FEMA Awards $98.1M for Travel Trailers Amidst Hurricane Katrina Relief Efforts
Contract Overview
Contract Amount: $98,100,000 ($98.1M)
Contractor: Bourget's of the South, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2005-09-17
End Date: 2005-10-31
Contract Duration: 44 days
Daily Burn Rate: $2.2M/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TRAVEL TRAILERS
Place of Performance
Location: NORCO, ST. CHARLES County, LOUISIANA, 70079
Plain-Language Summary
Department of Homeland Security obligated $98.1 million to BOURGET'S OF THE SOUTH, LLC for work described as: TRAVEL TRAILERS Key points: 1. Significant contract value highlights urgent need for disaster relief resources. 2. Competition method (SAP) suggests a streamlined process for rapid deployment. 3. Potential risk associated with single award for a critical, high-volume need. 4. Sector focus on manufacturing and logistics for emergency response.
Value Assessment
Rating: questionable
The contract value of $98.1M for travel trailers is substantial. Without specific per-unit cost data or benchmarks for similar emergency procurements, it's difficult to definitively assess pricing fairness. The urgency of the situation may have influenced pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP (Simplified Acquisition Procedures), indicating a limited competition approach likely chosen for speed. This method may not have yielded the most competitive pricing compared to full and open competition.
Taxpayer Impact: The large award amount suggests significant taxpayer investment, with potential for overpayment if pricing was not aggressively negotiated due to the expedited process.
Public Impact
Directly addresses immediate housing needs for displaced populations following a major disaster. Supports economic activity within the travel trailer manufacturing sector. Highlights the government's capacity to rapidly procure essential goods during crises.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may have led to higher costs.
- Single award for a large quantity could pose supply chain risks.
- Short performance period (44 days) for a large contract.
Positive Signals
- Rapid procurement to meet urgent disaster relief needs.
- Contract awarded to a specific company, potentially supporting a regional business.
Sector Analysis
This procurement falls within the manufacturing and logistics sector, specifically for emergency response equipment. Spending benchmarks for disaster relief trailers can vary widely based on urgency, quantity, and specific features required.
Small Business Impact
The data indicates the award went to BOURGET'S OF THE SOUTH, LLC. It is unclear if this is a small business or if small business subcontracting was a requirement or achieved.
Oversight & Accountability
Oversight would focus on ensuring timely delivery, quality of the trailers, and adherence to contract terms, especially given the expedited nature of the procurement. Accountability lies with FEMA to manage the contract effectively.
Related Government Programs
- Travel Trailer and Camper Manufacturing
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Potential for inflated pricing due to emergency procurement.
- Risk of supply chain disruption with a single supplier.
- Lack of transparency regarding small business participation.
- Short contract duration may not align with long-term recovery needs.
Tags
travel-trailer-and-camper-manufacturing, department-of-homeland-security, la, dca, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $98.1 million to BOURGET'S OF THE SOUTH, LLC. TRAVEL TRAILERS
Who is the contractor on this award?
The obligated recipient is BOURGET'S OF THE SOUTH, 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 $98.1 million.
What is the period of performance?
Start: 2005-09-17. End: 2005-10-31.
What was the average cost per trailer, and how does it compare to market rates or other government procurements for similar units during that period?
The total award was $98.1 million for an unspecified number of travel trailers. To determine the average cost per trailer, the quantity procured is essential. Without this, a direct comparison to market rates or other government contracts is impossible. However, given the urgency post-Hurricane Katrina, pricing might have been higher than standard commercial rates.
What were the specific criteria for using Simplified Acquisition Procedures (SAP) for such a large dollar value, and were there any risks associated with limited competition?
SAP is typically used for purchases up to $250,000, though exceptions exist for certain circumstances, especially during declared emergencies. Using SAP for a $98.1M contract suggests a critical need and potentially a waiver or specific emergency procurement authority. The primary risk is reduced price competition, potentially leading to higher costs for taxpayers.
How effectively did the procured travel trailers meet the needs of displaced individuals, and what was the overall impact on disaster recovery efforts?
The effectiveness of the travel trailers would be measured by their suitability as temporary housing, durability, and the speed at which they were deployed. While providing immediate shelter is crucial, the long-term impact depends on factors like maintenance, resident satisfaction, and how quickly more permanent housing solutions became available.
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: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: P.O. BOX 189, NORCO, LA, 01
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $196,200,000
Exercised Options: $196,200,000
Current Obligation: $98,100,000
Timeline
Start Date: 2005-09-17
Current End Date: 2005-10-31
Potential End Date: 2005-10-31 00:00:00
Last Modified: 2009-10-28
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)