FEMA awarded Shaw Environmental $24.6M for Hurricane Katrina temporary housing solutions in Louisiana
Contract Overview
Contract Amount: $24,630,952 ($24.6M)
Contractor: Shaw Environmental, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2005-09-10
End Date: 2006-09-30
Contract Duration: 385 days
Daily Burn Rate: $64.0K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: SUPPORT FOR THE RECOVERY DIVISION MISSION; IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA (LA) - DESIGN AND DEVELOP THE GROOM RD AND OLD SCENIC HWY GROUP SITE IN ACCORDANCE WITH THE APPROVED GROUP SITE DESIGN AND TIME LINE
Place of Performance
Location: BATON ROUGE, EAST BATON ROUGE County, LOUISIANA, 70817
Plain-Language Summary
Department of Homeland Security obligated $24.6 million to SHAW ENVIRONMENTAL, INC. for work described as: SUPPORT FOR THE RECOVERY DIVISION MISSION; IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA (LA) - DESIGN AND DEVELOP THE GROOM RD AND OLD SCENIC HWY GROUP SITE IN ACCORDANCE WITH THE APPROVED GROUP S… Key points: 1. Contract focused on immediate post-disaster housing needs, highlighting rapid response capabilities. 2. Sole-source award suggests limited pre-existing vendor relationships or urgent, specific expertise required. 3. Performance period of approximately one year indicates a project-based, time-sensitive requirement. 4. The contract's scope involved site development and resource identification for displaced individuals. 5. This award falls under professional, scientific, and technical services, a broad but critical category for disaster response.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging due to its specific, emergency-response nature and sole-source award. The fixed fee component suggests some cost control, but the overall price reflects the urgency and unique circumstances of Hurricane Katrina recovery. Without comparable sole-source contracts for similar disaster housing solutions, a precise value-for-money assessment is difficult. The cost-plus aspect, while necessary for unforeseen challenges, can introduce variability.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, indicating that FEMA likely identified Shaw Environmental, Inc. as the only capable or available vendor for the specific requirements of developing temporary housing solutions post-Hurricane Katrina. The lack of competition means that price discovery through market forces was bypassed, potentially leading to a higher cost than if multiple bids had been solicited.
Taxpayer Impact: Taxpayers may have paid a premium due to the absence of competitive bidding. The sole-source nature limits the government's ability to leverage market competition to secure the best possible price and terms.
Public Impact
Directly benefits individuals and families displaced by Hurricane Katrina in Louisiana. Services delivered include the design and development of temporary housing sites. Geographic impact is concentrated in Louisiana, specifically addressing needs arising from the hurricane's devastation. Workforce implications include potential employment for construction, engineering, and project management personnel involved in site development.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits transparency and potential for cost savings through competition.
- Cost-plus contract type can lead to cost overruns if not managed tightly.
- Emergency nature of the award may have necessitated expediency over thorough vetting.
Positive Signals
- Contract awarded to a single, potentially specialized vendor for urgent needs.
- Focus on critical post-disaster housing addresses immediate humanitarian concerns.
- Defined performance period suggests a focused, time-bound effort.
Sector Analysis
This contract falls within the 'All Other Professional, Scientific, and Technical Services' category (NAICS 541990). This sector is broad and encompasses a wide range of specialized services. In the context of disaster recovery, it includes critical support functions like site assessment, planning, and development, which are essential for providing immediate relief. The market for such services during large-scale disasters is often characterized by rapid mobilization and specialized expertise, making pre-established relationships or unique capabilities highly valuable.
Small Business Impact
The data does not indicate any specific small business set-aside or subcontracting requirements for this contract. As a sole-source award to a large contractor (Shaw Environmental, Inc.), it is less likely to have direct provisions for small business participation unless subcontracted by the prime. The focus was on immediate, large-scale disaster response, which may prioritize established capabilities over small business set-aside goals.
Oversight & Accountability
Oversight for this contract would fall under the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. Given the cost-plus nature and the emergency context, rigorous oversight would be crucial to monitor expenditures and ensure the effective development of temporary housing. Transparency might be limited due to the sole-source award, but performance metrics and financial reporting would be key accountability measures. Inspector General jurisdiction would apply for investigations into fraud, waste, or abuse.
Related Government Programs
- Hurricane Katrina Disaster Relief Efforts
- Federal Emergency Management Agency (FEMA) Contracts
- Temporary Housing Solutions
- Disaster Recovery Services
- Department of Homeland Security Procurement
Risk Flags
- Sole-source award raises concerns about competition and potential cost efficiencies.
- Cost-plus contract type necessitates robust oversight to manage expenditures.
- Emergency procurement context may limit detailed pre-award analysis.
Tags
disaster-response, emergency-management, housing-solutions, fema, department-of-homeland-security, louisiana, sole-source, cost-plus-fixed-fee, professional-scientific-technical-services, hurricane-katrina, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $24.6 million to SHAW ENVIRONMENTAL, INC.. SUPPORT FOR THE RECOVERY DIVISION MISSION; IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA (LA) - DESIGN AND DEVELOP THE GROOM RD AND OLD SCENIC HWY GROUP SITE IN ACCORDANCE WITH THE APPROVED GROUP SITE DESIGN AND TIME LINE
Who is the contractor on this award?
The obligated recipient is SHAW ENVIRONMENTAL, 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 $24.6 million.
What is the period of performance?
Start: 2005-09-10. End: 2006-09-30.
What was the specific expertise Shaw Environmental, Inc. brought to this contract that justified a sole-source award?
While the provided data does not detail Shaw Environmental, Inc.'s specific expertise, sole-source awards are typically justified when a particular contractor possesses unique capabilities, specialized knowledge, or critical resources essential for the requirement that cannot be readily obtained from other sources. In the context of Hurricane Katrina recovery, this could have included pre-existing knowledge of Louisiana's terrain, established relationships with local authorities, specialized engineering skills for rapid site development, or the immediate availability of personnel and equipment crucial for emergency housing solutions. FEMA would have had to document these justifications to proceed with a sole-source procurement.
How did the 'Cost Plus Fixed Fee' (CPFF) contract type function in this emergency scenario?
A Cost Plus Fixed Fee (CPFF) contract is a hybrid type where the contractor is reimbursed for all allowable costs plus a predetermined fixed fee representing profit. In an emergency like Hurricane Katrina, CPFF can be advantageous because it allows for flexibility in addressing unforeseen challenges and scope changes inherent in disaster response. The 'cost' portion covers direct and indirect expenses incurred, while the 'fixed fee' provides a stable profit margin. This structure incentivizes the contractor to control costs while ensuring they are compensated for their efforts, though it requires diligent oversight from the agency to prevent cost escalation beyond what is reasonable and necessary for the mission.
What were the key performance indicators (KPIs) for this contract?
Specific KPIs for this contract are not detailed in the provided data. However, for a contract focused on identifying and developing temporary housing solutions post-disaster, key performance indicators would likely have included the speed of site identification and readiness, the number of housing units made available or ready for occupancy, adherence to timelines for site development milestones, compliance with environmental and safety regulations, and the overall cost-effectiveness of the solutions implemented. FEMA would have monitored these metrics to ensure the contractor met the urgent needs of displaced populations.
Were there any follow-on contracts or related work awarded to Shaw Environmental, Inc. for Hurricane Katrina recovery?
The provided data only pertains to this specific delivery order. To determine if there were follow-on contracts or related work awarded to Shaw Environmental, Inc. for Hurricane Katrina recovery, a broader search of federal procurement databases (like FPDS or USASpending) would be necessary. Given the scale of the disaster and the duration of recovery efforts, it is plausible that the agency would engage contractors for extended periods or multiple phases of work, potentially including Shaw Environmental, Inc. if their performance was satisfactory.
How does the $24.6 million award compare to other disaster housing contracts?
Comparing this $24.6 million award requires context regarding the scale and duration of the disaster, the specific services required, and the time period. Hurricane Katrina was a catastrophic event, necessitating massive and rapid deployment of resources. Contracts for temporary housing solutions can vary significantly; some might focus solely on logistics and distribution, while others, like this one, involve site development. Without knowing the exact deliverables and timeframe of comparable contracts, a direct comparison is difficult. However, for a year-long project involving site design and development in a major disaster zone, $24.6 million represents a substantial but potentially justifiable investment given the circumstances.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: HSFEHQ05R0046
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Chicago Bridge & Iron Company N.V. (UEI: 386491765)
Address: 1725 DUKE STREET, ALEXANDRIA, VA, 22314
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $24,630,952
Exercised Options: $24,630,952
Current Obligation: $24,630,952
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSFEHQ05D0573
IDV Type: IDC
Timeline
Start Date: 2005-09-10
Current End Date: 2006-09-30
Potential End Date: 2006-09-30 00:00:00
Last Modified: 2017-06-28
More Contracts from Shaw Environmental, Inc.
- Maintenance for Travel Trailers and Manufactured Homes; Identify and Provide Temporary Housing Solutions for People Displaced Because of Hurricane Katrina - Inspections of Sites Identified by Fema for Placement of Temporary Shelters, Including Travel Trailers (TT) and Manufactured Homes (MH), and Park Models (PM) — $430.4M (Department of Homeland Security)
- THE Contractor Shall Perform ALL the Necessary Work and Services Required for Continued Construction Activities of Remedial Action for the Removal of Radioactive Contaminated Waste Located AT the Maywood Superfund Site, Maywood, NEW Jersey. This Task Order Award IS for the Negotiated Work and Services in Accordance With the Statement of Work in the Request for Proposal Dated 12 June 2008, General Decision Number NJ080003 Dated 5 December 2008, Service Contract ACT Wage Determination Number 2005-2347 Revision 6 Dated 11 September 2008 and With the Attached Authority to Proceed #255 Dated 10 December 2008 — $182.1M (Department of Defense)
- 200409!000634!96ce!w912dq!usa Engineer District Kansas Cty!dacw4199d9001 !A!N! !N!0003 ! !20040224!20060331!085333792!085333792!180038382!n!shaw Environmental, Inc !250 W 34TH ST !NEW York !ny!10119!44880!003!34!maywood !bergen !NEW Jersey!+000005500000!n!n!000000000000!f108!hazardous Substance Removal/Cleanup/Disposal Svcs !S1 !services !ZBC !brac !562910!E! !5!B!S! ! ! !99990909!B! ! !B! !a!u!u!2!006!b! !C!N!Z! ! !N!C!N! ! ! !c!c!a!a!000!a!c!n! ! ! ! ! ! !0001! ! — $122.3M (Department of Defense)
- 200405!000279!5700!GW05 !hsw/Pkv !FA890304D8676 !A!N! !N!0008 ! !20040128!20050115!083760293!109514559!180038382!n!shaw Environmental, Inc !8081 Royal Ridge Parkway, !irving !TX!75063!00000! !IZ!* !* !iraq !+000046749910!n!n!000000000000!c219!other Architect & Engineering Services !C2 !construction !ZOP !* !562910!E! !5!B!M! !A! !99990909!B! ! !A! !a!n!u!2!006!b! !Z!Y!Z! ! !N!M!N! ! ! ! ! !A!A!00 !A!B!N! ! ! !Y! ! !0001! ! — $90.8M (Department of Defense)
- Fema Requires Manufactured Housing Unit (MHU) Haul and Install-Related Activities in Support of Dr-4277-La, ANY Declared Parish in Louisiana. However, Fema Anticipates That the Majority of Haul and Install Activities, Especially in the Initial Stages of the Mission, Will BE Conducted in the Following (10) Parishes: East Baton Rouge, Livingston, ST. Helena, East Feliciana, Evangeline, ST. Landry, ST. Martin, ST. Tammany, Washington, Tangipahoa — $89.4M (Department of Homeland Security)
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)