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
- Lack of detailed service scope for benchmarking.
- Limited competition details for delivery order.
- Potential for cost overruns if scope expands.
Positive Signals
- Competitive award mechanism used.
- Firm fixed price contract type.
- Supports essential government functions.
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
- Facilities Support Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Limited competition details.
- Potential for scope creep.
- Lack of performance metrics.
- Dependency on contractor's specialized capabilities.
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 Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, 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
- Installation Support Services — $95.2M (Department of Defense)
- Maintenance and Deactivation of Temporary Housing in Support of Hurricane Katrina Relief Efforts — $11.4M (Department of Homeland Security)
- Labs 3/5, 7, 8, and 9 - CE Facility and Equipment Support Bridge 2024 North American Industry Classification System (naics): 561210 — $9.6M (Department of Defense)
- Region 10 Manchester Laboratory Operations and Maintenance Services — $4.3M (Environmental Protection Agency)
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)