FEMA's $60.9M contract for Katrina temporary housing solutions in Louisiana awarded to Shaw Environmental, Inc
Contract Overview
Contract Amount: $60,882,408 ($60.9M)
Contractor: Shaw Environmental, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2005-09-26
End Date: 2006-09-30
Contract Duration: 369 days
Daily Burn Rate: $165.0K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: IA ATC SUPPORT - IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT IN LOUISANA FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA (LA) - GROUP SITE DESIGN, CONSTRUCTION, INSTALLATION, AND MAINTENANCE
Place of Performance
Location: BATON ROUGE, EAST BATON ROUGE County, LOUISIANA, 70821
Plain-Language Summary
Department of Homeland Security obligated $60.9 million to SHAW ENVIRONMENTAL, INC. for work described as: IA ATC SUPPORT - IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT IN LOUISANA FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA (LA) - GROUP SITE DESIGN, CONSTRUCTION, INSTALLATION, AND MAINTENANCE Key points: 1. Contract awarded on a sole-source basis, raising questions about potential cost efficiencies and market competition. 2. Significant duration of over a year for a disaster response effort suggests complex logistical challenges. 3. The contract's focus on identifying and providing temporary housing highlights critical post-disaster needs. 4. Awarded to a single vendor, limiting opportunities for broader industry engagement and innovation. 5. The cost-plus-fixed-fee structure may incentivize cost overruns if not closely monitored. 6. Geographic focus on Louisiana underscores the localized impact and response requirements of Hurricane Katrina.
Value Assessment
Rating: questionable
Benchmarking this contract's value is challenging due to its specific disaster-response nature and sole-source award. The total obligation of over $60 million for identifying, designing, constructing, installing, and maintaining temporary housing solutions in Louisiana following Hurricane Katrina indicates a substantial investment. Without competitive bids or comparable sole-source contracts for similar large-scale disaster housing efforts, it's difficult to definitively assess if the pricing was optimal. The cost-plus-fixed-fee (CPFF) contract type, while common in complex projects, carries inherent risks of cost escalation if not managed with rigorous oversight.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor possesses the necessary capabilities, or in urgent situations where competition is not feasible. The lack of competition means there was no opportunity for price discovery through bidding, and taxpayers did not benefit from potential cost savings that could arise from a competitive environment.
Taxpayer Impact: The absence of competition for this significant contract means taxpayers may have paid a premium compared to what might have been achieved through a competitive bidding process. This also limits the government's ability to leverage a wider range of solutions and innovations from the market.
Public Impact
Displaced residents of Louisiana affected by Hurricane Katrina are the primary beneficiaries, receiving essential temporary housing. The contract facilitated the design, construction, installation, and maintenance of temporary housing sites. The geographic impact is concentrated in Louisiana, specifically addressing the needs of those displaced within the state. The contract likely involved significant workforce mobilization, including construction, logistics, and support personnel, impacting local and potentially national employment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potential for innovation.
- Cost-plus-fixed-fee structure can lead to cost overruns without strict oversight.
- Urgency of disaster response may have bypassed standard procurement safeguards.
- Long-term maintenance component adds to the overall cost and complexity.
- Limited transparency due to non-competitive nature of the award.
Positive Signals
- Addressed a critical and urgent need for housing post-disaster.
- Shaw Environmental, Inc. likely possessed specialized capabilities for disaster response.
- Contract provided essential services to a large number of displaced individuals.
- Focused on a specific, high-impact geographic area requiring immediate attention.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically related to disaster recovery and emergency management support. The market for such services is often characterized by a need for rapid deployment, specialized expertise, and the ability to scale operations quickly in response to unforeseen events. While general construction and environmental services have established benchmarks, disaster-specific temporary housing solutions are a niche market, often dominated by a few key players capable of handling the scale and urgency required.
Small Business Impact
There is no indication that this contract included small business set-asides or subcontracting requirements. Given the sole-source nature and the scale of the operation, it is possible that the prime contractor, Shaw Environmental, Inc., handled the majority of the work internally or with pre-selected partners, potentially limiting opportunities for small businesses to participate in this specific contract.
Oversight & Accountability
Oversight for this contract would have been managed by the Department of Homeland Security (FEMA). Given the CPFF structure and the disaster context, rigorous oversight would be crucial to manage costs, ensure timely delivery, and verify the quality of services. Transparency might be limited due to the sole-source award, but contract performance reports and financial audits would be key accountability measures. Inspector General involvement would be expected for any potential fraud, waste, or abuse.
Related Government Programs
- Hurricane Katrina Disaster Relief Efforts
- Temporary Housing Programs
- Emergency Management Services
- Federal Disaster Assistance
Risk Flags
- Sole-source award
- Cost-plus contract type
- Disaster response urgency
Tags
other-professional-scientific-and-technical-services, department-of-homeland-security, federal-emergency-management-agency, louisiana, disaster-response, temporary-housing, sole-source, cost-plus-fixed-fee, hurricane-katrina, emergency-management
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $60.9 million to SHAW ENVIRONMENTAL, INC.. IA ATC SUPPORT - IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT IN LOUISANA FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA (LA) - GROUP SITE DESIGN, CONSTRUCTION, INSTALLATION, AND MAINTENANCE
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 $60.9 million.
What is the period of performance?
Start: 2005-09-26. 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 the specific justification for the sole-source award to Shaw Environmental, Inc., such awards are typically granted when a single entity possesses unique capabilities, specialized knowledge, or critical resources essential for the requirement. In the context of Hurricane Katrina, this could have included pre-existing contracts, specialized disaster response infrastructure, proven experience in large-scale temporary housing deployment, or immediate availability of personnel and equipment that no other vendor could match within the urgent timeframe. FEMA would have had to document why competition was not feasible or not in the best interest of the government, often citing urgency, lack of alternatives, or national security implications, though the latter is less likely here.
How did the Cost Plus Fixed Fee (CPFF) structure impact the final cost of this contract?
The Cost Plus Fixed Fee (CPFF) contract structure means that Shaw Environmental, Inc. was reimbursed for all allowable costs incurred in performing the contract, plus a predetermined fixed fee representing profit. This structure is often used for complex projects where the scope or costs are uncertain at the outset. For taxpayers, the risk with CPFF is that the contractor has less incentive to control costs, as their profit (the fixed fee) remains constant regardless of the actual expenses. The total cost of $60.9 million reflects the sum of all incurred costs plus the fixed fee. Effective oversight by FEMA was critical to ensure that all costs were reasonable, allocable, and allowable, and that the fixed fee represented fair compensation for the services rendered.
What were the primary challenges in identifying and providing temporary housing solutions in Louisiana post-Katrina?
Identifying and providing temporary housing in Louisiana post-Hurricane Katrina presented immense challenges. The sheer scale of displacement, affecting hundreds of thousands of people, overwhelmed existing infrastructure and resources. Key challenges included: finding suitable land for group sites, dealing with damaged or destroyed infrastructure (roads, utilities), logistical complexities of transporting and installing housing units rapidly, ensuring basic services like water, sanitation, and security at temporary sites, and addressing the diverse needs of different populations (families, individuals, vulnerable groups). The urgency of the situation often meant that solutions had to be implemented quickly, sometimes with compromises on long-term suitability or location.
Were there any performance issues or disputes reported during the execution of this contract?
The provided data does not contain information regarding specific performance issues, disputes, or contract modifications for this particular contract. However, given the scale, complexity, and urgency of disaster response operations following Hurricane Katrina, it is not uncommon for such contracts to encounter challenges. These could range from logistical delays and unforeseen site conditions to disagreements over cost allowability or performance standards. Without access to contract performance reports, modification histories, or official dispute records, it is impossible to assess whether any such issues arose during the contract's term.
How does this contract's spending compare to other federal disaster housing initiatives?
Comparing this $60.9 million contract for temporary housing solutions in Louisiana to other federal disaster housing initiatives is complex, as spending varies significantly based on the scale of the disaster, geographic area, duration of need, and the types of housing provided (e.g., temporary units, rental assistance, permanent repairs). Hurricane Katrina was one of the most costly natural disasters in U.S. history, leading to massive federal spending across multiple agencies. FEMA's overall spending on Katrina recovery exceeded $120 billion. While $60.9 million for temporary housing is substantial, it represents a portion of the total federal response. Benchmarking requires comparing contracts with similar scopes (e.g., providing physical temporary structures) and durations, which are often unique to each disaster event.
What was the duration of the contract and was it extended?
The contract had a duration of 369 days, spanning from September 26, 2005, to September 30, 2006. This duration indicates a significant commitment to addressing the temporary housing needs arising from Hurricane Katrina, extending well beyond the immediate aftermath of the storm. The data does not indicate any formal extensions beyond this initial period, suggesting that the primary objectives were intended to be met within this approximately one-year timeframe. The end date aligns with the ongoing recovery efforts in the region.
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: $60,882,408
Exercised Options: $60,882,408
Current Obligation: $60,882,408
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSFEHQ05D0573
IDV Type: IDC
Timeline
Start Date: 2005-09-26
Current End Date: 2006-09-30
Potential End Date: 2006-09-30 00:00:00
Last Modified: 2017-06-29
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)