FEMA's $39M Katrina housing task order to Shaw Environmental, Inc. for Louisiana temporary housing solutions
Contract Overview
Contract Amount: $39,268,166 ($39.3M)
Contractor: Shaw Environmental, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2005-09-10
End Date: 2006-10-31
Contract Duration: 416 days
Daily Burn Rate: $94.4K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: SUPPORT; IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT IN LOUISIANA FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA, TO INCL. INSTALL TRAVEL TRAILERS AND MOBILE HOMES, MAINTENANCE SERVICES FOR TT AND MH, GROUNDS AND INFRASTRUCTURE MAINTENANCE SERVICES FOR THE GROUP SITE UNDER THIS TASK ORDER, ESTABLISH AND MAINTAIN MAINTENANCE LOGS FOR EVERY STRUCTURE INSTALLED/PREPARED
Place of Performance
Location: BATON ROUGE, EAST BATON ROUGE County, LOUISIANA, 70821
Plain-Language Summary
Department of Homeland Security obligated $39.3 million to SHAW ENVIRONMENTAL, INC. for work described as: SUPPORT; IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT IN LOUISIANA FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA, TO INCL. INSTALL TRAVEL TRAILERS AND MOBILE HOMES, MAINTENANCE SERVICES FOR TT AND MH, GROUNDS AND INFRASTRUCTURE MAINTENANCE SE… Key points: 1. Value for money is difficult to assess due to the emergency nature of the contract and lack of comparable data. 2. Competition dynamics indicate a sole-source award, potentially limiting price discovery and increasing costs. 3. Risk indicators include the emergency response context and the extended duration of the task order. 4. Performance context is tied to disaster relief efforts following Hurricane Katrina. 5. Sector positioning is within professional, scientific, and technical services, specifically disaster recovery and support.
Value Assessment
Rating: questionable
The contract's value is challenging to benchmark given its emergency response nature following Hurricane Katrina. As a sole-source award, direct comparisons to competitively bid contracts are not feasible. The cost-plus-fixed-fee structure means that while direct costs are reimbursed, the fixed fee is negotiated, and its reasonableness is key to overall value. Without detailed cost breakdowns and market analysis at the time, assessing true value-for-money is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a sole-source delivery order, meaning it was not competed. This approach is often used in emergency situations where a specific contractor's capabilities are deemed essential or time is of the essence. The lack of competition means there was no opportunity for multiple vendors to bid, which could have led to lower prices through a competitive bidding process.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as there is no competitive pressure to drive down prices. The government relies on negotiation and oversight to ensure a fair price.
Public Impact
Individuals and families displaced by Hurricane Katrina in Louisiana benefited from the provision of temporary housing solutions. Services delivered included the installation and maintenance of travel trailers and mobile homes, as well as grounds and infrastructure maintenance for group sites. The geographic impact was concentrated in Louisiana, specifically addressing the needs of those affected by the hurricane. The contract supported a significant effort in disaster recovery, impacting the workforce involved in installation, maintenance, and support services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially increases costs for taxpayers.
- Emergency nature of the contract may have led to less rigorous cost scrutiny.
- Extended duration of the task order (over a year) could indicate unforeseen complexities or scope creep.
Positive Signals
- Addressed critical, immediate needs for housing displaced populations.
- Shaw Environmental, Inc. was tasked with providing essential services during a major disaster.
- The contract aimed to provide a comprehensive solution including installation and ongoing maintenance.
Sector Analysis
This contract falls within the Professional, Scientific, and Technical Services sector, specifically related to disaster recovery and support. The market for such services is often characterized by rapid mobilization and specialized expertise required during emergencies. Comparable spending benchmarks are difficult to establish due to the unique and urgent nature of disaster relief contracting, which often necessitates sole-source or emergency procurement methods.
Small Business Impact
This contract does not appear to have a small business set-aside component, nor is there explicit information regarding subcontracting to small businesses. The award to a single large entity like Shaw Environmental, Inc. suggests that small business participation may have been limited unless they were subcontractors to the prime. Further analysis would be needed to determine the extent of small business involvement.
Oversight & Accountability
Oversight for this contract would have been managed by the Federal Emergency Management Agency (FEMA), a component of the Department of Homeland Security. Given the cost-plus-fixed-fee structure and the emergency context, oversight would focus on the allowability of costs, the reasonableness of the fixed fee, and the satisfactory performance of services. Transparency is typically enhanced through contract reporting mechanisms, though specific oversight reports for this individual task order may not be publicly accessible.
Related Government Programs
- Hurricane Katrina Disaster Relief Efforts
- Temporary Housing Programs
- FEMA Disaster Assistance Contracts
- Emergency Procurement
- Post-Disaster Infrastructure Support
Risk Flags
- Sole-source award
- Emergency procurement context
- Cost-plus-fixed-fee contract type
Tags
other-professional-scientific-and-technical-services, department-of-homeland-security, federal-emergency-management-agency, louisiana, delivery-order, sole-source, cost-plus-fixed-fee, disaster-response, temporary-housing, hurricane-katrina, shaw-environmental-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $39.3 million to SHAW ENVIRONMENTAL, INC.. SUPPORT; IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT IN LOUISIANA FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA, TO INCL. INSTALL TRAVEL TRAILERS AND MOBILE HOMES, MAINTENANCE SERVICES FOR TT AND MH, GROUNDS AND INFRASTRUCTURE MAINTENANCE SERVICES FOR THE GROUP SITE UNDER THIS TASK ORDER, ESTABLISH AND MAINTAIN MAINTENANCE LOGS FOR EVERY STRUCTURE INSTALLED/PREPARED
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 $39.3 million.
What is the period of performance?
Start: 2005-09-10. End: 2006-10-31.
What was the specific justification for awarding this contract on a sole-source basis?
The justification for a sole-source award typically stems from urgent and compelling circumstances, such as a natural disaster where immediate action is required to protect life and property. In the case of Hurricane Katrina, the widespread devastation necessitated rapid deployment of resources. FEMA likely determined that Shaw Environmental, Inc. possessed the unique capabilities, existing infrastructure, or was the most readily available entity to provide the critical temporary housing solutions and associated services in Louisiana within the required timeframe. Sole-source awards bypass the standard competitive bidding process to expedite critical support during emergencies, though they require thorough documentation of the necessity.
How did the cost-plus-fixed-fee (CPFF) structure impact the final cost to taxpayers?
The Cost-Plus-Fixed-Fee (CPFF) structure reimburses the contractor for all allowable direct and indirect costs incurred, plus a predetermined fixed fee. For taxpayers, this means the government covers the actual costs of performing the work, which can fluctuate. The fixed fee represents the contractor's profit and is negotiated upfront. While the fee itself doesn't change, the total cost to taxpayers is directly tied to the total allowable costs incurred by Shaw Environmental, Inc. This structure can incentivize contractors to control costs to maximize their profit margin on the fixed fee, but it also carries the risk that actual costs could be higher than anticipated, leading to a higher overall expenditure than a fixed-price contract might have.
What were the key performance indicators (KPIs) for Shaw Environmental, Inc. under this task order?
While specific KPIs are not detailed in the provided data, typical performance indicators for such a contract would likely include the timely installation of travel trailers and mobile homes, the quality and responsiveness of maintenance services for these units and grounds, adherence to safety protocols during installation and maintenance, and effective management of resources and personnel. Meeting the demand for temporary housing solutions for displaced individuals and families in Louisiana would be a primary objective. Performance would also be assessed against the established schedule and budget parameters, with FEMA monitoring progress and addressing any deficiencies.
Were there any challenges or issues encountered during the performance of this contract?
Given the scale and complexity of the Hurricane Katrina disaster response, it is highly probable that challenges were encountered. These could have included logistical difficulties in transporting and installing housing units across affected areas, unforeseen infrastructure issues at group sites, supply chain disruptions for materials, and the sheer volume of demand for services. Managing a large workforce in a disaster zone also presents significant challenges. While specific issues are not detailed here, the extended duration of the task order (over a year) might suggest that the initial scope or timeline required adjustments due to such challenges.
How does this contract compare to other federal disaster response contracts in terms of scope and value?
This contract, valued at approximately $39 million for temporary housing solutions in Louisiana following Hurricane Katrina, represents a significant federal response to a major disaster. Its scope encompassed installation, maintenance, and infrastructure support, indicating a comprehensive approach. Compared to other disaster response contracts, its value is substantial, reflecting the immense scale of the Katrina disaster. However, direct comparisons are complex as disaster impacts vary widely, influencing contract scope, duration, and cost. Contracts for different types of disasters (e.g., earthquakes, floods) or different phases of response (e.g., immediate relief vs. long-term recovery) would naturally differ in their specifics.
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: $39,474,102
Exercised Options: $39,474,102
Current Obligation: $39,268,166
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: 2006-10-31
Potential End Date: 2006-10-31 00:00:00
Last Modified: 2016-05-20
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)