DHS awards $58.5M for 400 temporary housing units in North Dakota
Contract Overview
Contract Amount: $58,487,574 ($58.5M)
Contractor: Partnership for Temporary Housing LLC
Awarding Agency: Department of Homeland Security
Start Date: 2011-07-23
End Date: 2011-10-21
Contract Duration: 90 days
Daily Burn Rate: $649.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DR-1981-ND HAUL AND INSTALL FOR 400 TEMPORARY HOUSING UNITS
Place of Performance
Location: VELVA, MCHENRY County, NORTH DAKOTA, 58790, UNITED STATES OF AMERICA
Plain-Language Summary
Department of Homeland Security obligated $58.5 million to PARTNERSHIP FOR TEMPORARY HOUSING LLC for work described as: DR-1981-ND HAUL AND INSTALL FOR 400 TEMPORARY HOUSING UNITS Key points: 1. Contract awarded to Partnership for Temporary Housing LLC for facilities support services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract duration was 90 days, indicating a short-term need. 4. The award amount is substantial for the services provided.
Value Assessment
Rating: fair
The award amount of $58.5 million for 400 units seems high on a per-unit basis when compared to typical construction or rental costs for temporary housing. Further analysis of the scope of services is needed.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which typically leads to better price discovery. However, the final price still appears elevated for the service scope.
Taxpayer Impact: Taxpayer funds were used for this award. The high per-unit cost raises concerns about the efficient use of these funds.
Public Impact
Provides essential temporary housing solutions during emergencies. Supports disaster relief efforts by ensuring shelter availability. Facilitates community recovery by offering immediate housing options.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- High per-unit cost
- Short contract duration may indicate rushed procurement
Positive Signals
- Full and open competition utilized
- Addresses critical need for temporary housing
Sector Analysis
Facilities Support Services (NAICS 561210) encompass a broad range of services. The benchmark for temporary housing installation and haul-away can vary significantly based on location, unit type, and duration.
Small Business Impact
The contract was not awarded to a small business. There is no indication if small businesses were solicited or subcontracted.
Oversight & Accountability
The contract was awarded by FEMA, a component of DHS, which has established oversight mechanisms. However, the high cost warrants scrutiny of the procurement process and execution.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- High cost per unit
- Short contract duration
- Lack of small business participation
- Potential for inflated pricing due to urgency
Tags
facilities-support-services, department-of-homeland-security, nd, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $58.5 million to PARTNERSHIP FOR TEMPORARY HOUSING LLC. DR-1981-ND HAUL AND INSTALL FOR 400 TEMPORARY HOUSING UNITS
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 $58.5 million.
What is the period of performance?
Start: 2011-07-23. End: 2011-10-21.
What specific services are included in the 'haul and install' for these temporary housing units to justify the high per-unit cost?
The contract details should specify the exact scope of work, including transportation, site preparation, installation, utility hookups, and potentially removal of the units. Without this granular detail, it's difficult to assess if the cost is justified. Factors like specialized equipment, rapid deployment requirements, or unique site challenges could contribute to higher expenses.
Given the short 90-day duration, what was the urgency driving this specific contract award and could it have impacted price negotiations?
A 90-day contract suggests an immediate, short-term need, likely related to a specific disaster event. Urgency can sometimes lead to higher prices as contractors may factor in expedited timelines, overtime, and limited bidding windows. Understanding the specific event and the timeline constraints is crucial to evaluating if the price reflects a fair market value under such conditions.
How does the cost per unit compare to similar temporary housing contracts awarded by FEMA or other agencies for comparable disaster relief efforts?
Benchmarking against similar contracts is essential. If this contract's per-unit cost significantly exceeds the average for similar services (e.g., cost per unit for temporary housing, including transport and setup), it indicates potential overpricing or a scope of work that is substantially different. A detailed comparison would require access to historical contract data and a clear understanding of the service parameters.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Cerberus Capital Management, L.P. (UEI: 014784388)
Address: 3190 FAIRVIEW PK DR STE 700, FALLS CHURCH, VA, 22042
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $59,239,497
Exercised Options: $59,239,497
Current Obligation: $58,487,574
Parent Contract
Parent Award PIID: HSFEHQ09D0700
IDV Type: IDC
Timeline
Start Date: 2011-07-23
Current End Date: 2011-10-21
Potential End Date: 2011-10-21 00:00:00
Last Modified: 2015-04-24
More Contracts from Partnership for Temporary Housing LLC
- Iatac - Task Order IS in Support of Dr-4237-Ost Haul and Install — $21.7M (Department of Homeland Security)
- Technical Services in Support of Iowa — $16.5M (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)