DHS FEMA Spends $97.9M on Katrina Temporary Housing, Awarded Sole-Source to Fluor Enterprises
Contract Overview
Contract Amount: $97,863,197 ($97.9M)
Contractor: Fluor Enterprises Inc
Awarding Agency: Department of Homeland Security
Start Date: 2005-09-02
End Date: 2011-04-04
Contract Duration: 2,040 days
Daily Burn Rate: $48.0K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT FOR PEOPLE DISPLACED BY HURRICANE KATRINA.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
Department of Homeland Security obligated $97.9 million to FLUOR ENTERPRISES INC for work described as: IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT FOR PEOPLE DISPLACED BY HURRICANE KATRINA. Key points: 1. Significant expenditure of $97.9M for disaster relief housing solutions. 2. Sole-source award to Fluor Enterprises Inc. raises questions about competition. 3. Long contract duration (2040 days) suggests complex, ongoing needs. 4. Architectural services (NAICS 541310) were the primary focus.
Value Assessment
Rating: questionable
The $97.9M award for architectural services is substantial. Without competitive bidding, it's difficult to assess if this price represents fair market value compared to similar disaster relief contracts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not competed, indicating a sole-source award to Fluor Enterprises Inc. This lack of competition limits price discovery and potentially leads to higher costs for taxpayers.
Taxpayer Impact: The absence of competitive bidding for a large contract like this means taxpayers may have overpaid for the services rendered.
Public Impact
Provided essential temporary housing solutions for Hurricane Katrina victims. Contract duration extended over several years, indicating long-term recovery efforts. Awarded by FEMA, highlighting the agency's role in disaster response.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Lack of competition
- High contract value
Positive Signals
- Addressed critical need for disaster housing
Sector Analysis
This contract falls under architectural services, a sector often engaged during large-scale infrastructure and recovery projects. The spending benchmark for such services can vary widely based on project scope and urgency.
Small Business Impact
There is no indication in the provided data whether small businesses were involved as subcontractors or partners in this contract. The sole-source nature might have limited opportunities for SMB participation.
Oversight & Accountability
The sole-source award warrants further oversight to ensure the necessity of non-competitive procurement and the reasonableness of costs. Accountability for disaster relief spending is crucial.
Related Government Programs
- Architectural Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Sole-source award lacks transparency and competitive pricing.
- High contract value ($97.9M) without competition raises cost concerns.
- Long contract duration (2040 days) may indicate inefficiencies or scope creep.
- Potential for taxpayer overpayment due to lack of competitive bidding.
Tags
architectural-services, department-of-homeland-security, dc, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $97.9 million to FLUOR ENTERPRISES INC. IDENTIFY POTENTIAL TEMPORARY HOUSING SOLUTIONS, RESOURCES, AND REQUIREMENT FOR PEOPLE DISPLACED BY 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 $97.9 million.
What is the period of performance?
Start: 2005-09-02. End: 2011-04-04.
What specific architectural services were provided under this contract, and how did they directly contribute to temporary housing solutions for Katrina displaced persons?
The contract focused on identifying potential temporary housing solutions, resources, and requirements. This likely involved site assessment, design consultation, planning for modular or temporary structures, and potentially coordination with various stakeholders to expedite the provision of shelter for those displaced by Hurricane Katrina.
Given the sole-source nature, what justification was provided by FEMA for not competing this significant contract, and were alternative solutions explored?
The justification for a sole-source award typically involves urgency, unique capabilities, or lack of available alternatives. For Hurricane Katrina relief, the extreme urgency and scale of the disaster may have led FEMA to believe that a sole-source award to a known entity like Fluor Enterprises was the fastest way to address immediate housing needs, though this should be rigorously documented.
How was the 'Time and Materials' pricing structure monitored to ensure cost-effectiveness and prevent overruns, especially in a sole-source scenario?
Monitoring Time and Materials (T&M) contracts, particularly sole-source ones, requires robust oversight. FEMA would need to establish clear labor categories, rates, and material cost ceilings, along with detailed tracking and verification of hours worked and materials used. Regular audits and performance reviews are essential to control costs and ensure value.
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: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSFEHQ05R0033
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
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: $97,863,197
Exercised Options: $97,863,197
Current Obligation: $97,863,197
Parent Contract
Parent Award PIID: HSFEHQ05D0471
IDV Type: BOA
Timeline
Start Date: 2005-09-02
Current End Date: 2011-04-04
Potential End Date: 2011-04-04 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)