DHS FEMA awarded $25.18M for 1400 park model trailers to meet accessibility requirements in 2007

Contract Overview

Contract Amount: $25,181,348 ($25.2M)

Contractor: TL Industries, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2007-07-18

End Date: 2007-12-24

Contract Duration: 159 days

Daily Burn Rate: $158.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: 1400 TWO BEDROOM PARK MODEL UFAS TRAILERS TO SATIAFY REQUIREMENTS FOR 5% INVENTORY TO MEET ARCHITECTUAL BARRIERS ACT, 42 U.S.C. 4151-4147 FOR 2007.

Place of Performance

Location: ELKHART, ELKHART County, INDIANA, 46514

State: Indiana Government Spending

Plain-Language Summary

Department of Homeland Security obligated $25.2 million to TL INDUSTRIES, INC. for work described as: 1400 TWO BEDROOM PARK MODEL UFAS TRAILERS TO SATIAFY REQUIREMENTS FOR 5% INVENTORY TO MEET ARCHITECTUAL BARRIERS ACT, 42 U.S.C. 4151-4147 FOR 2007. Key points: 1. The contract aimed to fulfill Architectural Barriers Act requirements for inventory. 2. The fixed-price contract was awarded to TL INDUSTRIES, INC. 3. The duration was approximately 5 months, indicating a need for rapid deployment. 4. The contract was awarded under full and open competition. 5. The per-unit cost for these specialized trailers was approximately $17,986. 6. This spending occurred in 2007, suggesting a potential link to disaster relief efforts or preparedness.

Value Assessment

Rating: fair

The per-unit cost of approximately $17,986 for these specialized trailers appears reasonable given the specific accessibility requirements mandated by the Architectural Barriers Act. Benchmarking against similar government procurements for accessible housing or temporary structures would provide a clearer picture of value for money. However, without more detailed specifications on the 'UFAS' (Uniform Federal Accessibility Standards) compliance and the trailer's features, a definitive value assessment is challenging. The fixed-price nature of the contract suggests that the government aimed to control costs upfront.

Cost Per Unit: $17,986 per unit

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This competitive process is generally expected to yield better pricing and terms for the government. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust competition was sought.

Taxpayer Impact: Full and open competition typically benefits taxpayers by driving down prices through market forces and encouraging a wider range of suppliers to participate, potentially leading to cost savings.

Public Impact

The primary beneficiaries are individuals requiring accessible housing or facilities, as the trailers were procured to meet specific accessibility standards. The services delivered involved the manufacturing and supply of 1400 specialized park model trailers. The geographic impact is not specified but likely relates to areas where FEMA requires temporary or permanent accessible housing solutions. The contract supported manufacturing jobs within the trailer industry, specifically at TL INDUSTRIES, INC.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader manufacturing sector, specifically the production of recreational vehicles and park models. The market for such specialized units is influenced by demand from government agencies, disaster relief organizations, and private consumers. The government's role in procuring accessible housing solutions highlights a niche within this market, driven by regulatory compliance and public service needs. Comparable spending benchmarks would involve looking at other large-scale procurements of temporary or modular housing units, particularly those with specific accessibility mandates.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there were no explicit requirements for subcontracting with small businesses. The primary impact on the small business ecosystem would be indirect, through potential competition if small businesses were capable of meeting the stringent requirements and participating in the full and open competition.

Oversight & Accountability

Oversight for this contract would have been managed by the Department of Homeland Security (DHS) and its Federal Emergency Management Agency (FEMA). As a fixed-price contract, oversight would focus on ensuring timely delivery, adherence to specifications, and compliance with the Architectural Barriers Act. Transparency is generally facilitated through contract award databases like FPDS, where basic details are publicly available. Inspector General jurisdiction would apply to investigations of fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

dhs, fema, park-model-trailers, accessibility-compliance, architectural-barriers-act, full-and-open-competition, firm-fixed-price, manufacturing, temporary-housing, indiana, 2007, disaster-relief

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $25.2 million to TL INDUSTRIES, INC.. 1400 TWO BEDROOM PARK MODEL UFAS TRAILERS TO SATIAFY REQUIREMENTS FOR 5% INVENTORY TO MEET ARCHITECTUAL BARRIERS ACT, 42 U.S.C. 4151-4147 FOR 2007.

Who is the contractor on this award?

The obligated recipient is TL INDUSTRIES, 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 $25.2 million.

What is the period of performance?

Start: 2007-07-18. End: 2007-12-24.

What specific Uniform Federal Accessibility Standards (UFAS) were applied to these park model trailers, and how did they influence the design and cost?

The Uniform Federal Accessibility Standards (UFAS) are a set of guidelines ensuring that buildings and facilities are accessible to individuals with disabilities. For these 1400 park model trailers, UFAS compliance likely mandated specific features such as wider doorways, accessible bathrooms with grab bars and turning space, lower counter heights, and accessible routes within the trailer. These requirements add complexity and cost to the manufacturing process compared to standard park models. The exact specifications would detail the extent of compliance needed, directly impacting material choices, construction methods, and ultimately the per-unit cost of approximately $17,986. Without the detailed statement of work or technical specifications, it's difficult to pinpoint the precise UFAS elements that drove the cost.

How does the per-unit cost of $17,986 compare to similar government procurements for accessible temporary housing or trailers?

The per-unit cost of $17,986 for these specialized park model trailers needs to be benchmarked against comparable government procurements. During 2007, FEMA and other agencies procured various forms of temporary housing, including manufactured homes and trailers, often in response to natural disasters. Accessible units typically command a premium over standard units due to the specialized design and construction required to meet accessibility standards like UFAS. If similar contracts for accessible units of comparable size and features were awarded around the same period, this price point could be considered reasonable. However, if standard trailers were procured for significantly less, it would suggest that the accessibility requirements were a substantial cost driver, or that the competition for this specific niche was limited despite being 'full and open'.

What was the specific purpose or event that necessitated the procurement of 1400 accessible park model trailers in 2007?

The procurement of 1400 park model trailers in 2007, specifically to satisfy requirements for 5% inventory to meet Architectural Barriers Act (ABA) standards, suggests a need for accessible temporary or transitional housing. While the data doesn't explicitly state the event, 2007 was a period following significant natural disasters, including hurricanes impacting the Gulf Coast. FEMA is responsible for providing temporary housing solutions in disaster-stricken areas. It is highly probable that these trailers were intended to house individuals displaced by such events, with a specific mandate to ensure a portion of the housing stock was accessible to individuals with disabilities, thereby complying with federal accessibility laws.

What is the track record of TL INDUSTRIES, INC. in fulfilling government contracts, particularly for FEMA or DHS?

Information regarding TL INDUSTRIES, INC.'s specific track record with government contracts, especially with FEMA or DHS, is not detailed in the provided data snippet. To assess their performance on this $25.18 million contract for 1400 park model trailers, one would need to consult federal procurement databases (like FPDS) for historical contract awards, performance ratings, and any reported issues or disputes. A company's history with similar large-scale, time-sensitive procurements, particularly those involving specialized requirements like accessibility, would be a key indicator of their capability and reliability. Without this historical context, it's difficult to evaluate their past performance beyond the successful completion of this specific 2007 contract.

How did the 'full and open competition' process for this contract ensure fair pricing and prevent potential cost overruns?

A 'full and open competition' process is designed to ensure fair pricing by allowing any responsible source to submit a bid, thereby maximizing the number of potential offerors. This broad competition increases the likelihood that the government receives competitive bids reflecting market rates. For this $25.18 million contract, the agency would have issued a solicitation detailing the requirements, including the 1400 park model trailers with specific ABA compliance. Multiple companies would then submit proposals, typically evaluated on factors including price, technical capability, and past performance. The agency would then award the contract to the offeror providing the best value. This process inherently aims to drive down costs through market forces and provides a basis for negotiating favorable terms, thus helping to prevent excessive cost overruns compared to non-competitive methods.

Industry Classification

NAICS: ManufacturingMotor Vehicle Body and Trailer ManufacturingTravel Trailer and Camper Manufacturing

Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: HSFEHQ-07-R-0016

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 25876 MINER RD, ELKHART, IN, 02

Business Categories: Category Business, Small Business

Financial Breakdown

Contract Ceiling: $80,910,000

Exercised Options: $26,970,000

Current Obligation: $25,181,348

Parent Contract

Parent Award PIID: HSFEHQ07D0222

IDV Type: IDC

Timeline

Start Date: 2007-07-18

Current End Date: 2007-12-24

Potential End Date: 2007-12-24 00:00:00

Last Modified: 2009-12-12

More Contracts from TL Industries, Inc.

View all TL Industries, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending