FEMA awards $16.5M for technical services to Partnership for Temporary Housing LLC over 7 years
Contract Overview
Contract Amount: $16,515,010 ($16.5M)
Contractor: Partnership for Temporary Housing LLC
Awarding Agency: Department of Homeland Security
Start Date: 2008-07-02
End Date: 2015-06-09
Contract Duration: 2,533 days
Daily Burn Rate: $6.5K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 13
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: TECHNICAL SERVICES IN SUPPORT OF IOWA.
Place of Performance
Location: FALLS CHURCH, FAIRFAX County, VIRGINIA, 22042, UNITED STATES OF AMERICA
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $16.5 million to PARTNERSHIP FOR TEMPORARY HOUSING LLC for work described as: TECHNICAL SERVICES IN SUPPORT OF IOWA. Key points: 1. Spending of $16.5M over 7 years for technical services. 2. Contract awarded via competitive delivery order. 3. Services fall under Facilities Support Services sector. 4. Potential for cost overruns given Cost Plus Fixed Fee structure.
Value Assessment
Rating: fair
The Cost Plus Fixed Fee (CPFF) contract type can lead to higher costs if not managed carefully. Benchmarking against similar CPFF contracts for facilities support services is difficult without more detailed cost breakdowns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The contract was awarded as a competitive delivery order, suggesting multiple vendors were considered. However, the specific competition details and price discovery mechanisms are not fully detailed, impacting the assessment of optimal pricing.
Taxpayer Impact: Taxpayer funds are being used for essential technical support services. The CPFF structure necessitates vigilant oversight to ensure cost-effectiveness and prevent unnecessary expenditures.
Public Impact
Supports FEMA's mission in disaster response and temporary housing. Long-term contract (7 years) indicates ongoing need for services. Potential impact on small businesses is minimal as the awardee is not identified as an SMB.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contract type can inflate costs.
- Limited transparency on specific price discovery during competition.
- Long contract duration increases risk of scope creep or inefficiency.
Positive Signals
- Awarded through a competitive process.
- Provides essential technical services for critical agency functions.
Sector Analysis
This contract falls under Facilities Support Services, a broad category encompassing a range of operational and maintenance support. Spending benchmarks for this sector vary widely based on the specific services and scale of operations.
Small Business Impact
The data indicates the contract was not set aside for small businesses, and the awardee, Partnership for Temporary Housing LLC, is not explicitly identified as a small business. Therefore, the direct impact on small business participation appears limited.
Oversight & Accountability
The Cost Plus Fixed Fee structure requires robust oversight from FEMA to ensure costs are reasonable and allocable. Regular audits and performance reviews are crucial for accountability and to mitigate potential overspending.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Cost Plus Fixed Fee contract type.
- Long contract duration.
- Limited detail on competition specifics.
- Potential for cost overruns.
Tags
facilities-support-services, department-of-homeland-security, va, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $16.5 million to PARTNERSHIP FOR TEMPORARY HOUSING LLC. TECHNICAL SERVICES IN SUPPORT OF IOWA.
Who is the contractor on this award?
The obligated recipient is PARTNERSHIP FOR TEMPORARY HOUSING LLC.
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 $16.5 million.
What is the period of performance?
Start: 2008-07-02. End: 2015-06-09.
What specific technical services are being provided under this contract, and how do they align with FEMA's core mission requirements?
The contract is for 'TECHNICAL SERVICES IN SUPPORT OF IOWA' within Facilities Support Services. While the exact nature of these services isn't detailed, they likely pertain to the operational and logistical needs associated with temporary housing initiatives, potentially including site management, infrastructure support, or related technical assistance crucial for FEMA's disaster response and recovery operations.
What were the key factors considered during the competitive delivery order process that led to the selection of Partnership for Temporary Housing LLC?
The specific evaluation criteria for this competitive delivery order are not provided. Typically, such processes consider factors like technical approach, past performance, management capability, and price. The selection likely hinged on the vendor's ability to meet FEMA's technical requirements and offer a competitive price, though the exact weighting and details remain undisclosed.
How does the Cost Plus Fixed Fee structure impact the government's ability to ensure cost-effectiveness and prevent contractor overcharging for these technical services?
The CPFF structure incentivizes the contractor to incur costs, as their fee is fixed. This necessitates strong government oversight to scrutinize all incurred costs, ensuring they are reasonable, allocable, and allowable under the contract terms. Without diligent monitoring and auditing, there's an inherent risk of inflated costs and reduced cost-effectiveness for the taxpayer.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 13
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Cerberus Capital Management, L.P. (UEI: 014784388)
Address: 3190 FRVIEW PK DR STE 350, FALLS CHURCH, VA, 22042
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $16,586,707
Exercised Options: $16,586,707
Current Obligation: $16,515,010
Parent Contract
Parent Award PIID: HSFEHQ06D0816
IDV Type: IDC
Timeline
Start Date: 2008-07-02
Current End Date: 2015-06-09
Potential End Date: 2015-06-09 00:00:00
Last Modified: 2015-06-09
More Contracts from Partnership for Temporary Housing LLC
- Dr-1981-Nd Haul and Install for 400 Temporary Housing Units — $58.5M (Department of Homeland Security)
- Iatac - Task Order IS in Support of Dr-4237-Ost Haul and Install — $21.7M (Department of Homeland Security)
View all Partnership for Temporary Housing LLC federal contracts →
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)