FEMA Spends $37M on Travel Trailers for Disaster Relief, Awarded to Tom Stinnett Holiday RV Center
Contract Overview
Contract Amount: $37,064,276 ($37.1M)
Contractor: TOM Stinnett Holiday RV Center Inc
Awarding Agency: Department of Homeland Security
Start Date: 2005-09-16
End Date: 2005-09-30
Contract Duration: 14 days
Daily Burn Rate: $2.6M/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TRAVEL TRAILERS
Place of Performance
Location: CLARKSVILLE, CLARK County, INDIANA, 47129
State: Indiana Government Spending
Plain-Language Summary
Department of Homeland Security obligated $37.1 million to TOM STINNETT HOLIDAY RV CENTER INC for work described as: TRAVEL TRAILERS Key points: 1. Significant expenditure on essential disaster relief equipment. 2. Single awardee suggests potential for limited competition or strong incumbent advantage. 3. Fixed-price contract aims to control costs, but initial award value is high. 4. Sector focus on manufacturing essential goods for emergency response.
Value Assessment
Rating: fair
The contract value of $37,064,276 for 370,642 units is approximately $100 per unit. This seems exceptionally low for travel trailers, suggesting either a misunderstanding of the data or a highly specialized, basic unit. Further clarification on the 'unit' is needed for a true benchmark.
Cost Per Unit: $100 (potentially N/A due to unit definition)
Competition Analysis
Competition Level: full-and-open
Despite being listed as 'full and open competition,' the award went to a single vendor. This could indicate that only one vendor met the stringent requirements or was the most competitive. The impact on price discovery is unclear without knowing the number of bids received.
Taxpayer Impact: Taxpayer funds are being used for essential disaster relief supplies. The efficiency of the procurement process and the value for money are key considerations for taxpayer impact.
Public Impact
Provides critical temporary housing for individuals displaced by natural disasters. Supports FEMA's mission to respond to and recover from emergencies. Ensures availability of essential resources during times of crisis.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition despite 'full and open' designation.
- Unclear unit definition impacts cost analysis.
- Short contract duration (14 days) may not reflect long-term needs.
Positive Signals
- Addresses urgent need for disaster relief housing.
- Firm fixed-price contract provides cost certainty.
- Awarded by a key agency for emergency management.
Sector Analysis
This contract falls within the manufacturing sector, specifically for recreational vehicles adapted for emergency use. Spending benchmarks for disaster relief trailers are difficult to establish due to the variable nature of demand and specific requirements.
Small Business Impact
The data indicates that this contract was not awarded to a small business. Further analysis would be needed to determine if small businesses had an opportunity to participate in the bidding process.
Oversight & Accountability
The Federal Emergency Management Agency (FEMA) is responsible for overseeing this contract. Standard procurement regulations and oversight mechanisms would apply to ensure accountability and proper use of funds.
Related Government Programs
- Travel Trailer and Camper Manufacturing
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Potential lack of robust competition despite 'full and open' status.
- Ambiguity in 'unit' definition hinders accurate cost analysis.
- Short contract duration may not align with long-term disaster recovery needs.
- No indication of small business participation.
Tags
travel-trailer-and-camper-manufacturing, department-of-homeland-security, in, dca, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $37.1 million to TOM STINNETT HOLIDAY RV CENTER INC. TRAVEL TRAILERS
Who is the contractor on this award?
The obligated recipient is TOM STINNETT HOLIDAY RV CENTER 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 $37.1 million.
What is the period of performance?
Start: 2005-09-16. End: 2005-09-30.
What is the exact definition of a 'travel trailer' unit in this context, and how does the $100 per unit cost compare to similar emergency shelter units?
The provided data lists 'Travel Trailer and Camper Manufacturing' as the NAICS code, and the award is for 'Travel Trailer'. However, the unit cost of approximately $100 per unit is exceptionally low for any standard travel trailer. It's possible these are highly basic, stripped-down units or the 'unit' refers to something other than a complete trailer. Without clarification, a true cost comparison is impossible.
Given the 'full and open competition' designation, what factors might have led to a single awardee, and does this raise concerns about price discovery?
While designated 'full and open,' a single awardee can occur if only one bidder meets all technical specifications, possesses the necessary manufacturing capacity, or offers the most advantageous price. This could indicate a highly specialized requirement or a lack of broader market interest. It raises a moderate concern about price discovery, as a single bid may not represent the full competitive landscape.
How effective are these travel trailers in meeting the immediate and medium-term housing needs of disaster survivors, and what is their typical deployment duration?
Travel trailers are generally effective for providing immediate, temporary shelter post-disaster, offering more comfort and amenities than basic tents. Their effectiveness depends on the severity of the disaster and the availability of infrastructure like power and water. Deployment duration varies but is typically measured in months, not years, as they are intended as a transitional solution.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Body and Trailer Manufacturing › Travel Trailer and Camper Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 520 MARRIETT DR, CLARKSVILLE, IN, 09
Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $74,128,552
Exercised Options: $74,128,552
Current Obligation: $37,064,276
Timeline
Start Date: 2005-09-16
Current End Date: 2005-09-30
Potential End Date: 2005-09-30 00:00:00
Last Modified: 2010-11-05
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)