DHS FEMA Awards $134.7M Contract to Fluor Enterprises for Hurricane Katrina Site Development
Contract Overview
Contract Amount: $134,695,143 ($134.7M)
Contractor: Fluor Enterprises Inc
Awarding Agency: Department of Homeland Security
Start Date: 2006-02-28
End Date: 2011-03-31
Contract Duration: 1,857 days
Daily Burn Rate: $72.5K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Construction
Official Description: 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.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
Department of Homeland Security obligated $134.7 million to FLUOR ENTERPRISES INC for work described as: 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. Key points: 1. Significant investment of $134.7 million for critical post-disaster infrastructure. 2. Contract awarded to Fluor Enterprises Inc. for construction services. 3. Limited competition raises questions about optimal price discovery. 4. Spending occurred during a period of urgent need following Hurricane Katrina.
Value Assessment
Rating: questionable
The contract type is Cost Plus Fixed Fee, which can lead to cost overruns if not closely managed. The total award amount of $134.7 million for site development and infrastructure support is substantial, and its value needs to be assessed against the specific scope and urgency of post-Katrina recovery efforts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not competed, indicating a limited competition approach. This was likely due to the urgent nature of disaster recovery. However, the lack of full competition may have limited opportunities for price discovery and potentially resulted in a higher cost than a fully competed contract.
Taxpayer Impact: Taxpayer funds were used for essential recovery efforts, but the lack of competition may have impacted the overall cost-effectiveness of the expenditure.
Public Impact
Directly supported recovery efforts for victims of Hurricane Katrina. Provided essential infrastructure and utilities for temporary housing solutions. Demonstrates federal commitment to disaster response and rebuilding.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Cost Plus Fixed Fee contract type
- Long duration for a disaster recovery contract
Positive Signals
- Addressed urgent post-disaster needs
- Supported critical infrastructure development
Sector Analysis
This contract falls under construction services for infrastructure and utilities, a critical sector during disaster recovery. The spending of $134.7 million is significant and reflects the scale of the Hurricane Katrina response.
Small Business Impact
The data does not indicate any specific involvement or benefit to small businesses in this contract award.
Oversight & Accountability
The contract was awarded by the Department of Homeland Security (FEMA) during a critical period. Oversight would have been crucial to manage costs and ensure the effective delivery of services under a Cost Plus Fixed Fee arrangement.
Related Government Programs
- Architectural Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Lack of competition
- Potential for cost overruns due to CPFF structure
- Limited transparency on pricing justification
- Long contract duration without clear competitive re-evaluation
Tags
architectural-services, department-of-homeland-security, dc, do, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $134.7 million to FLUOR ENTERPRISES INC. 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.
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 $134.7 million.
What is the period of performance?
Start: 2006-02-28. End: 2011-03-31.
What was the justification for not competing this significant contract, given the long performance period?
The justification for not competing this contract likely stemmed from the extreme urgency and scale of the Hurricane Katrina disaster. FEMA needed to rapidly deploy resources for temporary housing and infrastructure. While urgency is a valid concern, the lack of competition over an 1857-day period warrants scrutiny regarding whether alternative competitive strategies could have been employed or if the pricing was adequately validated.
How were costs controlled and validated under the Cost Plus Fixed Fee structure for this large-scale recovery effort?
Controlling costs under a Cost Plus Fixed Fee (CPFF) contract, especially for a large-scale disaster recovery effort, relies heavily on robust oversight, clear definition of allowable costs, and rigorous auditing. FEMA would have needed to establish strict guidelines for expenditures and monitor Fluor Enterprises' costs closely to ensure they were reasonable and allocable to the contract. The fixed fee component provides some incentive for efficiency, but the 'cost plus' aspect requires diligent management to prevent overspending.
What was the long-term impact of this site development on the recovery and rebuilding of affected areas?
The long-term impact of this site development was crucial for establishing the foundational infrastructure necessary for temporary housing and subsequent rebuilding efforts following Hurricane Katrina. By providing essential utilities and site preparation, the contract enabled the deployment of immediate relief solutions and laid the groundwork for more permanent reconstruction. The effectiveness is measured by the speed and stability of the recovery process it facilitated.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Architectural Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: HSFEHQ05R0033
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: $134,695,143
Exercised Options: $134,695,143
Current Obligation: $134,695,143
Parent Contract
Parent Award PIID: HSFEHQ05D0471
IDV Type: BOA
Timeline
Start Date: 2006-02-28
Current End Date: 2011-03-31
Potential End Date: 2011-03-31 00:00:00
Last Modified: 2011-04-05
More Contracts from 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 — $874.0M (Department of Homeland Security)
- 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)
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)