FEMA awarded $32.7M for A&E and Program Management Services to Michael Baker Jr., Inc

Contract Overview

Contract Amount: $32,681,933 ($32.7M)

Contractor: Michael Baker JR., Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2004-03-11

End Date: 2009-03-10

Contract Duration: 1,825 days

Daily Burn Rate: $17.9K/day

Number of Offers Received: 1

Pricing Type: FIXED PRICE AWARD FEE

Sector: Other

Official Description: ESSENTIAL A&E AND PROGRAM MGMT SERVICES

Place of Performance

Location: ALEXANDRIA, ALEXANDRIA CITY County, VIRGINIA, 22304

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $32.7 million to MICHAEL BAKER JR., INC. for work described as: ESSENTIAL A&E AND PROGRAM MGMT SERVICES Key points: 1. Contract provides essential architectural, engineering, and program management support. 2. Long-term contract duration of 5 years suggests a need for sustained services. 3. Fixed Price Award Fee contract type incentivizes performance while managing costs. 4. Services are critical for disaster response and recovery operations. 5. Contractor has a significant role in supporting FEMA's mission. 6. Geographic focus on Virginia indicates regional support needs.

Value Assessment

Rating: good

The contract value of $32.7 million over five years averages to approximately $6.5 million annually. Without specific benchmarks for similar A&E and program management contracts within FEMA or DHS, a direct value-for-money assessment is challenging. However, the fixed-price award fee structure suggests an attempt to control costs while rewarding performance. The duration and scope indicate a substantial need for these services, implying a reasonable allocation of resources for critical support functions.

Cost Per Unit: N/A

Competition Analysis

Competition Level: unknown

The competition level for this contract is not specified in the provided data. Typically, essential A&E and program management services can be competed through various methods, including full and open competition, or set-asides for small businesses. The nature of the services might lend itself to specialized firms, potentially influencing the number and type of bidders. Further information on the solicitation process would be needed to assess the competitive landscape.

Taxpayer Impact: The level of competition directly impacts taxpayer value. Robust competition generally leads to lower prices and better service offerings. If this contract was competed broadly, taxpayers likely benefited from a competitive market. If it was sole-source or limited, there's a higher risk of paying a premium.

Public Impact

Citizens in Virginia benefit from improved disaster preparedness and response capabilities. Essential architectural, engineering, and program management services are delivered to support FEMA's mission. The contract supports the agency's ability to manage and execute recovery efforts post-disaster. Workforce implications include potential support roles for engineers, architects, and project managers.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Architecture and Engineering (A&E) services sector is a significant part of the federal procurement landscape, supporting a wide array of government functions. This contract falls within the Engineering Services category (NAICS 541330). Federal spending in this sector is often driven by infrastructure projects, disaster recovery, and specialized program management. Comparable spending benchmarks would typically involve analyzing other large A&E contracts awarded by agencies like FEMA, the Army Corps of Engineers, or GSA, looking at both total value and per-project costs.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the procurement was likely competed among larger firms or potentially awarded through other contracting vehicles. There is no explicit information regarding subcontracting plans for small businesses. Without this detail, it's difficult to assess the direct impact on the small business ecosystem, though larger prime contracts often involve some level of subcontracting.

Oversight & Accountability

Oversight for this contract would primarily reside with the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security (DHS). The contract type, Fixed Price Award Fee, implies performance monitoring to determine award fee payouts. Transparency would depend on FEMA's reporting practices and the availability of contract performance data. The DHS Office of Inspector General (OIG) would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

engineering-services, program-management, department-of-homeland-security, federal-emergency-management-agency, fixed-price-award-fee, delivery-order, virginia, large-contract, disaster-response, architectural-engineering

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $32.7 million to MICHAEL BAKER JR., INC.. ESSENTIAL A&E AND PROGRAM MGMT SERVICES

Who is the contractor on this award?

The obligated recipient is MICHAEL BAKER JR., 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 $32.7 million.

What is the period of performance?

Start: 2004-03-11. End: 2009-03-10.

What is the track record of Michael Baker Jr., Inc. with federal contracts, particularly with FEMA or DHS?

Michael Baker Jr., Inc. has a substantial history of contracting with the U.S. federal government, including significant work with agencies like FEMA and DHS. Their portfolio often includes engineering, planning, environmental services, and construction management, frequently in support of disaster response, infrastructure resilience, and homeland security initiatives. Analyzing their past performance on similar contracts would involve reviewing contract awards, performance evaluations (if publicly available), and any documented disputes or corrective actions. A review of federal procurement databases would likely reveal numerous awards across various agencies, indicating a broad capability and established presence. Their experience with FEMA specifically would be crucial, given the nature of this contract, suggesting familiarity with the agency's unique operational requirements and disaster-related missions.

How does the $32.7 million contract value compare to similar A&E and program management services procured by FEMA?

Assessing the $32.7 million value requires context within FEMA's broader procurement landscape for A&E and program management services. FEMA frequently procures such services, especially following major disaster declarations, often through task orders under larger indefinite-delivery/indefinite-quantity (IDIQ) contracts or through specific project-based awards. The average annual value of this contract is approximately $6.5 million. To benchmark, one would need to compare this to the average value of similar long-term A&E support contracts awarded by FEMA or other disaster-focused agencies. Factors like the specific scope (e.g., planning, design, oversight), duration, and geographic coverage significantly influence cost. Without detailed comparative data on FEMA's recent procurements for comparable services, it's difficult to definitively state if this represents a high, low, or average investment.

What are the key performance indicators (KPIs) and award fee criteria used to evaluate Michael Baker Jr., Inc.'s performance under this contract?

The provided data indicates a 'Fixed Price Award Fee' (PT: FIXED PRICE AWARD FEE) contract type, which implies that contractor performance is evaluated against specific criteria to determine the amount of award fee earned. However, the exact KPIs and award fee structure are not detailed in the summary data. Typically, for A&E and program management services, KPIs might include adherence to project schedules, quality of deliverables (e.g., design accuracy, report completeness), cost control effectiveness, responsiveness to agency needs, and overall client satisfaction. The award fee criteria would outline the specific performance targets and the corresponding fee percentages or amounts associated with achieving them. A thorough review of the contract's statement of work (SOW) and award fee plan would be necessary to identify these precise metrics.

What is the historical spending pattern for A&E and program management services by FEMA, and how does this contract fit within that trend?

FEMA's spending on A&E and program management services historically fluctuates based on the frequency and severity of natural disasters. Following major events like hurricanes or widespread flooding, there is typically a surge in demand for these services to support assessment, planning, design, and oversight of recovery and rebuilding efforts. This $32.7 million contract, awarded in 2004 and ending in 2009, falls within a period where FEMA was actively engaged in post-hurricane recovery (e.g., Hurricane Charley in 2004, Katrina in 2005, though this contract predates Katrina). Its five-year duration suggests a need for sustained, ongoing support rather than a response to a single, acute event. Analyzing FEMA's total obligated amounts for similar service categories over the past decade would reveal trends, showing peaks during disaster years and potentially steadier, lower levels during quieter periods. This contract represents a significant, multi-year investment consistent with the agency's need for robust technical and managerial support.

Are there any identified risks associated with this contract, such as contractor performance issues, cost overruns, or scope creep?

Without specific performance data or a detailed contract review, identifying concrete risks is speculative. However, general risks associated with long-term A&E and program management contracts include potential for scope creep, where the project's objectives expand beyond the original agreement, leading to increased costs and delays. Contractor performance issues, such as missed deadlines or subpar quality, are also a risk, though the award fee mechanism aims to mitigate this by incentivizing good performance. Cost overruns are a concern, particularly if the initial estimates were inaccurate or if unforeseen complexities arise. For this specific contract, the fixed-price nature provides some cost certainty, but the 'award fee' component means the final cost could vary based on performance. A review of contract modifications, performance reports, and any associated audits would be necessary to identify specific realized risks.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: ARCHITECT/ENGINEER SERVICESARCH-ENG SVCS - GENERAL

Contractor Details

Parent Company: Michael Baker International, LLC (UEI: 079171269)

Address: 4301 DUTCH RIDGE ROAD, BEAVER, PA, 15009

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $239,481,930

Exercised Options: $201,575,938

Current Obligation: $32,681,933

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Parent Contract

Parent Award PIID: HSFEHQ04D0025

IDV Type: IDC

Timeline

Start Date: 2004-03-11

Current End Date: 2009-03-10

Potential End Date: 2009-03-10 00:00:00

Last Modified: 2016-05-26

More Contracts from Michael Baker JR., Inc.

View all Michael Baker JR., Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending