DHS spent $874M on Louisiana hurricane recovery support, a cost-plus contract awarded without competition
Contract Overview
Contract Amount: $873,993,210 ($874.0M)
Contractor: Fluor Enterprises Inc
Awarding Agency: Department of Homeland Security
Start Date: 2005-09-10
End Date: 2011-04-04
Contract Duration: 2,032 days
Daily Burn Rate: $430.1K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: IA TAC SUPPORT - IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENTS IN LOUISIANA FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA, TO INCLUDE SWEEP TEAM SERVICES TO IDENTIFY AND ASSESS SPECIFIC COMMUNITY NEEDS; TECHNICAL SUPPORT TO STRIKE TEAMS IN DISASTER ASSOCIATED ACTIVITIES.
Place of Performance
Location: BATON ROUGE, EAST BATON ROUGE County, LOUISIANA, 70821
Plain-Language Summary
Department of Homeland Security obligated $874.0 million to FLUOR ENTERPRISES INC for work described as: IA TAC SUPPORT - IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENTS IN LOUISIANA FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA, TO INCLUDE SWEEP TEAM SERVICES TO IDENTIFY AND ASSESS SPECIFIC COMMUNITY NEEDS; TECHNICAL SUPPORT TO STRIKE TEAMS IN DI… Key points: 1. The contract's significant value suggests a substantial need for disaster recovery services. 2. Awarded without competition, the pricing structure may not reflect market competition. 3. The long duration of the contract (2032 days) indicates a prolonged recovery effort. 4. The focus on temporary housing and sweep teams highlights critical post-disaster needs. 5. The contract's performance context is tied to the immediate aftermath and long-term recovery from Hurricane Katrina. 6. This contract falls within the architectural and engineering services sector, supporting disaster response.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to its specific disaster response nature and lack of competitive bidding. The cost-plus-fixed-fee structure, while common in uncertain environments, can lead to higher costs than fixed-price contracts. Without comparable non-competed disaster response contracts of similar scale and scope, a precise value-for-money assessment is difficult. However, the sheer magnitude of the award suggests significant resource allocation to address the extensive needs following Hurricane Katrina.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a sole-source justification, meaning it was not competed among multiple vendors. This approach is often employed in emergency situations where immediate action is required and a specific contractor possesses unique capabilities or is the only viable option. The lack of competition means that the government did not benefit from a bidding process that could have driven down prices or offered a wider range of solutions.
Taxpayer Impact: Taxpayers may have paid a premium due to the absence of competitive pressure. The government's ability to negotiate the best possible price was limited.
Public Impact
Displaced residents in Louisiana received critical support for temporary housing solutions. Services included sweep team operations to identify and assess community needs. Technical support was provided to strike teams for disaster-related activities. The geographic impact was concentrated in Louisiana, specifically addressing needs in affected areas. The contract supported the workforce involved in disaster response and recovery efforts.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpricing and suboptimal resource allocation.
- The cost-plus-fixed-fee contract type can incentivize higher spending without direct performance linkage.
- The extended duration may indicate challenges in achieving timely recovery objectives.
- Transparency regarding the specific services rendered and their effectiveness is limited due to sole-source award.
Positive Signals
- The contract addressed critical, immediate needs for disaster-affected populations.
- The scale of the contract reflects a significant commitment to recovery efforts.
- The focus on temporary housing and assessment is vital for humanitarian aid.
Sector Analysis
This contract falls under the Architectural Services (NAICS 541310) sector, which includes firms that plan and design buildings and infrastructure. However, its application here is highly specialized, focusing on disaster response and recovery, specifically identifying and assessing needs for temporary housing and providing technical support. This is a niche within the broader architectural services market, often activated during large-scale emergencies. Comparable spending benchmarks are difficult to establish due to the unique nature of disaster-specific support contracts.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have significant subcontracting implications for small businesses based on the provided data. The award to Fluor Enterprises Inc., a large corporation, suggests that the primary contractor is not a small business. This means that the direct economic benefits to the small business ecosystem from this specific contract are likely minimal.
Oversight & Accountability
Oversight mechanisms for this contract are not detailed in the provided data. However, given the significant dollar amount and the nature of disaster response, it is likely subject to oversight from the Department of Homeland Security's Office of Inspector General. Transparency regarding the specific use of funds and the effectiveness of services would be crucial for accountability, especially given the sole-source award.
Related Government Programs
- Hurricane Katrina Disaster Relief
- Federal Emergency Management Agency (FEMA) Operations
- Disaster Housing Assistance Programs
- Emergency Management Support Services
Risk Flags
- Sole-source award lacks competitive pricing pressure.
- Cost-plus-fixed-fee contract can lead to higher costs.
- Extended contract duration may indicate prolonged recovery challenges.
- Lack of detailed performance metrics hinders value assessment.
Tags
architectural-services, disaster-response, hurricane-katrina, louisiana, department-of-homeland-security, fema, sole-source, cost-plus-fixed-fee, large-contract, emergency-management, housing-solutions, post-disaster-support
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $874.0 million to FLUOR ENTERPRISES INC. IA TAC SUPPORT - IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENTS IN LOUISIANA FOR PEOPLE DISPLACED AS A RESULT OF HURRICANE KATRINA, TO INCLUDE SWEEP TEAM SERVICES TO IDENTIFY AND ASSESS SPECIFIC COMMUNITY NEEDS; TECHNICAL SUPPORT TO STRIKE TEAMS IN DISASTER ASSOCIATED ACTIVITIES.
Who is the contractor on this award?
The obligated recipient is FLUOR ENTERPRISES 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 $874.0 million.
What is the period of performance?
Start: 2005-09-10. End: 2011-04-04.
What specific services were provided under this contract, and how were they measured for effectiveness?
The contract aimed to identify potential temporary housing solutions, resources, and requirements in Louisiana for individuals displaced by Hurricane Katrina. This included sweep team services to assess community needs and technical support for disaster-associated activities. Measuring effectiveness would likely involve metrics such as the number of displaced individuals housed, the speed of needs assessment, and the successful deployment of support teams. However, without detailed performance reports or specific deliverables outlined in the award, a precise evaluation of effectiveness is challenging. The cost-plus-fixed-fee structure means that the contractor is reimbursed for allowable costs plus a predetermined fee, which can sometimes decouple the fee from strict performance outcomes.
How does the $874 million expenditure compare to other federal disaster recovery efforts of similar scale?
Comparing this $874 million expenditure to other federal disaster recovery efforts is complex, as disaster scales and response needs vary significantly. Hurricane Katrina was one of the costliest natural disasters in U.S. history, necessitating a massive federal response. While this figure is substantial, it represents a portion of the overall federal spending on Katrina recovery, which ultimately reached hundreds of billions of dollars. Other major disasters like Superstorm Sandy or more recent hurricanes (e.g., Maria in Puerto Rico) also incurred tens to hundreds of billions in federal aid. The specific nature of this contract—focusing on temporary housing identification and support—makes direct comparisons to broader infrastructure rebuilding contracts difficult. However, the magnitude aligns with the extensive needs generated by a catastrophic event.
What were the primary risks associated with this sole-source contract, and how were they mitigated?
The primary risk associated with this sole-source contract was the potential for inflated costs due to the lack of competitive bidding. Without competing offers, there was less pressure on Fluor Enterprises Inc. to offer the most cost-effective solutions. Another risk was the potential for scope creep or inefficient service delivery, as the cost-plus-fixed-fee structure reimburses costs incurred plus a fee, which might not be tightly tied to performance. Mitigation strategies would typically involve rigorous oversight, detailed auditing of costs, clear definition of services, and potentially negotiating specific performance targets within the contract. However, the specific mitigation efforts employed for this contract are not detailed in the provided data.
What is the historical spending pattern for architectural services related to disaster response by FEMA?
FEMA's historical spending on architectural services for disaster response is highly variable and event-driven. During major disasters like Hurricane Katrina, spending on services related to assessment, planning, and temporary solutions can surge significantly. This $874 million contract for Louisiana represents a substantial investment in a single event. In typical years with fewer or less severe disasters, FEMA's spending on such specialized architectural support would be considerably lower, often through more competitively bid, smaller-scale contracts for specific assessments or planning tasks. The agency's budget for disaster response and recovery is inherently unpredictable, fluctuating based on the frequency and intensity of natural events.
What was the justification for awarding this contract without competition, and were there alternatives considered?
The justification for awarding this contract without competition likely stemmed from the urgent and unprecedented nature of the Hurricane Katrina disaster. In such catastrophic events, immediate action is paramount, and existing government contracts or pre-qualified vendors may not be sufficient or available to meet the vast and rapidly evolving needs. Agencies often rely on sole-source awards when a specific contractor possesses unique capabilities, is the only source capable of meeting the requirement, or when exigent circumstances preclude a competitive process. For Hurricane Katrina, the scale of displacement and infrastructure damage created an environment where rapid deployment of resources was critical, potentially overriding standard competitive procurement procedures. Alternatives might have been considered, but the urgency and scope likely favored a direct award to a capable entity like Fluor Enterprises Inc.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Architectural 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: Fluor Corporation (UEI: 006907190)
Address: ONE ENTERPRISE DR, ALISO VIEJO, CA, 40
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $873,993,210
Exercised Options: $873,993,210
Current Obligation: $873,993,210
Parent Contract
Parent Award PIID: HSFEHQ05D0471
IDV Type: BOA
Timeline
Start Date: 2005-09-10
Current End Date: 2011-04-04
Potential End Date: 2011-04-04 00:00:00
Last Modified: 2011-06-14
More Contracts from Fluor Enterprises Inc
- Transmission and Distribution — $505.7M (Department of Defense)
- Repair and Restore ALL Aspects of the Puerto Rico Power Grid. Igf::ot::igf — $276.3M (Department of Defense)
- Federal Contract — $252.2M (Department of Energy)
- Technical Assistance — $171.8M (Department of Homeland Security)
- IA TAC Site Development: Provide Construction Services, Materials, Labor and Equip. for Infrastructure/Utilities and Other Related Activities to Support Temporary Housing or Other Solutions for Hurricane Katrina — $134.7M (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)