FEMA's $34M Mobile Home Activation/Deactivation Contract Awarded to C Martin Co Inc

Contract Overview

Contract Amount: $34,189,384 ($34.2M)

Contractor: C Martin CO Inc

Awarding Agency: Department of Homeland Security

Start Date: 2006-06-01

End Date: 2007-08-31

Contract Duration: 456 days

Daily Burn Rate: $75.0K/day

Competition Type: COMPETITIVE DELIVERY ORDER

Number of Offers Received: 23

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: MOBILE HOME ACTIVATION/DEACTIVATION

Place of Performance

Location: NORTH LAS VEGAS, CLARK County, NEVADA, 89032

State: Nevada Government Spending

Plain-Language Summary

Department of Homeland Security obligated $34.2 million to C MARTIN CO INC for work described as: MOBILE HOME ACTIVATION/DEACTIVATION Key points: 1. The contract value is $34.19 million for facilities support services. 2. Awarded via competitive delivery order, indicating some level of market competition. 3. The contract duration is 456 days, suggesting a short-term or project-specific need. 4. Services include mobile home activation/deactivation, potentially for disaster relief operations.

Value Assessment

Rating: fair

The contract's base value is $34.19 million. Benchmarking against similar facilities support services contracts is difficult without more specific service details and performance data. The firm fixed price structure provides cost certainty.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

Awarded as a competitive delivery order, suggesting competition existed among pre-qualified vendors or within a specific contract vehicle. The limited nature of 'delivery order' competition might restrict broader market engagement and price discovery compared to an open solicitation.

Taxpayer Impact: Taxpayer funds are utilized for essential facilities support, likely related to emergency response or temporary housing solutions. The competitive award mechanism aims to ensure reasonable pricing.

Public Impact

Supports critical infrastructure needs, potentially for disaster recovery or temporary housing. Ensures operational readiness for mobile housing units. Facilitates rapid deployment and deactivation of essential services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under Facilities Support Services, a broad category encompassing maintenance, repair, and operational support for government facilities. Spending in this sector can vary significantly based on agency needs, infrastructure age, and deployment requirements.

Small Business Impact

Information on small business participation is not provided in the data. The contract was awarded to C Martin Co Inc, and further analysis would be needed to determine if this prime contractor is a small business or if subcontracting opportunities were allocated to small businesses.

Oversight & Accountability

The contract was awarded by the Department of Homeland Security (FEMA) via a competitive delivery order. Oversight would involve monitoring performance against the firm fixed price contract, ensuring timely delivery of services, and verifying compliance with contract terms.

Related Government Programs

Risk Flags

Tags

facilities-support-services, department-of-homeland-security, nv, do, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $34.2 million to C MARTIN CO INC. MOBILE HOME ACTIVATION/DEACTIVATION

Who is the contractor on this award?

The obligated recipient is C MARTIN CO 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 $34.2 million.

What is the period of performance?

Start: 2006-06-01. End: 2007-08-31.

What specific factors drove the need for mobile home activation/deactivation services, and how does this align with FEMA's mission?

The need for mobile home activation/deactivation services likely stems from FEMA's role in providing temporary housing solutions following natural disasters or other emergencies. These services are crucial for rapidly deploying and making habitable mobile housing units for affected populations, ensuring essential infrastructure is functional when and where it's most needed.

How effectively did the competitive delivery order process ensure optimal pricing and value for these specialized services?

The competitive delivery order process suggests that multiple vendors were considered, which should have fostered some price competition. However, the effectiveness in achieving optimal pricing depends on the number of bidders, the clarity of the requirement, and the specific terms negotiated. Without knowing the bid details, it's difficult to definitively assess value.

What are the potential risks associated with the firm fixed price contract type for this service, particularly in dynamic environments?

A firm fixed price contract provides cost certainty but can pose risks if the scope of work changes or unforeseen issues arise during mobile home activation/deactivation. If conditions are more complex than anticipated (e.g., difficult terrain, extensive repairs needed), the contractor might incur losses, potentially leading to disputes or reduced quality. Conversely, if the work is simpler, the government might overpay.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: COMPETITIVE DELIVERY ORDER

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: HSFEHQ06R8ALA

Offers Received: 23

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3395 W CHEYENNE, STE 102, NORTH LAS VEGAS, NV, 04

Business Categories: 8(a) Program Participant, Category Business, Minority Owned Business, Other Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Small Disadvantaged Business, Special Designations, Veteran Owned Business, Woman Owned Business

Financial Breakdown

Contract Ceiling: $34,189,384

Exercised Options: $34,189,384

Current Obligation: $34,189,384

Contract Characteristics

Multi-Year Contract: Yes

Parent Contract

Parent Award PIID: HSFEHQ06D0381

IDV Type: IDC

Timeline

Start Date: 2006-06-01

Current End Date: 2007-08-31

Potential End Date: 2007-08-31 00:00:00

Last Modified: 2012-03-21

More Contracts from C Martin CO Inc

View all C Martin CO Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending