized by urgent demand and the need for quick deployment, making pre-negotiated contracts or rapid competitive procurements common.
Small Business Impact
Information regarding small business participation or set-asides is not explicitly provided for this contract. As it was awarded under full and open competition, it is possible that small businesses could have participated as prime contractors or subcontractors. Further analysis would be needed to determine the extent of small business involvement.
Oversight & Accountability
Oversight for this contract would typically fall under the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. Mechanisms likely include contract performance monitoring, quality assurance checks, and financial audits to ensure compliance with terms and conditions. The Inspector General for DHS would have jurisdiction for investigations into fraud, waste, or abuse.
Related Government Programs
- Hurricane Harvey Disaster Relief
- Temporary Housing Programs
- Emergency Management Services
- Department of Homeland Security Contracts
Risk Flags
- Urgency of need may impact thoroughness of inspection.
- Potential for logistical challenges in rapid deployment.
- Quality assurance of manufactured units is critical.
Tags
disaster-relief, housing, manufactured-housing, department-of-homeland-security, fema, firm-fixed-price, full-and-open-competition, delivery-order, hurricane-harvey, lexington-homes-inc, oklahoma
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $30.8 million to LEXINGTON HOMES, INC. MANUFACTURED HOUSING UNITS IN SUPPORT OF HURRICANE HARVEY
Who is the contractor on this award?
The obligated recipient is LEXINGTON HOMES, 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 $30.8 million.
What is the period of performance?
Start: 2017-09-05. End: 2018-02-28.
What was the specific type and size of manufactured housing units procured under this contract?
The provided data indicates the procurement was for 'MANUFACTURED HOUSING UNITS IN SUPPORT OF HURRICANE HARVEY'. However, specific details regarding the exact type, size (e.g., square footage, number of bedrooms/bathrooms), and amenities of the manufactured housing units are not available in the provided data. This level of detail is crucial for a comprehensive value assessment and comparison with other housing solutions or similar contracts. Without this information, it's difficult to ascertain if the units met the specific needs of the displaced populations or if they were standard models.
How does the per-unit cost of these manufactured homes compare to market rates for similar housing in the affected region or nationally?
A direct per-unit cost comparison to market rates is challenging without knowing the exact specifications of the manufactured housing units (size, features, delivery, setup). The contract value is $30.8 million for an unspecified number of units. If we assume a hypothetical average cost per unit, it would need to be benchmarked against the prevailing market prices for new manufactured homes of comparable quality and features, including delivery and installation costs. Disaster relief procurements can sometimes involve premium pricing due to urgency and logistical complexities, which may deviate from standard market rates. Further investigation into the unit specifications and prevailing market prices at the time of award is necessary for a robust comparison.
What was the timeline for delivery and deployment of these manufactured housing units after the contract award?
The contract had a duration of 176 days, spanning from September 5, 2017, to February 28, 2018. This timeframe suggests that the delivery and deployment of the manufactured housing units were intended to occur within approximately six months of the award. Given the urgency following Hurricane Harvey, a rapid deployment capability would have been a critical factor. The effectiveness of the response hinges on how quickly these units became available to displaced residents. The contract's end date indicates the period during which these units were expected to be delivered and potentially occupied.
Were there any specific performance metrics or quality standards outlined in the contract for the manufactured housing units?
While the data indicates a 'FIRM FIXED PRICE' contract type, which generally implies clear deliverables and acceptance criteria, specific performance metrics and quality standards for the manufactured housing units are not detailed in the provided summary. Typically, such contracts would include specifications related to structural integrity, energy efficiency, safety features, and compliance with relevant building codes (e.g., HUD code for manufactured homes). FEMA would likely have had inspection and acceptance processes to ensure the units met the required standards for temporary housing. The 'OK' status for 'st' (State) and 'sn' (State Name) might imply adherence to state-level requirements, but explicit performance metrics are not listed.
What is the track record of Lexington Homes, Inc. in fulfilling government contracts, particularly for disaster relief?
The provided data identifies Lexington Homes, Inc. as the contractor, but it does not offer details on their past performance history with government contracts, including disaster relief efforts. To assess their track record, one would need to consult databases like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) to review past awards, performance evaluations, and any history of disputes or contract terminations. A positive performance history would increase confidence in their ability to deliver on this contract, while a negative one might raise concerns about potential risks.
How did the number of bidders (7) influence the final contract price compared to a scenario with fewer or more bidders?
Having seven bidders in a full and open competition generally suggests a healthy level of market interest and competition. A larger number of bidders typically exerts downward pressure on prices, as companies strive to offer the most competitive bids to win the contract. Conversely, a very low number of bidders might indicate limited market capacity or barriers to entry, potentially leading to higher prices. With seven bidders, it is reasonable to infer that the government likely achieved a competitive price, although without knowing the bid amounts, it's impossible to quantify the exact impact. This number suggests that the price was likely influenced by competitive market dynamics.
Industry Classification
NAICS: Manufacturing › Other Wood Product Manufacturing › Manufactured Home (Mobile Home) Manufacturing
Product/Service Code: PREFAB STRUCTURES/SCAFFOLDING
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Cavco Industries, Inc. (UEI: 009015264)
Address: 100 LEXINGTON CR, LEXINGTON, MS, 39095
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $30,798,855
Exercised Options: $30,798,855
Current Obligation: $30,798,855
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSFE7014D0155
IDV Type: IDC
Timeline
Start Date: 2017-09-05
Current End Date: 2018-02-28
Potential End Date: 2018-02-28 00:00:00
Last Modified: 2017-09-07
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)