This is the accessible text file for GAO report number GAO-07-205 
entitled 'Hurricane Katrina: Agency Contracting Data Should Be More 
Complete Regarding Subcontracting Opportunities for Small Businesses' 
which was released on March 1, 2007. 

This text file was formatted by the U.S. Government Accountability 
Office (GAO) to be accessible to users with visual impairments, as part 
of a longer term project to improve GAO products' accessibility. Every 
attempt has been made to maintain the structural and data integrity of 
the original printed product. Accessibility features, such as text 
descriptions of tables, consecutively numbered footnotes placed at the 
end of the file, and the text of agency comment letters, are provided 
but may not exactly duplicate the presentation or format of the printed 
version. The portable document format (PDF) file is an exact electronic 
replica of the printed version. We welcome your feedback. Please E-mail 
your comments regarding the contents or accessibility features of this 
document to Webmaster@gao.gov. 

This is a work of the U.S. government and is not subject to copyright 
protection in the United States. It may be reproduced and distributed 
in its entirety without further permission from GAO. Because this work 
may contain copyrighted images or other material, permission from the 
copyright holder may be necessary if you wish to reproduce this 
material separately. 

Report to Congressional Addressees: 

United States Government Accountability Office: 

GAO: 

March 2007: 

Hurricane Katrina: 

Agency Contracting Data Should Be More Complete Regarding 
Subcontracting Opportunities for Small Businesses: 

GAO-07-205: 

GAO Highlights: 

Highlights of GAO-07-205, a report to congressional addressees 

Why GAO Did This Study: 

In response to Hurricane Katrina, the Departments of Homeland Security 
(DHS) and Defense (DOD), the General Services Administration (GSA), and 
the U.S. Army Corps of Engineers (Corps) were responsible for 94 
percent of the federal funds awarded for relief efforts via contracting 
as of May 2006. This report, which GAO conducted under the Comptroller 
General’s Authority, describes (1) the amounts that small businesses 
received from prime contracts with these agencies, (2) the extent of 
subcontracting, (3) and the extent to which Disadvantaged Business 
Enterprises (DBEs) received Department of Transportation funds for 
Katrina-related projects. 

In conducting this study, GAO analyzed agency contract data, reviewed 
federal acquisition regulations, and interviewed agency procurement 
officials. 

What GAO Found: 

Small businesses received a total of 28 percent of the $11 billion in 
contracting dollars that DHS, GSA, DOD, and the Corps directly awarded 
in response to Hurricane Katrina (see fig.) Local businesses of all 
sizes in Alabama, Louisiana, and Mississippi received 18 percent, or 
$1.9 billion of these funds. Small businesses received 66 percent of 
the $1.9 billion awarded in these states. 

Required information on small business subcontracting is not 
consistently available in official procurement data systems for the 
four agencies. The systems had no information on whether DHS or GSA 
required subcontracting plans for 70 percent or more of their 
contracting funds. In addition, when data showed agencies determined 
that the plans were not required, the four agencies often did not 
document a reason for their determinations, even though federal rules 
require such documentation when prime contracts meet criteria for 
having these plans. Incomplete information about subcontracting limits 
determining the extent to which agencies complied with contracting 
rules and gave small businesses maximum opportunities to win 
subcontracts. 

DBEs were awarded about 4 percent, or about $53 million, of the almost 
$1.3 billion the Department of Transportation’s Federal Highway 
Administration funded for Katrina-related contracts in Alabama, 
Louisiana, and Mississippi between August 1, 2005, and June 30, 2006. 
These contracts were awarded by the three state departments of 
transportation. DBEs also received about 10 percent of $24 million that 
airports in the three states awarded using Federal Aviation 
Administration funds for Katrina-related contracts. 

Figure: Percentage of Katrina-Related Contracts Awarded to Small 
Businesses, by DHS, GSA, DOD, and the U.S. Army Corps of Engineers: 

[See PDF for Image] 

Source: GAO analysis of FPDS-NG and DD-350 data on contracting actions 
awarded from August 1, 2005 to June 30, 2006. 

[End of figure] 

What GAO Recommends: 

GAO recommends that DOD, DHS, and GSA (1) issue guidance to key 
personnel reinforcing the importance of subcontracting plan 
requirements and (2) consider requesting that their Inspectors General 
review their compliance with this guidance. 

The agencies generally agreed with GAO’s recommendations and are taking 
steps to implement them. 

[Hyperlink, http://www.gao.gov/cgi-bin/getrpt?GAO-07-205]. 

To view the full product, including the scope
and methodology, click on the link above.
For more information, contact William B. Shear at (202) 512-8678 or 
shearw@gao.gov 

[End of section] 

Contents: 

Letter: 

Results in Brief: 

Background: 

Small Businesses Received Varied Amounts of the Contracting Dollars 
Awarded by Four Agencies: 

Selected Corps Contractors Awarded Most Subcontracting Dollars to Small 
Businesses, but Information on Subcontracting Plans for All Four 
Agencies Was Incomplete: 

Disadvantaged Business Enterprises Participated in FHWA-and FAA-Funded 
Contracts and Subcontracts Related to Hurricane Katrina: 

Conclusions: 

Recommendations for Executive Action: 

Agency Comments and Our Evaluation: 

Appendix I: Scope and Methodology: 

Appendix II: Comments from the Department of Homeland Security: 

Appendix III: Comments from the General Services Administration: 

Appendix IV: Comments from the Department of Defense: 

Appendix V: GAO Contact and Staff Acknowledgments: 

Tables: 

Table 1: Dollar Amount of Katrina-Related Contracts Awarded Directly to 
Businesses in All States and in States Primarily Affected by Hurricane 
Katrina: 

Table 2: Small Businesses Received the Majority of Contracting Dollars 
Awarded Directly to Local Businesses: 

Table 3: Awards of Selected Corps Contractors to Small Businesses as a 
Percent of the Subcontracting Dollars Awarded to All Businesses: 

Table 4: Amounts Small Businesses Received as Subcontractors as a 
Percent of Total Dollars Obligated for Selected Katrina-Related 
Contracts: 

Table 5: Subcontracting Plan Requirements by Dollar Amount Awarded: 

Table 6: DBE Participation in Katrina-Related State DOT Contracts 
Awarded With FHWA Funds: 

Table 7: DBE Participation in Contracts Awarded by Airports with FAA 
Grants: 

Figures: 

Figure 1: Amount and Percentage of Katrina-Related Contract Dollars 
Awarded to Businesses by DHS, GSA, DOD, and the Corps: 

Figure 2: Number of Katrina-Related Contract Actions Awarded Directly 
to Businesses by Business Size: 

Figure 3: Dollar Amount of Katrina-Related Contracts Awarded Directly 
to Small Businesses, by Type of Businesses: 

Figure 4: Katrina-Related Contracting Dollars by Location: 

Abbreviations: 

Corps: U.S. Army Corps of Engineers: 

DBE: Disadvantaged Business Enterprise: 

DCMA: Defense Contract Management Agency: 

DHS: Department of Homeland Security: 

DOD: Department of Defense: 

DOT: Department of Transportation: 

eSRS: Electronic Subcontracting Reporting System: 

FAA: Federal Aviation Administration: 

FAR: Federal Acquisition Regulation: 

FHWA: Federal Highway Administration: 

FPDS-NG: Federal Procurement Data System--Next Generation: 

FTA: Federal Transit Administration: 

HUBZone: Historically Underutilized Business Zone: 

MOU: Memorandum of Understanding: 

GSA: General Services Administration: 

SBA: Small Business Administration: 

SDB: Small Disadvantaged Business: 

United States Government Accountability Office: 
Washington, DC 20548: 

March 1, 2007: 

Congressional Addressees: 

Hurricane Katrina caused billions of dollars in damage and affected 
about 1.5 million people in Alabama, Louisiana, and 
Mississippi.[Footnote 1] In response to the widespread destruction, 
Congress provided emergency supplemental disaster appropriations 
totaling about $88 billion to 23 different federal agencies. As of May 
2006, these 23 agencies had awarded nearly $11 billion for Katrina- 
related relief and recovery contracts, with the Departments of Homeland 
Security (DHS) and Defense (DOD) as well as the U.S. Army Corps of 
Engineers (Corps) and General Services Administration (GSA) accounting 
for 94 percent of these dollars, according to official governmentwide 
procurement data.[Footnote 2] The agencies were to use the funds to, 
among other things, award contracts for a range of services related to 
hurricane relief and recovery. Some in Congress have raised concerns 
about how much access small businesses had to these contracting 
opportunities, especially small businesses in the areas that were 
affected by the hurricane. In addition, because of substantial damage 
to the region's transportation networks and the role of the Department 
of Transportation (DOT) in assisting the states with their rebuilding, 
there has been congressional interest regarding the extent to which 
Disadvantaged Business Enterprises (DBE)[Footnote 3] received funds 
from DOT for projects related to Hurricane Katrina. 

We have prepared this report under the Comptroller General's authority 
to conduct evaluations on his own initiative as part of a continuing 
effort to assist Congress in reviewing federal activities related to 
Hurricane Katrina. Specifically, this report discusses (1) the amounts 
that small and local businesses received directly from federal agencies 
through contracts for relief and recovery efforts related to Hurricane 
Katrina, (2) the extent to which selected large prime contractors 
subcontracted with small businesses for relief and recovery efforts, 
and (3) the extent to which DBEs received funds through DOT for 
transportation projects related to reconstruction and recovery from 
Hurricane Katrina.[Footnote 4] 

To describe the amounts that small and local businesses received 
directly from federal contracts, we analyzed data on contracts awarded 
or used by DHS, GSA, DOD, and the Corps for Katrina-related projects in 
Alabama, Louisiana, and Mississippi from August 1, 2005, through June 
30, 2006. Our analysis included contract data from the Federal 
Procurement Data System-Next Generation (FPDS-NG), the governmentwide 
database of contracting activity, and DD-350, the Department of Defense 
database that contains data on individual contracting actions. Although 
we could not independently verify the reliability of these data, we 
reviewed system documentation, conducted electronic data testing for 
inconsistency errors and completeness and compared it with supporting 
documentation when available, and interviewed agency officials about 
each of the systems. On the basis of these efforts, we determined the 
data on amounts received directly from federal contracts to be 
sufficiently reliable for the purposes of this report. To describe the 
extent to which prime contractors subcontracted with small businesses, 
we identified contracts that were awarded or used between August 1, 
2005, and June 30, 2006, for activities related to Hurricane Katrina 
and that required subcontracting plans. We obtained and analyzed 
documentation of subcontracting awards for selected DOD and Corps 
contractors that received the most dollars from Katrina-related 
contracts from August 1, 2005, through June 30, 2006. For those DHS and 
GSA contracts with subcontracting plan requirements, we looked for 
documentation of prime contractors' March 31, 2006, subcontracting 
awards report in the Electronic Subcontracting Reporting System (eSRS), 
a governmentwide database for capturing this information. In addition, 
we interviewed officials from each of the four agencies to gather 
additional information relating to the use of subcontracting plans. To 
describe the extent to which DBEs received funds for DOT-assisted 
transportation projects related to reconstruction and recovery from 
Hurricane Katrina, we obtained and analyzed data on Federal Highway 
Administration (FHWA) and Federal Aviation Administration (FAA) 
contracts awarded for Katrina-related projects from August 1, 2005, 
through June 30, 2006 (only FHWA and FAA awarded DOT funds to which DBE 
requirements applied). A more detailed description of our scope and 
methodology is presented in appendix I. We conducted our work in 
Washington, D.C., between March 2006 and February 2007 in accordance 
with generally accepted government auditing standards. 

Results in Brief: 

Small businesses received 28 percent of the $11 billion in contracting 
dollars DHS, GSA, DOD, and the Corps awarded directly for relief and 
recovery from Hurricane Katrina. DHS awarded the highest dollar amount 
to small businesses (about $1.6 billion), and GSA awarded the highest 
percentage of its Katrina-related contracting dollars directly to small 
businesses (72 percent of about $658 million). Of the contracting 
dollars that the four agencies awarded directly to small businesses, 
those classified as disadvantaged businesses received 24 percent of the 
approximately $3 billion that the four agencies awarded to small 
businesses. Local businesses, or businesses located in the states 
primarily affected by Hurricane Katrina (Alabama, Louisiana, and 
Mississippi), received 18 percent, or $1.9 billion, of the $11 billion 
the four agencies awarded overall. Small businesses received 
approximately 66 percent of the $1.9 billion awarded to all local 
businesses. Outside of this area, businesses in California and Florida 
received 17 and 15 percent, respectively, of the Katrina-related 
contracting dollars the four agencies awarded. 

For the military agencies, 4 of the top 10 recipients--all large 
businesses--of prime contracting dollars for projects related to 
Hurricane Katrina reported awarding from 88 to 100 percent of their 
subcontracting dollars to small businesses. The amounts subcontracted 
ranged from $11,000 to $201 million. These 4 prime contractors received 
their contracting dollars from the Corps. For the other 6 recipients of 
contract dollars from DOD and the Corps, subcontracting plan 
requirements did not apply or contracting activities related to 
Hurricane Katrina could not be separated from unrelated activities. 
Information on subcontracting accomplishments associated with 4 of 7 
DHS contracts shows that small businesses received from 14 to 83 
percent of the dollars awarded through subcontracts as of March 31, 
2006. Information on subcontracting accomplishments for the remaining 
DHS contracts and all 11 GSA contracts awarded to large businesses was 
generally not available because contractors had not reported the data, 
the agencies had not finalized the data, or the available data included 
both Katrina-related and other contract activities. While we could 
document this information, additional key information about small 
business subcontracting plans was not consistently available in 
official procurement data systems for the four agencies. These plans, 
which detail goals for subcontracting to small businesses, are 
generally required for acquisitions by executive agencies of more than 
$500,000.[Footnote 5] For DHS and GSA, information on whether the two 
agencies required subcontracting plans is generally not available in 
the data systems for nearly three-fourths of the contracting dollars 
each agency awarded. DHS officials could not explain the lack of 
subcontracting information on $861 million in agency contracting 
dollars; DOD officials were unable to explain the lack of 
subcontracting information on $3.3 million in agency contracting 
dollars. Also, according to official procurement data systems, the four 
agencies determined that subcontracting plans were not required from 
their large prime contractors for 12 percent (GSA) to 77 percent (DOD) 
of their contracting dollars. However, information on the agencies' 
reasons for not requiring these plans, which should be readily 
available, is incomplete. The lack of information on the four agencies' 
compliance with subcontracting plan requirements limits determining the 
extent to which they followed federal contracting rules designed to 
give small businesses maximum opportunities to participate in their 
contracts.[Footnote 6] 

To ensure compliance with federal contracting regulations and to more 
transparently disclose the extent to which subcontracting opportunities 
were available to small businesses, we recommend that the Secretary of 
Homeland Security, the Secretary of Defense, and the Administrator of 
General Services issue guidance to the appropriate procurement offices 
and personnel reinforcing, among other things, the necessity for 
documenting in publicly available sources the agencies' decisions 
regarding subcontracting plan requirements. The Secretaries of DHS and 
DOD along with the GSA Administrator should also consider asking their 
Inspectors General to conduct a review at an appropriate future date to 
ensure that this guidance and related requirements are being followed. 
In written comments on a draft of this report, the agencies generally 
agreed with our recommendations and described various steps they are 
taking to implement them (see appendixes II, III, and IV). 

DBEs were awarded about 4 percent, or about $53 million, of the 
approximately $1.3 billion that FHWA funded for Katrina-related 
contracts in Alabama, Louisiana, and Mississippi between August 1, 
2005, and June 30, 2006. The Mississippi DOT awarded about 64 percent 
of the FHWA dollars that DBEs were awarded. DBEs also were awarded 
about 10 percent, or about $2.4 million, of the $24 million that FAA 
awarded for Katrina-related contracts and subcontracts at airports in 
the three states between August 1, 2005, and June 30, 2006. 

Background: 

When the President declares a state of emergency after a natural or 
other major disaster, the declaration gives the federal government the 
authority to engage in various emergency response activities, many of 
which the agencies provide through contracts with private 
businesses.[Footnote 7] Such activities include, among other things, 
debris removal, temporary housing assistance, reconstruction, and the 
provision of supplies. These contracts are subject to federal 
procurement regulations. 

Federal Goals for Contracts with Small and Local Businesses: 

Federal agencies' contracts with private businesses, whether made in 
the normal course of agency operations or specifically related to a 
natural disaster declaration, are, in most cases, subject to certain 
goals to increase participation by various types of small businesses. 
The Small Business Act, as amended, defines a small business generally 
as one that is "independently owned and operated and that is not 
dominant in its field of operation."[Footnote 8] In addition, a 
business must meet the size standards published by SBA to be considered 
"small"; these standards use businesses' annual revenue or their number 
of employees as criteria for determining size. The act sets a 
governmentwide goal for small business participation of not less than 
23 percent of the total value of all prime contract awards--contracts 
that are awarded directly by an agency--for each fiscal year.[Footnote 
9] The Small Business Administration (SBA) is responsible for reporting 
annually to the President and Congress on agencies' achievements 
relative to the goals. 

Because some agencies' activities lend themselves to contracting 
opportunities more than others, SBA negotiates goals in annual 
procurement with federal executive agencies to achieve the 23 percent 
governmentwide goal for contract dollars awarded directly by a federal 
agency.[Footnote 10] As a result, some agencies have goals higher than 
23 percent, while others may have goals that are lower than or just at 
23 percent. For example, the agencies we reviewed had different goals 
for awarding contract dollars directly to small businesses in fiscal 
years 2005 and 2006. DHS's goals were 23 and 30 percent for 2005 and 
2006, respectively. GSA's goals were 43 and 45 percent, respectively, 
and DOD's (including the Corps) goal was 23 percent for both years. The 
Small Business Act also sets annual prime contract dollar goals for 
participation by five specific types of small businesses: small 
businesses (23 percent); small disadvantaged businesses (5 percent); 
women-owned or service-disabled, veteran-owned, (5 and 3 percent, 
respectively); and businesses located in historically underutilized 
business zones (HUBZones, 3 percent).[Footnote 11] The Small Business 
Act[Footnote 12] defines these businesses as follows: 

* Small businesses are those that are independently owned and operated, 
and are not dominant in their field of operations. 

* Small disadvantaged businesses must be owned and controlled by 
socially and economically disadvantaged individuals, such as African 
Americans, Hispanic Americans, Asian Pacific Americans, Subcontinent 
Asian Americans, or Native Americans. These owners must have at least a 
51 percent stake in the business. 

* Women-owned small businesses must have at least 51 percent female 
ownership. For publicly owned businesses, one or more women must hold 
at least 51 percent of the stock and control both management and daily 
business operations. 

* Service-disabled, veteran-owned small businesses must be owned--also 
at least 51 percent--by one or more veterans with a service-related 
disability. In addition, the management and daily operations of the 
business must be controlled by one or more veterans with a service- 
related disability. 

* HUBZone small businesses must have their principal offices physically 
located in these historically underutilized business zones, which are 
economically distressed metropolitan or nonmetropolitan areas--that is, 
areas with low-income levels or high unemployment rates--and must 
employ some staff who live in these zones.[Footnote 13] 

Finally, the Stafford Act sets forth requirements for the federal 
response to presidentially declared disasters. It requires federal 
agencies to give contracting preferences, to the extent feasible and 
practicable, to organizations, firms, and individuals residing or doing 
business primarily in the area affected by a major disaster or 
emergency.[Footnote 14] 

Federal Rules for Contracts with Businesses: 

The general rules governing procurement for executive agencies are set 
out in federal procurement statutes and in the Federal Acquisition 
Regulation (FAR). Individual agencies may also have additional 
acquisition regulations to supplement the FAR. The FAR requires 
agencies to measure small business participation in their acquisition 
programs. A small business may participate via contracts that are 
awarded directly by a federal agency or through subcontracts with the 
businesses that receive contracts directly from a federal agency. Any 
business receiving a contract directly from a federal executive agency 
for more than the simplified acquisition threshold[Footnote 15] must 
agree to give small business the "maximum practicable opportunity" to 
participate in the contract "consistent with its efficient 
performance."[Footnote 16] Additionally, for contracts (or 
modifications to contracts) that (1) are individually expected to 
exceed $500,000 ($1 million for construction contracts) and (2) have 
subcontracting possibilities, the prime contractor generally must have 
in place a subcontracting plan.[Footnote 17] The subcontracting plan 
must identify the types of work the prime contractor believes it is 
likely to award as subcontracts as well as the percentage of 
subcontracting dollars it expects to direct to the specific categories 
of small businesses for which the Small Business Act sets specific 
goals.[Footnote 18] For contracts that have individual subcontracting 
plans, prime contractors must semiannually and at project completion 
report on their progress toward reaching the goals in their 
subcontracting plans. Contractors that meet or exceed their goals may 
receive monetary incentives if the contract included such incentives. 
Contractors that fail to meet their subcontracting goals may be 
assessed damages if the contracting officer for the contract (i.e., the 
agency official responsible for awarding and monitoring the contract) 
determines that the contractor failed to make a good-faith effort to 
comply with a subcontracting plan. 

Agency and Governmentwide Contract Data: 

When they award contracts, federal agencies collect and store 
procurement data in their own internal systems--typically called 
contract writing systems. The FAR requires federal agencies to report 
the information about procurements directly to the Federal Procurement 
Data System-Next Generation (FPDS-NG), GSA's governmentwide contracting 
database, which collects, processes, and disseminates official 
statistical data on all federal contracting activities of more than 
$2,500.[Footnote 19] This system automatically obtains from other 
systems or online resources additional information that is important to 
the procurement, such as the contractor's location. According to GSA, 
nearly all civilian agencies have directly linked their contract 
writing systems to FPDS-NG so that information about their contracting 
activities is available in "real time." DOD also reports its 
contracting information to FPDS-NG via its system, DD-350, but GSA does 
not publicly reveal these data for 90 days due to security 
considerations. 

DOT's Disadvantaged Business Enterprise Program: 

The Disadvantaged Business Enterprise Program[Footnote 20] (DBE 
Program) of DOT was enacted to help ensure nondiscrimination in the 
award and administration of DOT-assisted contracts in the department's 
highway, transit, and airport financial assistance programs. State 
DOTs, transit authorities, and airports receiving DOT funding for 
transportation projects are to have a goal-oriented program for small 
businesses owned and controlled by socially and economically 
disadvantaged individuals to participate on DOT-assisted contracts. The 
objectives of the DBE Program are to ensure that these businesses have 
an equitable opportunity to participate in contracts awarded by the 
recipients of DOT financial assistance, and that they receive a share 
of the resulting contract awards. Within DOT, the three major operating 
administrations--FHWA, FAA, and the Federal Transit Administration 
(FTA)--oversee the DBE Program. DOT requires that the state and local 
transportation agencies and airports that receive its funds set two 
kinds of goals for DBE participation: (1) annual goals for the 
percentage of dollars that DBEs would be expected to receive through 
contract and subcontract awards of all DOT-assisted contracts for the 
year absent the effects of discrimination[Footnote 21] and (2) when 
appropriate and as needed to meet the annual goal for the year, 
contract-specific goals for DBE participation as subcontractors on 
prime contracts that have subcontracting possibilities. According to 
DOT officials, there were no overall DBE goals set for Katrina-related 
contracts as a whole. 

DOT also requires that the state and local agencies certify the 
eligibility of the DBE firms participating in DOT-assisted contracts 
through on-site visits, personal interviews, and reviews of business 
licenses and stock ownership. The purpose of certification is to ensure 
that the firms that state and local agencies certify as DBEs are owned 
and controlled by individuals who are socially and economically 
disadvantaged as the statute and implementing regulations define those 
terms.[Footnote 22] SBA's Small Disadvantaged Business Program (SDB) 
and DOT's DBE Program share many common certification requirements. 
According to DOT officials, a memorandum of understanding (MOU) is 
presently under consideration for renewal that establishes processes 
and procedures to streamline the certification of firms certified under 
DOT rules in SBA programs and participation of firms certified under 
SBA rules in DOT programs.[Footnote 23] 

Small Businesses Received Varied Amounts of the Contracting Dollars 
Awarded by Four Agencies: 

Overall, small businesses received 28 percent of the $11 billion that 
DHS, GSA, DOD, and the Corps awarded for Katrina-related projects, but 
the percentages varied among the four.[Footnote 24] These four agencies 
awarded about $3 billion of their Katrina-related contracting dollars 
directly to small businesses and over $8 billion to large businesses 
between August 1, 2005, and June 30, 2006 (fig. 1). Assessed 
individually, DHS awarded the highest dollar amount to small 
businesses--about $1.6 billion dollars--and GSA awarded the highest 
percentage of its dollars to small businesses--72 percent of about $658 
million. 

Figure 1: Amount and Percentage of Katrina-Related Contract Dollars 
Awarded to Businesses by DHS, GSA, DOD, and the Corps: 

[See PDF for image] 

Source: GAO analysis of FPDS-NG and DD-350 data on contracting actions 
awarded from August 1, 2005 to June 30, 2006. 

Note: Dollars are rounded to the nearest hundred thousand and 
percentages were calculated from unrounded numbers. 

[End of figure] 

While small businesses received 28 percent of the funds that DHS, GSA, 
DOD, and the Corps awarded, they received 55 percent of contract 
actions for activities related to Hurricane Katrina, awarded directly 
by these agencies (fig. 2).[Footnote 25] Individually, the agencies 
awarded from 41 to 68 percent of their contract actions to small 
businesses, with DHS awarding the lowest percentage and GSA awarding 
the highest. In relation to Hurricane Katrina, small businesses have 
received contracts directly from the four agencies to provide a variety 
of products, such as trailers and sewage treatment equipment, and 
services, such as construction, data entry, and housing. 

Figure 2: Number of Katrina-Related Contract Actions Awarded Directly 
to Businesses by Business Size: 

[See PDF for image] 

Source: GAO analysis of FPDS-NG and DD-350 data on contracting actions 
awarded from August 1, 2005 to June 30, 2006. 

[End of figure] 

Among categories of small businesses, small disadvantaged businesses 
received 24 percent of the approximately $3 billion that the four 
agencies awarded to small businesses. Other categories of small 
businesses, including women-and veteran-owned businesses and businesses 
located in HubZones, received from 2 to 16 percent (fig. 3). 

Individually, the agencies we reviewed awarded different percentages of 
their contracting dollars directly to various types of small 
businesses. For example, DHS, DOD, and the Corps awarded more than 10 
percent of their contracting dollars directly to HUBZone and women- 
owned businesses, and from 23 percent to 29 percent to disadvantaged 
businesses. GSA awarded 3 percent to HubZone businesses, 12 percent to 
women-owned businesses, and 8 percent to disadvantaged businesses. 
Contracting dollars awarded directly to businesses can be counted in 
more than one category, so the dollars awarded to various types of 
small businesses are not mutually exclusive. 

Figure 3: Dollar Amount of Katrina-Related Contracts Awarded Directly 
to Small Businesses, by Type of Businesses: 

[See PDF for image] 

Source: GAO analysis of FPDS-NG and DD-350 data on contracting actions 
awarded from August 1, 2005 to June 30, 2006. 

Note: Percentages cannot be totaled across columns because under SBA 
Guidelines, contracting dollars awarded directly to businesses can be 
counted in more than one category--for example, a small disadvantaged 
business owned by a woman can be counted as both disadvantaged and 
women-owned. Dollars are rounded to the nearest hundred thousand and 
percentages were calculated from unrounded numbers. 

[A] The service-disabled category is a subset of the veteran- owned 
business category. 

[End of figure] 

Local businesses, or businesses of all sizes located in the states 
primarily affected by Hurricane Katrina--Alabama, Louisiana, and 
Mississippi--received 18 percent, or $1.9 billion, of the $11 billion 
in contracting dollars that the four agencies directly awarded between 
August 1, 2005, and June 30, 2006. Louisiana businesses received the 
most contracting dollars--about $1 billion, or 10 percent of the total 
amount of dollars the four agencies awarded during this time period 
(see table 1). 

Table 1: Dollar Amount of Katrina-Related Contracts Awarded Directly to 
Businesses in All States and in States Primarily Affected by Hurricane 
Katrina: 

Dollars in millions. 

Agency: DHS[B]; 
All states[A]: Dollar amount: $6,418; 
All states[A]: Percent: 100%; 
Alabama: Dollar amount: $160; 
Alabama: Percent: 2%; 
Louisiana: Dollar amount: $460; 
Louisiana: Percent: 7%; 
Mississippi: Dollar amount: $138; 
Mississippi: Percent: 2%. 

Agency: GSA; 
All states[A]: Dollar amount: 658; 
All states[A]: Percent: 100; 
Alabama: Dollar amount: 77; 
Alabama: Percent: 12; 
Louisiana: Dollar amount: 48; 
Louisiana: Percent: 7; 
Mississippi: Dollar amount: 210; 
Mississippi: Percent: 32. 

Agency: DOD; 
All states[A]: Dollar amount: 987; 
All states[A]: Percent: 100; 
Alabama: Dollar amount: 10; 
Alabama: Percent: 1; 
Louisiana: Dollar amount: 7; 
Louisiana: Percent: 1; 
Mississippi: Dollar amount: 45; 
Mississippi: Percent: 5. 

Agency: Corps; 
All states[A]: Dollar amount: 3,110; 
All states[A]: Percent: 100; 
Alabama: Dollar amount: 84; 
Alabama: Percent: 3; 
Louisiana: Dollar amount: 609; 
Louisiana: Percent: 20; 
Mississippi: Dollar amount: 114; 
Mississippi: Percent: 4. 

Total[A]; 
All states[A]: Dollar amount: $11,173; 
All states[A]: Percent: 100%; 
Alabama: Dollar amount: $331; 
Alabama: Percent: 3; 
Louisiana: Dollar amount: $1,124; 
Louisiana: Percent: 10; 
Mississippi: Dollar amount: $508; 
Mississippi: Percent: 5. 

Source: FPDS-NG and DD-350 data on contract actions awarded between 
August 1, 2005, and June 30, 2006. 

Note: Dollars are rounded to the nearest hundred thousand, and 
percentages were calculated from unrounded numbers. 

[A] The total includes dollars awarded to businesses in all states and 
the District of Columbia as well as businesses located outside of the 
United States. 

[B] DHS data are missing information on the contractor's state for 3.5 
percent of its records. Where possible, GAO used available information 
on the contractor's city and place of performance to identify the state 
in which the contractor was located. 

[End of table] 

Small businesses in these states received 66 percent of the $1.9 
billion in Katrina-related contracting dollars awarded to local 
businesses by the four agencies we reviewed. Among the three states, 
Mississippi saw the largest proportion (75 percent) of Katrina-related 
contracting dollars awarded to small businesses (see table 2). Although 
small businesses in Louisiana received the smallest proportion of 
Katrina-related contracting dollars (62 percent) awarded directly by 
the four agencies, the actual amount these businesses received was 
nearly double what small businesses received in Mississippi, and more 
than three times what they were awarded in Alabama. In general, these 
small local businesses received contracting dollars directly from the 
four agencies to provide trailers, administrative and service 
buildings, restoration activities, and other supportive services. 

Table 2: Small Businesses Received the Majority of Contracting Dollars 
Awarded Directly to Local Businesses: 

Dollars in millions. 

DHS[A]; 
Alabama: All businesses: Dollar amount: $160; 
Alabama: Small businesses: Dollar amount: $119; 
Alabama: Small businesses: Percent: 75%; 
Louisiana: All businesses: Dollar amount: $460; 
Louisiana: Small businesses: Dollar amount: $345; 
Louisiana: Small businesses: Percent: 75%;
Mississippi: All businesses: Dollar amount: $138; 
Mississippi: Small businesses: Dollar amount: $138; 
Mississippi: Small businesses: Percent: 100%. 

GSA; 
Alabama: All businesses: Dollar amount: 77; 
Alabama: Small businesses: Dollar amount: 72; 
Alabama: Small businesses: Percent: 92; 
Louisiana: All businesses: Dollar amount: 48; 
Louisiana: Small businesses: Dollar amount: 26; 
Louisiana: Small businesses: Percent: 54; 
Mississippi: All businesses: Dollar amount: 210; 
Mississippi: Small businesses: Dollar amount: 194; 
Mississippi: Small businesses: Percent: 92. 

DOD; 
Alabama: All businesses: Dollar amount: 10; 
Alabama: Small businesses: Dollar amount: 10; 
Alabama: Small businesses: Percent: 27; 
Louisiana: All businesses: Dollar amount: 7; 
Louisiana: Small businesses: Dollar amount: 6; 
Louisiana: Small businesses: Percent: 89; 
Mississippi: All businesses: Dollar amount: 45; 
Mississippi: Small businesses: Dollar amount: 9; 
Mississippi: Small businesses: Percent: 20. 

Corps; 
Alabama: All businesses: Dollar amount: 84; 
Alabama: Small businesses: Dollar amount: 16; 
Alabama: Small businesses: Percent: 19; 
Louisiana: All businesses: Dollar amount: 609; 
Louisiana: Small businesses: Dollar amount: 320; 
Louisiana: Small businesses: Percent: 53; 
Mississippi: All businesses: Dollar amount: 114; 
Mississippi: Small businesses: Dollar amount: 42; 
Mississippi: Small businesses: Percent: 36. 

Total; 
Alabama: All businesses: Dollar amount: $331; 
Alabama: Small businesses: Dollar amount: $217; 
Alabama: Small businesses: Percent: 65%; 
Louisiana: All businesses: Dollar amount: $1,124; 
Louisiana: Small businesses: Dollar amount: $697; 
Louisiana: Small businesses: Percent: 62%; 
Mississippi: All businesses: Dollar amount: $508; 
Mississippi: Small businesses: Dollar amount: $383; 
Mississippi: Small businesses: Percent: 75%. 

Source: FPDS-NG and DD-350 data on contract actions awarded between 
August 1, 2005 and June 30, 2006. 

Note: Dollars are rounded to the nearest hundred thousand and 
percentages were calculated from unrounded numbers. 

[A] DHS data are missing information on the contractor's state for 3.5 
percent of its records. Where possible, GAO used available information 
on the contractor's city and place of performance to identify the state 
in which the contractor was located. 

[End of table] 

The remaining 82 percent of the approximately $11 billion awarded by 
the four agencies went to businesses throughout the United States 
(including Puerto Rico and the U.S. Virgin Islands) and Canada. For 
example, the agencies directly awarded 17 percent of their Katrina- 
related contracting dollars, or almost $1.9 billion, to businesses 
located in California, and 15 percent, or approximately $1.7 billion, 
to businesses located in Florida (fig. 4). Businesses located in 
Virginia received about 9 percent of the funds the four agencies 
awarded, or about $996 million. 

Figure 4: Katrina-Related Contracting Dollars by Location: 

[See PDF for image] 

Source: GAO analysis of FPDS-NG and DD-350 data on contracting actions 
awarded from August 1, 2005 to June 30, 2006. 

Note: Dollars are rounded to the nearest hundred thousand and 
percentages were calculated from unrounded numbers. 

[A] "Other" includes other states, the U.S. Virgin Islands, Puerto 
Rico, and Canada. 

[End of figure] 

Selected Corps Contractors Awarded Most Subcontracting Dollars to Small 
Businesses, but Information on Subcontracting Plans for All Four 
Agencies Was Incomplete: 

We found that the four Corps contractors that we reviewed awarded the 
majority of their Katrina-related subcontracting dollars to small 
businesses. However, viewed in terms of the total amounts obligated, we 
found that the selected Corps contractors awarded from less than 1 
percent in one case to over half of the total amounts obligated as of 
March 31, 2006, to small businesses. In addition, subcontracting 
accomplishment information was not consistently available for the DHS 
and GSA contracts that were awarded to large businesses, and that, 
according to agency officials or FPDS-NG, required subcontracting 
plans. This information was not consistently available because 
contractors failed to submit it, agencies had not finalized the data, 
or the information could not be isolated from non-Katrina activities. 
Also, key information about small business subcontracting plans was not 
consistently available in official procurement data systems even though 
federal contracting rules state that the information should be 
documented there. Specifically, for significant amounts of contracting 
dollars, primarily at DHS and GSA, the systems had no information at 
all on whether or not the agencies required these plans. Also, at all 
four agencies, when they did not require subcontracting plans, to 
varying degrees there was no information on the reason for the 
agencies' decision even though the FAR requires that contract files 
contain "justifications and approvals, determinations and findings, and 
associated documents."[Footnote 26] The incomplete information on 
subcontracting plan requirements limits determining the extent to which 
agencies complied with contracting rules designed to give small 
businesses maximum opportunities to win subcontracts. 

Corps Contractors Reported Awarding the Majority of their 
Subcontracting Dollars to Small Businesses: 

We reviewed 4 of the top 10 recipients of prime contracting dollars 
from DOD and the Corps for projects related to Hurricane 
Katrina.[Footnote 27] Together, these 10 contractors accounted for 60 
percent of these agencies' prime contracting dollars. Of these top 10 
recipients, only 4 received contracts that were strictly for Hurricane 
Katrina-related projects and were required to submit small business 
subcontracting plans for these projects.[Footnote 28] These 4 
contractors were large businesses and received eight contracts from the 
Corps that accounted for $928 million of the Corps' contracting dollars 
as of March 31, 2006.[Footnote 29] In accordance with federal 
requirements for reporting of subcontracting information, the 
contractors reported the amounts they subcontracted to businesses by 
business size and type. According to the reports submitted for the 
period ending March 31, 2006, these 4 contractors awarded from 88 to 
100 percent of their subcontracting dollars to small businesses, or 
from about $11,000 to $201 million (table 3).[Footnote 30] According to 
their subcontracting plans, the 4 contractors we reviewed intended to 
use subcontractors to assist with a variety of clean-up and repair 
activities, including excavation, debris removal, and temporary roofing 
installation. 

Table 3: Awards of Selected Corps Contractors to Small Businesses as a 
Percent of the Subcontracting Dollars Awarded to All Businesses: 

Dollars in millions. 

Prime contractor: Contractor A; 
Contract number: A-1; 
Amount contractor awarded to all subcontractors: $228; 
Amount contractor awarded to small subcontractors: $201; 
Percent[A]: 88%. 

Prime contractor: Contractor B; 
Contract number: B-1; 
Amount contractor awarded to all subcontractors: 3; 
Amount contractor awarded to small subcontractors: 3; 
Percent[A]: 100. 

Prime contractor: Contractor B; 
Contract number: B-2; 
Amount contractor awarded to all subcontractors: 0.6; 
Amount contractor awarded to small subcontractors: 0.6; 
Percent[A]: 100. 

Prime contractor: Contractor B; 
Contract number: B-3; 
Amount contractor awarded to all subcontractors: 1; 
Amount contractor awarded to small subcontractors: 1; 
Percent[A]: 100. 

Prime contractor: Contractor B; 
Contract number: B-4; 
Amount contractor awarded to all subcontractors: 0.4; 
Amount contractor awarded to small subcontractors: 0.4; 
Percent[A]: 100. 

Prime contractor: Contractor B; 
Contract number: B-5; 
Amount contractor awarded to all subcontractors: 0.01; 
Amount contractor awarded to small subcontractors: 0.01; 
Percent[A]: 100. 

Prime contractor: Contractor C; 
Contract number: C-1; 
Amount contractor awarded to all subcontractors: 24; 
Amount contractor awarded to small subcontractors: 23; 
Percent[A]: 95. 

Prime contractor: Contractor D; 
Contract number: D-1; 
Amount contractor awarded to all subcontractors: $212; 
Amount contractor awarded to small subcontractors: $188; 
Percent[A]: 89%. 

Source: Individual subcontracting reports as of March 31, 2006. 

Note: Dollars are rounded to the nearest hundred thousand and 
percentages were calculated from unrounded numbers. 

[A] The percent of all subcontracting dollars awarded that were awarded 
to small businesses. 

[End of table] 

We also conducted additional analysis on the four selected Corps 
contractors. This analysis shows that the percentages of contracting 
dollars that small businesses received through subcontracts from the 
four Corps contractors are smaller when analyzed in broader terms than 
those used for federal reporting requirements. The federal government 
requires that, when subcontracting plan requirements apply, contractors 
must agree to report the percentages and amounts of the total 
subcontracting dollars that small businesses receive, and the four 
contractors we analyzed met this reporting requirement.[Footnote 31] 
However, as we have previously reported, because a contractor could 
decide to subcontract only a small amount of its total federal 
contract, the portion of subcontracted dollars going to small 
businesses--if reported as a percentage of total subcontracted dollars 
rather than of total contract dollars--could appear to be 
large.[Footnote 32] We compared the amounts each of the four selected 
Corps contractors subcontracted to small businesses through eight 
Katrina-related contracts as of March 31, 2006, with the total amount 
obligated for each contract as of March 31, 2006 (table 4). This 
comparison, using the total amounts obligated, showed that the 
contractors awarded small businesses from less than 1 to 54 percent of 
the total amounts obligated. As we have noted, these percentages could 
change over time if the contractors award additional dollars to small 
businesses over the life of the contracts and if the total amounts 
obligated change. 

Table 4: Amounts Small Businesses Received as Subcontractors as a 
Percent of Total Dollars Obligated for Selected Katrina-Related 
Contracts: 

Dollars in millions. 

Prime contractor: Contractor A; 
Contract number: A-1; 
Total obligated[A]: $447,025,736; 
Amount each prime contractor awarded to small business: $201; 
Percent[B]: 45%. 

Prime contractor: Contractor B; 
Contract number: B-1; 
Total obligated[A]: 7,130,002; 
Amount each prime contractor awarded to small business: 3; 
Percent[B]: 39. 

Prime contractor: Contractor B; 
Contract number: B-2; 
Total obligated[A]: 15,189,862; 
Amount each prime contractor awarded to small business: 0.6; 
Percent[B]: 4. 

Prime contractor: Contractor B; 
Contract number: B-3; 
Total obligated[A]: 28,283,410; 
Amount each prime contractor awarded to small business: 1; 
Percent[B]: 4. 

Prime contractor: Contractor B; 
Contract number: B-4; 
Total obligated[A]: 8,662,500; 
Amount each prime contractor awarded to small business: 0.4; 
Percent[B]: 4. 

Prime contractor: Contractor B; 
Contract number: B-5; 
Total obligated[A]: 14,817,225; 
Amount each prime contractor awarded to small business: 0.01; 
Percent[B]: 0.08. 

Prime contractor: Contractor C; 
Contract number: C-1; 
Total obligated[A]: 60,000,000; 
Amount each prime contractor awarded to small business: 23; 
Percent[B]: 38. 

Prime contractor: Contractor D; 
Contract number: D-1; 
Total obligated[A]: $347,390,830; 
Amount each prime contractor awarded to small business: $188; 
Percent[B]: 54%. 

Source: Individual subcontracting report as of March 31, 2006, DD-350, 
and Corps data. 

Note: Dollars are rounded to the nearest hundred thousand and 
percentages were calculated from unrounded numbers. 

[A] This total amount obligated as of March 31, 2006. 

[B] The percent of the total amount obligated that was awarded to small 
businesses. 

[End of table] 

Subcontracting Accomplishment Information Is Not Consistently Available 
for the DHS and GSA Contracts Related to Hurricane Katrina That 
Required Subcontracting Plans: 

Subcontracting accomplishment information is not consistently available 
for the DHS and GSA contracts that were awarded to large businesses for 
activities related to Hurricane Katrina, and that, according to agency 
officials or FPDS-NG, required subcontracting plans. Contractors that 
have individual subcontracting plans are generally required to report 
on their subcontracting goals and accomplishments twice a year to the 
federal government through eSRS. Furthermore, the agencies' contracting 
officers are responsible for monitoring the prime contractors' 
activities and ensuring, among other things, that they submit complete 
and timely information in accordance with the terms of their federal 
contract. 

For DHS, in response to our inquiries, agency officials researched 
contracts that appeared to meet the regulatory criteria for requiring a 
subcontracting plan (i.e., awarded to a large business for over 
$500,000 or $1,000,000 for construction) but which FPDS-NG indicated 
either did not require one or the system was missing information on a 
plan requirement altogether. For every contract that an agency awards, 
the agency is required to indicate in FPDS-NG whether a subcontracting 
plan is required. These officials found that subcontracting plans were, 
in fact, required for seven contracts, but that this had not been 
entered into FPDS-NG. DHS officials determined that subcontracting 
accomplishment information was available on four of the seven 
contracts.[Footnote 33] For the four contracts, the contractors 
reported awarding from 14 to 83 percent of their subcontracting 
dollars, which ranged from $154 to $520 million, to small businesses as 
of March 31, 2006. For the remaining three contracts, subcontracting 
information was not available either because the prime contractor had 
not, as required, reported subcontracting accomplishment information to 
the electronic subcontracting reporting system (eSRS) as of March 31, 
2006, or the contractor was not required to report on individual 
contracts.[Footnote 34] 

For GSA, information is generally unavailable on the subcontracting 
activities associated with the 11 contracts the agency awarded to large 
businesses for Katrina-related activities and which included 
subcontracting plans. According to FPDS-NG, GSA awarded 11 Katrina- 
related contracts (worth a total of about $9.6 million) for which 
subcontracting information was not available because contractors had 
failed to report it, the data had not been finalized, or, in one case, 
the contractor had reported aggregated figures for both Katrina-related 
and other subcontracts. Specifically, information was unavailable on 9 
GSA-awarded contracts because the contractors had not submitted data 
into eSRS, and on 1 other contract because the data were still in 
"draft" form in eSRS.[Footnote 35] While subcontracting information was 
available on 1 of the GSA-awarded contracts related to Hurricane 
Katrina, we could not isolate data related solely to that disaster, as 
the contract had been used for other unrelated activities and the 
available subcontracting information was reported for the entire 
contract. Because subcontracting accomplishments were reported for the 
contract as a whole, and not for individual contract actions, it is not 
possible, with available data, to disaggregate Katrina and non-Katrina- 
related subcontracting accomplishments. 

Agency officials could not entirely explain what caused certain DHS and 
GSA prime contractors, whose contracts did include subcontracting 
plans, to fail to submit the required documentation of their activities 
and accomplishments into eSRS for the period ending March 31, 2006. 
However, one possible reason may have to do with the effect that 
incomplete information about prime contracts in FPDS-NG can have when 
it carries over into eSRS. Specifically, eSRS only allows contractors 
to submit information on their subcontracting activities when contracts 
are correctly coded in FPDS-NG as requiring a subcontracting plan. As a 
result, if a contract is not in FPDS-NG or has not been entered 
correctly as requiring a subcontracting plan, the contractor will not 
be able to submit information about subcontracting activities into 
eSRS. Without timely and complete information on the extent to which 
contractors are subcontracting with small businesses, the eSRS is less 
useful as a tool for providing transparency on the extent to which 
small businesses are, as intended, receiving opportunities to 
participate in federal contracts. In addition, the ability of eSRS to 
accurately produce reports on subcontracting achievements is 
compromised. 

Incomplete Agency Information on Subcontracting Plan Requirements 
Raises Concerns about Compliance with Contracting Rules and 
Opportunities for Small Businesses: 

As was the case with certain agency data on subcontracting 
accomplishments, in two respects, key information on small business 
subcontracting plans was not consistently available in official 
procurement data systems for the four agencies. First, the official 
procurement data system, primarily for DHS and GSA, had no information 
at all on whether or not they required subcontracting plans for 70 
percent or more of their contracting funds. DHS and GSA officials were, 
to varying degrees, unable to explain the lack of information on 
subcontracting plan requirements associated with their Katrina-related 
contracting dollars. Second, the four agencies, according to 
procurement data systems, determined that subcontracting plans were not 
required for contracts representing 12 to 77 percent of the dollars 
they awarded to large businesses for Katrina-related projects that 
appeared to meet the criteria for including such plans. Data on the 
four agencies' reasons for their determinations about not requiring 
these plans, which should be in the data systems or readily available, 
were incomplete. 

For the types of contracts we reviewed, executive agencies generally 
must require subcontracting plans when they award federal contracts of 
more than $500,000 to large businesses.[Footnote 36] According to the 
FAR, agencies must make the maximum practical opportunities available 
for small businesses to participate in federal procurements and 
agencies must take steps to ensure that prime contractors play a role 
in ensuring those opportunities are made available.[Footnote 37] 
Additionally, the FAR requires that federal executive agencies must 
maintain public files of data on their procurement activities, such as 
whether or not they have required prime contractors to submit and 
report on subcontracting plans.[Footnote 38] We also note that the FAR 
requires that federal agencies have readily accessible information on 
each of the contracts that they have awarded.[Footnote 39] Finally, 
under the FAR, a contractor is not required to submit a subcontracting 
plan if the contracting officer determines that no subcontracting 
possibilities exist.[Footnote 40] The contracting officer's 
determination must be approved at a level above the contracting officer 
and documented in the contract file.[Footnote 41] This information is 
to be captured in FPDS-NG for civilian agencies and in its military 
counterpart, DD-350, for military agencies. By capturing the reason for 
decisions about forgoing subcontracting plans, such as the lack of 
subcontracting possibilities, these systems provide transparency into a 
process intended to ensure maximum opportunities for small businesses 
to participate in federal procurements. 

As we noted, information about whether the four agencies met the 
criteria for requiring subcontracting plans and, when they did not 
require a plan, their reasons for doing so were incomplete. 
Specifically, for contracts representing the majority of the dollars 
that DHS and GSA awarded to large businesses for contracts valued over 
$500,000, no information was available in FPDS-NG on whether the two 
agencies required subcontracting plans or had waived this requirement 
(see table 5, column 6). Also, for contracts representing 12 to 77 
percent of the funds they awarded to large businesses through contracts 
for over $500,000, the procurement system showed that the agencies 
determined that subcontracting plans were not required (table 5, column 
5). Agency officials were unable to explain why subcontracting plans 
were not required for contract dollars ranging from at least $16 
million to $861 million. 

Table 5: Subcontracting Plan Requirements by Dollar Amount Awarded: 

Dollars in millions. 

DHS; 
Total amount awarded to large businesses over $500,000[A]: $4,866.2; 
Percent of total amount awarded and dollar amount requiring a 
subcontracting plan: 1%; Percent of total amount awarded and dollar 
amount requiring a subcontracting plan: $27.2; 
Percent of total amount awarded and dollar amount with no 
subcontracting possibilities: 0%; Percent of total amount awarded and 
dollar amount with no subcontracting possibilities: $16.3; 
Percent of total amount awarded and dollar amount reported as not 
requiring a subcontracting plan: 29%; 
Percent of total amount awarded and dollar amount reported as not 
requiring a subcontracting plan: $1,406.0; Percent of total amount 
awarded and dollar amount with no information on subcontracting plan 
requirements: 70%; 
Percent of total amount awarded and dollar amount with no information 
on subcontracting plan requirements: $3,416.7. 

GSA; 
Total amount awarded to large businesses over $500,000[A]: 127.1; 
Percent of total amount awarded and dollar amount requiring a 
subcontracting plan: 7; 
Percent of total amount awarded and dollar amount requiring a 
subcontracting plan: 8.9; 
Percent of total amount awarded and dollar amount with no 
subcontracting possibilities: 4; 
Percent of total amount awarded and dollar amount with no 
subcontracting possibilities: 4.7; 
Percent of total amount awarded and dollar amount reported as not 
requiring a subcontracting plan: 12; 
Percent of total amount awarded and dollar amount reported as not 
requiring a subcontracting plan: 15.1; 
Percent of total amount awarded and dollar amount with no information 
on subcontracting plan requirements: 77; 
Percent of total amount awarded and dollar amount with no information 
on subcontracting plan requirements: 98.4. 

DOD; 
Total amount awarded to large businesses over $500,000[A]: 631.2; 
Percent of total amount awarded and dollar amount requiring a 
subcontracting plan: 22; 
Percent of total amount awarded and dollar amount requiring a 
subcontracting plan: 141.4; 
Percent of total amount awarded and dollar amount with no 
subcontracting possibilities: 0; 
Percent of total amount awarded and dollar amount with no 
subcontracting possibilities: [Empty]; 
Percent of total amount awarded and dollar amount reported as not 
requiring a subcontracting plan: 77; 
Percent of total amount awarded and dollar amount reported as not 
requiring a subcontracting plan: 483.6; 
Percent of total amount awarded and dollar amount with no information 
on subcontracting plan requirements: 1; 
Percent of total amount awarded and dollar amount with no information 
on subcontracting plan requirements: 6.2. 

Corps; 
Total amount awarded to large businesses over $500,000[A]: $2,468.7; 
Percent of total amount awarded and dollar amount requiring a 
subcontracting plan: 76%; 
Percent of total amount awarded and dollar amount requiring a 
subcontracting plan: $1,880.1; 
Percent of total amount awarded and dollar amount with no 
subcontracting possibilities: 0%; 
Percent of total amount awarded and dollar amount with no 
subcontracting possibilities: [Empty]; 
Percent of total amount awarded and dollar amount reported as not 
requiring a subcontracting plan: 23%; 
Percent of total amount awarded and dollar amount reported as not 
requiring a subcontracting plan: $574.5; 
Percent of total amount awarded and dollar amount with no information 
on subcontracting plan requirements: 1%; 
Percent of total amount awarded and dollar amount with no information 
on subcontracting plan requirements: $14.1. 

Source: GAO analysis of FPDS-NG and DD-350 data for contract actions 
awarded between August 1, 2005, and June 30, 2006. 

Note: Dollars are rounded to the nearest hundred thousand and 
percentages were calculated from unrounded numbers. 

[A] One million dollars for construction. 

[End of table] 

Overall, procurement officials from the four agencies were able to 
explain some of the missing or incomplete subcontracting plan 
information, for example, by identifying data entry errors or providing 
evidence of additional justification for not requiring the 
subcontracting plans. Nonetheless, for each agency, there remain 
contracting dollars for which the subcontracting plan information is 
incomplete and which agency officials have not been able to explain. 
Specifically: 

* For DHS, table 5 shows that $3.4 billion in contracting dollars 
lacked any information on whether a subcontracting plan was required. 
DHS officials stated that information was missing for $3.2 billion of 
these dollars due to data entry errors. For example, for nearly $3 
billion of these dollars, subcontracting plans were in fact 
required.[Footnote 42] DHS officials were unable to explain the lack of 
information on subcontracting plan requirements associated with the 
remaining $191 million of the dollars for which subcontracting plan 
requirement information is missing. Table 5 also shows that DHS did not 
require subcontracting plans for $1.4 billion of the funds it awarded. 
DHS officials indicated $545 million of these funds were miscoded and 
should have been entered in FPDS-NG as having "no subcontracting 
possibilities." DHS officials were unable to explain why the remaining 
$861 million were not required to have subcontracting plans. 

* According to GSA officials, contracting officers did not require 
subcontracting plans for the Katrina-related contracts awarded to large 
businesses for over $500,000 in some cases because of a temporary 
increase (to $10 million) in the threshold for requiring these plans 
and in other cases because the emergency nature of the situation 
required a faster response than normal contracting procedures would 
have allowed.[Footnote 43] Table 5 shows that GSA awarded a total of 
almost $114 million through acquisitions that were coded in FPDS-NG as 
either not requiring a subcontracting plan or for which there was no 
information on whether a subcontracting plan was required (columns 5 
and 6 of table 5, which round to $114 million); of this amount, GSA 
officials indicated that $72 million was awarded at amounts below the 
$10 million threshold.[Footnote 44] Of the remaining $42 million, GSA 
determined that a subcontracting plan was not required for a $26 
million contract for ice because the urgent nature of the situation 
required procuring and delivering the ice faster than normal 
contracting procedures would have allowed. According to GSA officials, 
contracts such as this and others for which GSA did not require 
subcontracting plans, such as one for ambulance services to transport 
people from nursing homes, illustrate their point about the need to 
expedite contracting in an emergency situation. The ambulance services 
contract they cited was valued high enough that they ordinarily would 
have had to include a subcontracting plan which, in the normal course 
of operations, would require review by the SBA's Procurement Center 
Representatives for advisory purposes as well as a certain amount of 
market research to determine if subcontracting possibilities existed 
for potential prime contractors. In the judgment of the GSA contracting 
officials, the urgency of the situation requiring the ambulances was 
sufficient justification for forgoing the subcontracting plan 
requirements and procedures. GSA officials were unable to explain the 
lack of information on subcontracting plan requirements associated with 
the remaining $16 million.[Footnote 45] 

* Table 5 shows that DOD's data system, DD-350, had no information at 
all on subcontracting plan requirements for $6.2 million of its Katrina-
related contracts. Based on our queries, DOD officials determined that 
these contracts actually did require such plans. The system lacked this 
information because the DFARS instructions do not require this 
information for orders under a supply schedule contract. Of the $483.6 
million that table 5 shows as not requiring a subcontracting plan, 
based on our inquiries, DOD officials determined that $475.9 million of 
these contract actions represented data entry errors and did, in fact, 
require such plans or should have been coded as having "no 
subcontracting possibilities." Moreover, DOD officials stated that 
about $4.4 million in contract actions were correctly coded as not 
requiring subcontracting plans because they were awarded as blanket 
purchase agreements, purchase orders, or were awarded to a small 
business. DOD officials were unable to explain why the remaining $3.3 
million in contracting dollars coded as not requiring subcontracting 
plans were not required to have such plans. 

* For the Corps, table 5 shows $14 million for which DD-350 contained 
no information on subcontracting plan requirements. Corps officials 
determined that these were orders against existing GSA federal supply 
schedule contracts and for which, according to these officials, the FAR 
does not require subcontracting plans. Table 5 also shows $574.5 
million for which the Corps determined that subcontracting plans were 
not required; according to Corps officials, data entry errors explain 
$437.2 million of these funds--some small businesses (which do not have 
to have subcontracting plans) were miscoded as large, some contracts 
were miscoded as not requiring a subcontracting plan when they actually 
did, and some should have been coded as having "no subcontracting 
possibilities." Corps officials were unable to explain why 
subcontracting plans were not required for the remaining $102 million 
in contracting dollars that were coded as not requiring a 
subcontracting plan. 

More than 1 year after Hurricane Katrina, key information about 
subcontracting plan requirements remains incomplete, as we show in 
table 5. As we noted in reporting on the agencies' efforts to respond 
to our inquiries, data entry errors explain some of what we found. 
Additionally, officials from GSA and DOD stated that in the emergency 
situation that Hurricane Katrina presented, they placed priority on 
awarding contracts for vital supplies with the expectation that data 
entry would be completed at a later time. However, as we noted, these 
agencies were still unable to explain why data were missing on 
subcontracting plan requirements, or why subcontracting plans were not 
required for from $3.3 million to $861 million in contract dollars. The 
incomplete information limits using the agencies' procurement data 
systems and publicly reported contracting data to tell the extent to 
which agencies complied with federal contracting rules designed to give 
small businesses the maximum practical opportunity to participate in 
federal contracts. 

Disadvantaged Business Enterprises Participated in FHWA-and FAA-Funded 
Contracts and Subcontracts Related to Hurricane Katrina: 

Through contracts and subcontracts, DBEs were awarded about 4 percent 
of almost $1.3 billion of FHWA funding for Katrina-related contracts 
awarded between August 1, 2005, and June 30, 2006, in the three states 
primarily affected by Hurricane Katrina.[Footnote 46] The Mississippi 
Department of Transportation awarded the majority of the FHWA dollars 
DBEs received in these three states. DBEs were awarded about 10 percent 
of FAA dollars that airports in these three states awarded for Katrina- 
related contracts during the same period of time.[Footnote 47] FTA 
officials said that FTA did not fund any grants to transit agencies for 
Katrina-related recovery projects.[Footnote 48] 

DBEs Received about 4 Percent of FHWA Dollars for Katrina-Related 
Contracts in Mississippi, Alabama, and Louisiana: 

DBEs were awarded about 4 percent of the total dollar value of Katrina- 
related contracting dollars awarded by three state transportation 
agencies through contracts and subcontracts between August 1, 2005, and 
June 30, 2006. The DOTs in the three states primarily affected by 
Katrina (Alabama, Louisiana, and Mississippi) awarded 76 FHWA-funded, 
Katrina-related contracts, totaling about $1.3 billion (table 6). DBEs 
were awarded approximately $53 million of this amount as prime 
contractors and subcontractors. Specifically, DBEs were prime 
contractors on 2 and subcontractors on 10 of the 76 contracts awarded. 

Table 6: DBE Participation in Katrina-Related State DOT Contracts 
Awarded With FHWA Funds: 

Dollars in millions. 

Mississippi; 
Total dollar value of contracts awarded: $790.0; 
Total dollars awarded to DBEs[A]: $34.2; 
Percentage of total dollar value of contracts awarded to DBEs: 4.3%. 

Louisiana; 
Total dollar value of contracts awarded: 490.0; 
Total dollars awarded to DBEs[A]: 18.8; 
Percentage of total dollar value of contracts awarded to DBEs: 3.8. 

Alabama; 
Total dollar value of contracts awarded: 2.9; 
Total dollars awarded to DBEs[A]: 0.1; 
Percentage of total dollar value of contracts awarded to DBEs: 4.0. 

Total; 
Total dollar value of contracts awarded: $1,282.9; 
Total dollars awarded to DBEs[A]: $53.1; 
Percentage of total dollar value of contracts awarded to DBEs: 4.1%. 

Source: GAO analysis of Mississippi, Louisiana, and Alabama DOT data 
for contracts awarded between August 1, 2005, and June 30, 2006. 

Note: Dollars are rounded to the nearest hundred thousand and 
percentages were calculated from unrounded numbers. 

[A] Includes amount paid to DBEs for completed projects and amount 
committed to DBEs for ongoing projects through prime contracts and 
subcontracts. 

[End of table] 

In Mississippi, DBEs were awarded a total of about $34 million, or 4.3 
percent of the $790 million that the Mississippi DOT awarded in FHWA- 
funded, Katrina-related contracts. The Mississippi DOT awarded the $790 
million through 55 contracts. DBEs were the prime contractor on 2 of 
these contracts, which totaled about $2 million, and subcontractors on 
6 others. Almost all of the 8 contracts that DBEs participated in were 
for debris removal and work on U.S. Highway 90, which runs along the 
Mississippi coast and received substantial damage from the hurricane. 
As of October 2006, of the approximately $34 million awarded to DBEs in 
Mississippi, about $3 million had been paid for completed work and $31 
million is committed for work in progress. 

DBEs were awarded a total of about $19 million, or 3.8 percent of the 
$490 million that the Louisiana DOT awarded in FHWA-funded, Katrina- 
related contracts. The Louisiana DOT awarded a total of 19 contracts, 
and DBEs were subcontractors on 3 of them. The 3 subcontracts included 
work for bridge repair and work on Interstate Highway 10, which 
received significant damage from Hurricane Katrina between New Orleans 
and Slidell, Louisiana. As of October 2006, of the approximately $19 
million awarded to DBEs, approximately $700,000 had been paid for 
completed work, and a little more than $18 million had been committed 
for work in progress. 

DBEs were awarded a total of about $100,000, or 4 percent, of the 
nearly $3 million that the Alabama DOT awarded in FHWA-funded, Katrina- 
related contracts. Two contracts accounted for the nearly $3 million 
and two DBEs were subcontractors on one of the contracts.[Footnote 49] 
As of October 2006, the two DBEs had received over half of their 
awarded amounts, and the remainder was committed for the rest of the 
project, which was designed to repair a ramp on a section of Interstate 
Highway 10. 

DBEs Received About 10 Percent of the FAA Dollars Awarded for Katrina- 
Related Contracts: 

DBEs were awarded about $2.4 million of the nearly $24 million in 
Katrina-related contracts that airports in Alabama, Louisiana, and 
Mississippi awarded with FAA funds for Katrina-related contracts during 
the period of our analysis (table 7). This $24 million was awarded by 
airports through 44 contracts, and DBEs participated in 1 contract as a 
prime contractor and in 10 contracts as subcontractors. 

Table 7: DBE Participation in Contracts Awarded by Airports with FAA 
Grants: 

Dollars in millions. 

Airports in Mississippi; 
Total dollar value of all contracts awarded: $21.1; 
Total dollar value awarded to DBEs[A]: $2.3; 
Percentage of total dollar value of contracts awarded to DBEs: 11.0%. 

Airports in Louisiana; 
Total dollar value of all contracts awarded: 2.6; 
Total dollar value awarded to DBEs[A]: 0.1; 
Percentage of total dollar value of contracts awarded to DBEs: 4.1. 

Airports in Alabama; 
Total dollar value of all contracts awarded: 0.3; 
Total dollar value awarded to DBEs[A]: ---[B]; 
Percentage of total dollar value of contracts awarded to DBEs: ---[B]. 

Total; 
Total dollar value of all contracts awarded: $24.0; 
Total dollar value awarded to DBEs[A]: $2.4; 
Percentage of total dollar value of contracts awarded to DBEs: 10.1%. 

Source: GAO analysis of FAA data for contracts awarded by airports 
between August 1, 2005 and June 30, 2006. 

Note: Dollars are rounded to the nearest hundred thousand and 
percentages were calculated from unrounded numbers. 

[A] Includes amount paid to DBEs for completed projects and amount 
committed to DBEs for ongoing projects through prime contracts and 
subcontracts. 

[B] Airports in Alabama awarded a total of nearly $300,000 in three FAA-
funded, Katrina-related contracts, and DBEs participated in one of the 
three contracts. For contracts awarded with FHWA or FAA funds, we 
determined that contract values were sufficiently reliable to report 
aggregated contract amounts rounded to the nearest $100,000. Because 
the dollar value awarded to DBEs in Alabama was less than $50,000 and 
rounding this figure would require reporting it as zero, we chose not 
to report on the amount or percentage of total dollars DBEs received in 
Alabama. See the detailed discussion of our methodology in appendix I 
for more information. 

[End of table] 

DBEs were awarded approximately $2.3 million (11 percent) of about $21 
million that airports in Mississippi awarded in FAA-funded, Katrina- 
related contracts. DBEs participated in 8 out of 27 contracts awarded 
by airports in Mississippi. The contracts included repair work for 
terminal areas and runway lighting, as well as construction of a new 
cargo building. 

DBEs were awarded a total of about $100,000, all through subcontracts, 
of nearly $2.6 million that airports in Louisiana awarded in FAA- 
funded, Katrina-related contracts. The $100,000 DBEs received accounted 
for approximately 4 percent of the $2.6 million that the Louisiana 
airports awarded. Overall, DBEs participated in 2 of 14 contracts that 
included work to update one airport's master plan and consulting 
services provided to another airport. 

Conclusions: 

There is little doubt that Hurricane Katrina posed challenges to 
federal agencies to award contracts expeditiously while adhering to 
federal acquisition regulations, including those governing 
subcontracting plans. We recognize that the response to Katrina was 
unprecedented for most agencies and that complying with certain 
requirements, such as negotiating subcontracting plans and documenting 
compliance with subcontracting requirements, may have understandably 
been deferred to a later time, as GSA and DOD officials said was the 
case. Nonetheless, a substantial amount of information about the four 
agencies' subcontracting requirements remains incomplete over a year 
after the hurricane. Conclusively demonstrating compliance with the 
rules about subcontracting plans is important for reasons beyond just 
documentation. By requiring these plans, agencies commit prime 
contractors to specific goals for providing opportunities to small 
businesses and give themselves tools--incentives as well as sanctions-
-that they can use to ensure the contractors engage in good faith 
efforts to meet their small business subcontracting goals. In doing so, 
the agencies ensure compliance with federal procurement regulations and 
that small businesses have all of the practical opportunities to 
participate in federal contracts that they are supposed to have. 
Because so much key information about subcontracting plans was 
incomplete in federal procurement data systems and, at the conclusion 
of our review, remains unresolved, we cannot tell the extent to which 
the agencies are complying with the regulations. Furthermore, the lack 
of transparency surrounding much of the agencies' subcontracting data-
-missing information on plans when contracts appear to meet the 
criteria for having them--may lead to unwarranted perceptions about how 
the federal procurement system is working, particularly in terms of the 
government's stated preference for contracting with small businesses. 

For their Katrina-related relief contracts, until DHS, GSA, DOD, and 
the Corps improve documentation of (1) the status of whether 
subcontracting plan requirements are in place and (2) their decisions 
on whether subcontracting plans were required, the agencies will lack 
the ability to provide assurance they offered small businesses the 
maximum practical opportunity to do business with them. However, it is 
questionable whether the benefit from clearing up the agencies' 
incomplete subcontracting information would outweigh the costs of doing 
so for Katrina-related contracts. Consequently, the agencies' best 
course of action in response to what we found may be to improve 
documentation for all future contracts and reinforce to all of its 
contracting officers and others involved in the procurement process the 
importance of adhering to subcontracting plan requirements and ensuring 
that publicly available information--such as what the agencies report 
in FPDS-NG--accurately reflects the extent to which the agency made 
subcontracting opportunities available to small businesses. 

Recommendations for Executive Action: 

To ensure compliance with federal contracting regulations and to more 
transparently disclose the extent to which subcontracting opportunities 
are available to small businesses, we recommend that the Secretaries of 
Homeland Security and Defense and the Administrator of General Services 
take the following two actions: 

* Issue guidance to the appropriate procurement offices and personnel 
reinforcing (1) the reasons for subcontracting plan requirements and 
the importance of complying with them; (2) the necessity for 
documenting in publicly available sources the agencies' decisions, 
particularly in instances when they determine not to require 
subcontracting plans; and (3) where subcontracting plans are in place, 
the need to adhere to the requirement for all prime contractors to 
report on their small business subcontracting accomplishments. 

* Consider asking their respective Inspectors General to conduct a 
review at an appropriate future date to ensure that this guidance and 
related requirements are being followed. 

Agency Comments and Our Evaluation: 

We provided a draft of this report to DHS, GSA, DOD, DOT, and the SBA 
for their review and comment. Officials from DOT and SBA provided 
technical clarifications, which we incorporated as appropriate. Through 
written comments, DHS, GSA, and DOD--the agencies to which our 
recommendations are addressed--concurred with our recommendations. 
Their comments are reprinted in appendixes II, III, and IV. 

In written comments from the Director of DHS's Departmental GAO/OIG 
Liaison Office (app. II), DHS noted actions that it plans to take to 
implement the recommendations within the Federal Emergency Management 
Agency (which was responsible for the vast majority of the agency's 
Katrina-related contracting) and stated that it plans to apply them as 
best practices across all of the department. Specifically, the agency 
plans to: 

* issue guidance to all acquisition offices reinforcing previously 
issued guidance regarding the importance of awarding all appropriate 
contracts to small businesses and encouraging large businesses to 
subcontract all appropriate work to small businesses; 

* have an acquisition oversight team within the agency's Office of the 
Chief Procurement Officer review DHS acquisition offices' compliance 
with federal and DHS acquisition regulations, policies, and procedures; 
and, 

* pursue a review by the Defense Contract Management Agency (DCMA) to 
benchmark the agency's contract administration efforts, including its 
subcontracting plan administration, against DCMA practices and 
procedures. 

In commenting on our presentation of subcontracting accomplishments, 
DHS stated that many of the DHS contracts did not require contractors 
to enter subcontracting accomplishment data into the electronic 
subcontracting reporting system (eSRS), and that inputting 
subcontracting accomplishment information into eSRS was voluntary in 
fiscal year 2006. However, we note that according to a November 2005 
memo to Chief Acquisition Officers from the Office of Management and 
Budget, all contractors for civilian agencies were required to use eSRS 
as of fiscal year 2005. 

DHS also stated that we could have emphasized the agency's 
administration of four key contracts with large businesses that had 
subcontracting plans, noting that these businesses provided 
subcontracting information weekly. While we were aware that DHS was 
obtaining weekly subcontracting accomplishment information from 
selected contractors, our methodology for DHS (and the other agencies) 
was to obtain and analyze the subcontracting accomplishment information 
that federal regulations required the agency to collect and report 
(semiannually, in this case, as of March 31, 2006). 

DHS also offered comments regarding the report's presentation of 
contracts awarded directly to small businesses. Specifically, DHS 
stated that work under two contracts that were awarded directly to 
large businesses was transferred to multiple small businesses. As we 
note in the report, DHS awarded $1.6 billion in Katrina-related 
contracting dollars directly to small businesses. To the extent that 
DHS accurately indicated in FPDS-NG that the contracting dollars were 
awarded directly to small and not large businesses, our report reflects 
this activity. 

GSA's Administrator generally concurred with our recommendations (see 
app. III). The agency's Office of the Chief Acquisition Officer will, 
among other things, take steps such as: 

* distribute an acquisition alert reminding the acquisition community 
of the importance of subcontracting plan requirements, and the need to 
document decisions, including those regarding subcontracting plan 
requirements; 

* remind contracting officers of their responsibility to ensure that 
contractors properly report their subcontracting accomplishments as 
required; and, 

* include compliance with the guidance about subcontracting plan 
requirements in its regularly scheduled Procurement Management Reviews 
as well as the special reviews it conducts during major catastrophes in 
order to ensure procurement statutes, regulations, and guidance are 
being met; when appropriate, GSA indicated it will seek the assistance 
of the agency's Inspector General to support these reviews. 

GSA emphasized--during the course of our review as well as in its 
comments on our draft report--that during catastrophic situations, time 
is of the essence in getting goods and services to a disaster area 
immediately. While its contracting officers and personnel worked to 
comply with all contracting requirements, including the subcontracting 
plan requirement, GSA stated that the latter proved to be impossible 
given the urgency of the needs resulting from the hurricane. GSA also 
noted that the subcontracting plan requirement is one it did not 
address when it waived certain procurement rules in early September 
2005 during the emergency response. One reason GSA did not extend these 
waivers to the requirement for subcontracting plans is that, in the 
judgment of GSA procurement officials, there are no provisions or 
flexibility in the Federal Acquisition Regulation (FAR) that would have 
given them the authority, even in an emergency situation such as the 
response to Hurricane Katrina, to deviate from subcontracting plan 
requirements. We agree with GSA's conclusion that the FAR currently 
does not specifically permit agencies to waive the requirement for an 
approved subcontracting plan prior to contract award. This is because 
the FAR requirement is based on the Small Business Act, which does not 
provide for an agency to waive the subcontracting plan requirement or 
allow deferral of it until after the agency has awarded a contract. As 
a result of our findings and the lack of flexibility GSA determined the 
FAR has on subcontracting plan requirements, GSA plans to raise the 
issue of emergency processes with the FAR Council. [Footnote 50] 

DOD's Director, Defense Procurement and Acquisition Policy, in the 
Office of the Under Secretary of Defense for Acquisition, Technology, 
and Logistics, concurred with our recommendations (see app. IV) and 
noted that the department plans to issue a policy memorandum in 2007 
containing the guidance we recommend. Additionally, DOD indicated it 
would direct review officials for each of its military departments and 
other defense agencies to include subcontracting guidance and 
compliance as a special interest item in the periodic oversight reviews 
they conduct of the organizations within each department or agency. 
Moreover, DOD will ask the military departments' Offices of Inspectors 
General as well as the DOD Inspector General to review the adequacy of 
departmental and agency oversight and management review processes. 

We are sending copies of this report to appropriate congressional 
committees, the Secretary of Homeland Security, the Administrator of 
General Services, the Secretary of Defense, the Secretary of 
Transportation, and the Administrator of the Small Business 
Administration. We will also make copies available to others upon 
request. In addition, the report will be available at no charge on the 
GAO Web site at [Hyperlink, http://www.gao.gov]. 

If you or your staff have any questions regarding this report, please 
call me at (202) 512-8678 or shearw@gao.gov. Contact points for our 
Offices of Congressional Relations and Public Affairs may be found on 
the last page of this report. GAO staff who made major contributions to 
this report are listed in appendix V. 

Signed by: 

William B. Shear: 
Director, Financial Markets and Community Investment: 

List of Congressional Addressees: 

The Honorable John F. Kerry: 
Chairman: 
The Honorable Olympia J. Snowe: 
Ranking Member: 
Committee on Small Business and Entrepreneurship: 
United States Senate: 

The Honorable Joseph I. Lieberman: 
Chairman: 
The Honorable Susan M. Collins: 
Ranking Member: 
Committee on Homeland Security and Governmental Affairs: 
United States Senate: 

The Honorable Richard J. Durbin: 
Chairman: 
The Honorable Sam Brownback: 
Ranking Minority Member: 
Subcommittee on Financial Services and General Government: 
Committee on Appropriations: 
United States Senate: 

The Honorable Nydia M. Velázquez: 
Chair: 
The Honorable Steve Chabot: 
Ranking Member: 
Committee on Small Business: 
House of Representatives: 

The Honorable Henry A. Waxman: 
Chairman: 
The Honorable Tom Davis: 
Ranking Member: 
Committee on Oversight and Government Reform: 
House of Representatives: 

The Honorable José E. Serrano: 
Chairman: 
The Honorable Ralph Regula: 
Ranking Minority Member: 
Subcommittee on Financial Services: 
Committee on Appropriations: 
House of Representatives: 

The Honorable Donald A. Manzullo: 
House of Representatives: 

[End of section] 

Appendix I: Scope and Methodology: 

To identify the amounts that small and local businesses received 
through direct contracts from the four federal agencies for relief and 
recovery efforts related to Hurricane Katrina, we identified the 
agencies that had received the largest supplemental appropriations for 
Katrina-related relief and recovery work, and then analyzed data from 
the Federal Procurement Data System-Next Generation (FPDS-NG), the 
governmentwide database of contracting activity, and DD-350, the 
Department of Defense (DOD) database that contains data on individual 
contracting actions, to identify federal agencies that had directly 
awarded the most contracting dollars as of May 2006. This analysis 
showed that the Department of Homeland Security (DHS), DOD, and the 
U.S. Army Corps of Engineers (Corps) had received the largest 
supplemental appropriations and that these three agencies plus the 
General Services Administration (GSA) had awarded 86 percent of all 
funds for Katrina-related contracts as of May 2006. Our analysis 
focused on these agencies.[Footnote 51] For consistency, we decided to 
analyze all Katrina-related obligations from August 1, 2005, to June 
30, 2006, in order to capture contracting actions that occurred in 
preparation for Hurricane Katrina, and because June 30th was the most 
current data available at the time we began data analysis.[Footnote 52] 
In addition, this time frame allowed for analysis of nearly 1 year's 
worth of contracting activities. 

To identify and obtain information on the Katrina-related contracting 
dollars awarded by DHS and GSA between August 1, 2005, and June 30, 
2006, we analyzed data in FPDS-NG on new contracts, contract 
modifications, and task orders against existing contracts. We excluded 
contract modifications that were administrative or that did not change 
the dollar value of the contract. We analyzed data that were reported 
into FPDS-NG as of October 23, 2006. Although we could not 
independently verify the reliability of all of these data, we conducted 
electronic data testing for inconsistency errors and completeness, and 
interviewed agency officials. For DHS, we also assessed the reliability 
of contract information in FPDS-NG by comparing these data to 
information that the agency maintained on Katrina-related contracts in 
an ad hoc spreadsheet that it developed in the early days after the 
hurricane; DHS used this spreadsheet to collect and maintain Katrina- 
related contract information from late September 2005 through the 
present in order to be able to provide timely information to the White 
House. Subsequently DHS used this spreadsheet to check the Katrina- 
related contract information in FPDS-NG, and investigate any anomalies. 
We determined the data to be sufficiently reliable for the purposes of 
this report. 

To identify and obtain information on the Katrina-related contracting 
dollars awarded by DOD and the Corps between August 1, 2005, and June 
30, 2006, we analyzed data in DD-350 on new contracts, contract 
modifications, and task orders against existing contracts. We excluded 
contract modifications that were administrative or that did not change 
the dollar value of the contract. We analyzed data for DOD and the 
Corps that were reported into DD-350 as of October 26, 2006, and FPDS- 
NG as of November 13, 2006. Although we could not independently verify 
the reliability of all of these data, we conducted electronic data 
testing for inconsistency errors and completeness, and interviewed 
agency officials. For the Corps, we also assessed the reliability of 
contract information in DD-350 by comparing these data to information 
that the Corps maintained on Katrina-related contracts in an ad hoc 
spreadsheet that it developed following the hurricane; the Corps used 
this spreadsheet to collect and maintain current Katrina-related 
contract information from late in September 2005 through the present in 
order to be able to report timely information to the White House. 
Subsequently the Corps used this spreadsheet as a check on the accuracy 
and completeness of Katrina-related contract information in DD-350. 
Based on these efforts, we determined the data to be sufficiently 
reliable for the purposes of this report. 

To describe the extent to which prime contractors subcontracted with 
small businesses, we used different approaches for military and 
civilian agencies. For DOD and the Corps, we obtained information on 
the top 10 contractors because data on the extent to which military 
contractors awarded subcontracts to various types of small businesses 
are not electronically aggregated.[Footnote 53] To identify the 10 
contractors that cumulatively had received the most funds for Katrina- 
related contracts from DOD and the Corps between August 1, 2005, and 
June 30, 2006, we analyzed information from DD-350 and FPDS-NG. Of 
these 10 contractors, 4 received contracts for strictly Katrina-related 
projects from the Corps, and were required to submit subcontracting 
plans for these contracts. These 4 contractors were all large, and 
received a total of eight contracts. For each of the eight contracts, 
we obtained and reviewed the subcontracting plans and the individual 
subcontracting reports as of March 31, 2006. We also interviewed 
contractors about their subcontracting activities. We compared the 
amounts each of the 4 contractors awarded to small businesses to the 
total amounts obligated as of March 31, 2006. 

To identify the extent to which contractors for DHS and GSA 
subcontracted with small businesses to do Katrina-related relief and 
recovery work, we used FPDS-NG to identify those contractors that 
received prime contracting dollars between August 1, 2005, and June 30, 
2006, for activities that were coded as being related to Hurricane 
Katrina, and were required to submit a subcontracting plan. For those 
contracts that required a subcontracting plan, we searched for 
documentation of subcontracting awards in the electronic subcontracting 
reporting system (eSRS) as of March 31, 2006. 

In addition, for all four agencies, we assessed the extent to which the 
agencies required subcontracting plans for Katrina-related contracting 
actions to large businesses for over $500,000.[Footnote 54] According 
to federal acquisition regulations, contracts or contract modifications 
to large business valued at over $500,000 ($1 million for construction) 
and which have subcontracting possibilities, are required to submit 
subcontracting plans. For each of the four agencies, we identified 
Katrina-related contracting actions that occurred between August 1, 
2005, and June 30, 2006, that met this criteria. We asked each agency 
to explain why subcontracting plans were not required for those 
contracting activities that met these criteria, but for which the data 
showed they had not been required to submit subcontracting plans. We 
also contacted, where appropriate, the procurement and legal officials 
at each agency to determine any basis upon which agencies may have 
determined not to require subcontracting plans for any contracts that 
otherwise appeared to have met the criteria for them. 

To obtain information on the extent to which Disadvantaged Business 
Enterprises (DBEs) received federal funds for transportation projects 
that relate to reconstruction or recovery from Hurricane Katrina, we 
analyzed data on contracts awarded between August 1, 2005, and June 30, 
2006, with Department of Transportation funds in the states of Alabama, 
Louisiana, and Mississippi. Specifically, we obtained data on contracts 
awarded through funds from two of the three operating administrations 
of the DBE program--the Federal Highway Administration (FHWA) and the 
Federal Aviation Administration (FAA). The third operating 
administration, the Federal Transit Administration (FTA), did not 
provide us with any data since FTA funds were not used to award 
contracts related to Katrina reconstruction or recovery projects during 
the time frame that we examined. For contracts awarded with FHWA funds, 
we obtained contract data from each state department of transportation. 
For contracts awarded with FAA funds, we obtained contract data from 
FAA's Southern and Southwestern regional offices, which compiled data 
from the various airports in the three states. The contract data we 
obtained for contracts funded with FHWA and FAA funds included 
information on DBE participation as either prime contractors or 
subcontractors, and the amounts awarded to DBEs, among other data 
fields. Overall, we obtained data on 120 contracts awarded with FHWA 
and FAA funds. To assess the reliability of the data we collected, we 
contacted a simple random sample of 29 contractors and verified 
specific fields used in this report. We verified specific fields for 
each of the contracts in the sample--contract award date, contract 
amount, DBE participation, and amount awarded to DBEs. We determined 
the data for contract award date and DBE participation to be 
sufficiently reliable for the purposes of this report. We identified 3 
contracts award amounts in the sample that contained minor 
discrepancies. We estimated, at the 95 percent confidence level, that 
these discrepancies would not exceed $50,000 in total error in the 
population of 120 contracts. Based on this estimate we determined the 
data to be sufficiently reliable to report aggregated information 
rounded to the nearest $100,000. We chose to not report any figure 
below $50,000. To obtain background information on the DBE program, we 
interviewed DOT headquarters officials from each of the three operating 
administrations. We also obtained documentation on the DBE program 
goals, DBE certification procedures, and information on the overall 
administration of the program. 

[End of section] 

Appendix II: Comments from the Department of Homeland Security: 

U.S. Department of Homeland Security: 
Washington, DC 20528: 

January 24, 2007: 

Mr. William B. Shear Director: 
Financial Markets and Community Investment: 
U.S. Government Accountability Office: 
441 G Street, NW: 
Washington, DC 20548: 

Dear Mr. Shear: 

Thank you for the opportunity to review and comment on the Government 
Accountability Office's (GAO's) draft report GAO 07-205 entitled 
Hurricane Katrina: Agency Contracting Data Should Be More Complete 
Regarding Subcontracting Opportunities for Small Businesses. 

The Department of Homeland Security (DHS) concurs with the analysis and 
recommendations provided in the draft report. This type of audit is 
critical for DHS to continue to improve its acquisitions and bench mark 
against more established executive agencies such as the Department of 
Defense (DoD) and the General Services Administration (GSA). DHS 
intends to implement the recommendations from the report, not just 
within the Federal Emergency Management Agency, but apply the 
recommendations as best practices across all of DHS. 

With respect to Recommendation 1, the DHS Office of Small and 
Disadvantaged Business Utilization (OSDBU) will issue guidance to all 
acquisition personnel (program offices, contracting offices and field 
personnel) reinforcing previously issued guidance from the DHS Chief 
Procurement Officer (CPO) regarding the importance of awarding all 
appropriate contracts to small businesses and encouraging large 
business to subcontract all appropriate work to small businesses. As 
the report indicates, DHS awarded 41 % of the Katrina actions and 24% 
of the Katrina dollars to small businesses as prime contractors. 
Primarily these awards were for commercial acquisitions in accordance 
with simplified acquisition procedures. DHS components will be reminded 
that simplified acquisitions should be set aside for small business and 
other acquisitions should appropriately consider a small business set 
aside where two or more small businesses are likely to submit proposals 
in response to the requirement. These considerations are part of DHS 
acquisition plans, and will continue to be monitored by the OSDBU 
office. 

Recommendation 2 suggests that DHS should consider requesting the DHS 
Inspector General to review compliance with the OSDBU guidance one year 
after the guidance is issued. DHS concurs with the recommendation to 
review compliance with small business prime and subcontracting 
requirements one year after additional guidance is provided. The DHS 
acquisition oversight team will review the DHS Component acquisition 
offices for compliance with federal and DHS, acquisition regulations, 
policies and procedures. These reviews will monitor DHS's compliance 
with subcontracting requirements pursuant to the OSDBU and CPO 
guidance. In addition, the CPO is pursuing a review by the Defense 
Contract Management Agency (DCMA) to benchmark DHS contract 
administration, including subcontracting plan administration against 
DCMA practices and procedures. As a result of the DCMA review, DHS will 
implement practical improvements in contract administration. 

The report highlights the fact that the DHS Federal Procurement Data 
System (FPDS) information is incomplete or erroneous with regard to 
subcontracting plans. DHS concurs that during FY 06, the information 
was not always accurate. DHS is undertaking a process to improve the 
quality of the data in FPDS and as part of the process will ensure that 
contract specialists correctly input the subcontracting information in 
the future. 

The report indicated that DHS contractors did not input the 
subcontracting information into the Electronic Subcontracting Reporting 
System (eSRS). However, many of the DHS contracts did not require this 
action. The eSRS is a new system which was voluntary for FY 06. The DHS 
components did not have a standard clause available during Katrina to 
alert contractors to eSRS availability. Training in eSRS is in process. 
The training in the requirements and application of eSRS should resolve 
this GAO finding. 

In addition, the report demonstrated that DHS did not have sufficient 
contract administration of all contracts that included subcontracting 
plans during Katrina. As a corrective action, DHS is instituting Field 
guides and Contract Administration Plans (CAPs) within FEMA to ensure 
that all personnel participating in contract administration understand 
their roles and responsibilities. Future field guides and CAPs will 
include specific instructions on administering subcontracting plans 
where applicable. 

GAO could have highlighted the administration of the four Individual 
Assistance Technical Assistance Contracts (IA TAC) as part of their 
review. For these four critical contracts, the subcontract plans were 
aggressively negotiated with Bechtel, Shaw, Fluor and CH2MHill. The DHS 
OSDBU assigned staff who administered the subcontracting program. The 
four companies reported the actual amounts subcontracted to small 
businesses segregated by state each week. The companies worked closely 
with DHS to ensure that small business had an opportunity to 
participate on each subcontracting opportunity. In addition, 
requirements for the maintenance and deactivation of Katrina temporary 
housing units has been transitioned from these four contractors to 
small and small disadvantaged businesses to perform this work as prime 
contractors rather than as subcontractors. 

Two other significant FEMA procurements transferred work from large 
business prime contractors to multiple award small business prime 
contractors. In the first instance, 19 contracts were awarded for 
grounds maintenance to service disabled veteran owned small businesses 
where the work was previously performed by large businesses. In 
addition, the Mississippi Blocking, Leveling and Anchoring contracts 
were awarded to six Hubzone-certified small businesses where work was 
previously provided under the IA TAC contracts by large business prime 
contractors. 

DHS is leaning forward to be prepared for future disasters. By awarding 
pre-positioned contracts prior to emergencies and establishing 
contingency agreements with industry, DHS will be able to obtain 
necessary supplies and services to respond to disasters, while 
complying with all of the applicable federal regulations including 
small business subcontracting requirements. Planning for the 
acquisitions allows the government and industry to negotiate 
appropriate guidelines that will maximize subcontracting opportunities 
for future requirements. 

Thank you again for the opportunity to comment on this draft report and 
we look forward to working with you on future homeland security issues. 

Sincerely, 

Signed by: 

Steven J. Pecinovsky: 
Director: 
Departmental GAO/OIG Liaison Office: 

[End of section] 

Appendix III: Comments from the General Services Administration: 

GSA Administrator: 

February 8, 2007: 

The Honorable David M. Walker: 
Comptroller General of the United States: 
Government Accountability Office: 
Washington, DC 20548: 

Dear Mr. Walker: 

Thank you for the opportunity to comment on the Government 
Accountability Office (GAO) draft report, "Hurricane Katrina: Agency 
Contracting Data Should Be More Complete Regarding Subcontracting 
Opportunities for Small Businesses" (GAO-07-205). 

Enclosed are GSA's specific comments on the draft report. If you have 
any other concerns, please contact me. Staff inquiries may be directed 
to Kevin Messner, Associate Administrator, Office of Congressional and 
Intergovernmental Affairs, at (202) 501-0563. 

Cordially, 

Signed by: 

Lurita Doan: 
Administrator: 

Enclosure: 

Technical Corrections/comments specific to the content of the report: 

1. Page 4 the sentence which begins with "These plans" should be 
corrected as follows by inserting the following for accuracy ". large 
prime contracts expected to exceed $500,000 and $1 M for construction". 

2. Page 6, the second sentence under the same section contains the 
definition of small business, which is incomplete. At a minimum, the 
statement should be expanded to mention that a firm must meet the size 
standards published by Small Business Administration (SBA), based on 
annual revenue or number of employees. 

3. Page 7, Small businesses are not required to have a net worth of 
less than $750,000. Rather, this requirement applies to the owners of 
Small Disadvantage Businesses (SDBs). As written it confuses small 
businesses with SDBs. 

4. Page 7, the third bullet defining women-owned Small businesses needs 
to be clarified. Recommend changing the statement to say, "that women- 
owned small businesses must be 51 % owned and controlled by one or more 
women" and delete "publicly-owned businesses". 

5. Page 8, seventh sentence and page 20 second sentence, please rewrite 
for accuracy where it states "For individual contracts." change to read 
"For contracts that are awarded with individual subcontracting plans, 
contractors are required to report semi-annually for the periods ending 
for subcontracting goals and achievements March 31St and September 30TH 
with a separate report for each contract at contract completion. For 
contracts that are awarded with commercial plans, contractors are 
required to report annually" 

6. Page 9, DD350 is not "the military equivalent of FPDS-NG" (pages 2 
and 23), nor is it a "system" (page 9). The DD 350 is a form that 
Department of Defense (DoD) has used to capture data for reporting to 
FPDS-NG until all of their legacy systems were able to transition to 
direct reporting. 

7. *Page 19, table 4 compares Total Estimated Contract Value with the 
Amount Each Prime Contractor Awarded to Small Business. This is 
misleading, because GAO is using the term FPDS-NG uses called "Ultimate 
Contract Value" - which is the total dollar amount awarded to the prime 
contractor if all options are exercised. Instead, GAO should use what 
FPDS-NG calls "Current Contract Value" - i.e., the current dollars 
obligated as of March 31, 2006, the same data as the subcontracting 
data in the next column. This is the only way the reader can draw any 
meaningful conclusions from this table. 

8. Page 22, the statement that the eSRS is not a useful tool for 
providing transparency needs to be qualified with an additional 
statement at the end of this paragraph that the eSRS would be extremely 
useful if contracting officers entered the contract data in FPDS-NG 
correctly. 

9. Page 27, GAO discusses the Army Corps of Engineers' orders against 
existing GSA supply schedule contracts. GSA schedule contracts have 
commercial plans. Therefore, because subcontracting plans are already 
negotiated and incorporated into the GSA schedule contracts, 
subcontracting plans are not required for individual task orders. The 
performance of the task order is subject to the underlying contract's 
subcontracting plan. The FAR does not require orders under existing 
contracts such as the schedule contracts, which have commercial plans, 
to have separate subcontracting plans. 

General Comment on eSRS: 

eSRS_ was created to provide a central system for contractors to report 
their accomplishments and eliminate redundant separate systems in each 
agency. By linking it to FPDS-NG, it offers the ability to know which 
contractors should be reporting and facilitate tracking. This link is 
dependant on accurate data input by the contracting officer regarding 
the contract terms. As agencies transition to these new, transparent, 
integrated systems, the data quality becomes increasingly critical. GSA 
and the Office of Federal Procurement Policy (OFPP) are partnering to 
work with agencies to ensure the Acquisition workforce is trained and 
aware of the importance of in reporting all required data in FPDS-NG 
accurately. 

Specific comments and responses to recommendations: 

1. Issue Guidance to the appropriate procurement offices and personnel 
reinforcing (1) the reasons for subcontracting plan requirements and 
the importance of complying with them; (2) the necessity for 
documenting in publicly available sources the agencies decisions, 
particularly in instances when they determine not to require 
subcontracting plans; and (3) where subcontracting plans are in place, 
the need to adhere to the requirement for all prime contractors to 
report semiannually on their small business subcontracting 
accomplishments; 

Generally concur. FAR 19.708(a) prescribes the clause at 52.219-8, 
Utilization of Small business Concerns, in solicitations and contracts 
when the contract amount is expected to exceed the simplified 
acquisition threshold with some exceptions. The clause states, among 
other things, that it is federal policy that small businesses have the 
°maximum practicable opportunity to participate in the performance of 
federal contracts." There is no statutory requirement to require small 
businesses to subcontract to other small businesses, including awards 
under a small business set-aside. 

FAR 19.708(b) prescribes the clause at 52.219-9, Small Business 
Subcontracting Plan, in solicitations and contracts that offer 
subcontracting possibilities, and are expected to exceed $500,000 
($1,000,000 for construction) and are required to include the clause at 
52.219-8 (see above). The clause requires that the contractor must 
provide a subcontracting plan that, as approved by the contracting 
officer, is incorporated into the contract. In negotiated procurements, 
the.successful offerors must submit a proposed plan and negotiate its 
terms with the contracting officer. In sealed bid procurements, the 
firm selected for award must submit its plan regarding subcontract 
awards to small business. The plan is not subject to negotiation 
because such negotiation would be inconsistent with sealed bidding. 
Subcontracting plans are a matter of responsibility, not 
responsiveness, and thus may be submitted after bids are received and 
opened. 

GSAM 519.705-5 requires that contracting officer submit a copy of.the 
subcontracting plan to the SBTA (GSA employee) and SBA PCR at least 5 
workdays before the anticipated award. However, during catastrophic 
situations, it may be impossible to meet urgent contract performance 
and/or delivery requirements and satisfy this standard. 

GSA is not aware of any issues related to the above requirements and 
processes in standard procurements. The subcontracting compliance issue 
addressed in the report addresses the government's response to 
Hurricane Katrina. In response to such an emergency,. time is of the 
essence in getting the necessary goods and services to the disaster 
area immediately. GSA Acquisition Alert 2005-05 entitled "Emergency 
Procurement Authority", dated September 06, 2005, and Acquisition 
Letter V-05-17 entitled "Class Deviations Applicable to Acquisitions 
for Hurricane Katrina Rescue and Relief Efforts, dated September 16, 
2005, addressed the statutory and regulatory acquisition deviations and 
waivers issued in order to respond to the emergency. . The statutory 
subcontracting requirement was not addressed in those documents. GSA 
believes in the future authority should clearly be given to agencies to 
waive the subcontracting plan requirement in times of national 
emergencies. GSA contracting officers and personnel worked around the 
clock for weeks to meet the challenge and comply with all requirements. 
The subcontracting requirement proved to be impossible to perform while 
meeting the urgent needs resulting from Hurricane Katrina. 

GSA's Office of the Chief Acquisition Officer (OCAO) will distribute an 
acquisition alert reminding the acquisition community of the-importance 
of subcontracting plan requirements for solicitations and resulting 
contracts as they procure under normal conditions. The alert will also 
remind the acquisition community of the need to document decisions in 
all phases including subcontracting plan requirements. They will be 
advised to take the appropriate steps during an emergency to procure 
from small business and large business. If time permits, during 
emergencies as they procure from large business they will be encouraged 
to require subcontracting opportunities where possible. OCAO also will 
recommend to the FAR council, as appropriate, to include emergency 
processes where none currently exists for the acquisition community's 
use in the newly created FAR part 18 Emergency Contracting. OCAO plans 
to remind the acquisition community to document contract files where it 
was determined that subcontracting'opportunities are not available. In 
addition they will be reminded of their contract administration 
responsibility to ensure they work with the contractors to report 
subcontracting accomplishment as required. OCAO plans to discuss with 
the SBA the need to develop process and procedures to expedite 
solicitation and contract reviews for emergency procurements executed 
for catastrophic situations because no procedures exists now. 

To permit transparency in the reporting process GSA will review the 
need for an additional data collection/reporting field for agencies in 
FPDS-NG to include the reason a Subcontracting Plan was not required. 

GSA will review the need where current guidance maybe lacking to remind 
contracting officers as part of their contract administration efforts 
to ensure their contractors are properly reporting their subcontracting 
accomplishments. Additionally, eSRS will be able to assist when it 
begins to monitor reporting by comparing its data to FPDS now that DoD 
is fully integrated. 

2. Consider asking their respective Inspectors General to conduct a 
review at an appropriate future date to ensure that this guidance and 
related requirements are being followed. 

Generally concur. CAO has scheduled annual Procurement Management 
Reviews (PMRs) and special reviews during major catastrophes to ensure 
that procurement statutes, regulations, and guidance are being met. GSA 
will ensure that this area is a special item for future PMRs. When 
appropriate GSA will seek the assistance of the Inspector General in 
support such reviews. 

[End of section] 

Appendix IV: Comments from the Department of Defense: 

Office Of The Under Secretary Of Defense: 
3000 Defense Pentagon: 
Washington, DC 20301-3000: 
Acquisition, Technology And Logistics: 

Jan 26 2007: 

Mr. William B. Shear: 
Director, Financial Markets and Community Investments: 
U.S. Government Accountability Office: 
441 G Street, N.W. 
Washington, D.C. 20548: 

Dear Mr. Shear: 

This is the Department of Defense (DoD) response to GAO Draft Report, 
GAO-07-205, "Hurricane Katrina: Agency Contracting Data Should Be More 
Complete Regarding Subcontracting Opportunities for Small Businesses," 
dated January 8, 2007 (GAO Code 250288). 

The GAO report includes two recommendations for the Secretary of 
Defense. The Department of Defense concurs with these recommendations 
and provides more detailed comments in the attached response. 

My staff point of contact for this matter is Ms. Susan Pollack, 703- 
697-8336, susan.pollack@osd.mil. 

Sincerely, 

Signed by: 

Shay D. Assad: 
Director, Defense Procurement and Acquisition Policy: 

Enclosure: 
As stated: 

GAO Draft Report - Dated January 8, 2007 GAO-07-205 (GAO Code 250288): 

"Hurricane Katrina: Agency Contracting Data Should Be More Complete 
Regarding Subcontracting Opportunities For Small Businesses: 

Department Of Defense Comments To The Recommendations: 

Recommendation 1: The GAO recommended that the Secretary of Defense 
issue guidance to the appropriate procurement offices and personnel 
reinforcing (1) the reasons for subcontracting plan requirements and 
the importance of complying with them; (2) the necessity for 
documenting in publicly available sources the agencies' decisions, 
particularly in instances when they determine not to require 
subcontracting plans; and (3) where subcontracting plans are in place, 
the need to adhere to the requirement for all prime contractors to 
report semiannually on their small business subcontracting 
accomplishments. (p. 33/GAO Draft Report): 

DOD Response: Concur. 

(1) DoD concurs with issuing guidance to the appropriate procurement 
offices and personnel to reinforce the reasons for subcontracting plan 
requirements and the importance of complying with them. It is 
anticipated a DoD policy memorandum will be issued in 2007. 

(2) DoD concurs with the necessity for documenting in publicly 
available sources the agencies' decisions, particularly in instances 
when they determine not to require subcontracting plans. DoD will issue 
a policy memorandum in 2007 to the appropriate procurement offices and 
personnel to reinforce the reasons for subcontracting plan 
requirements, including the requirements for documenting the contract 
file in instances when a contracting officer determines a 
subcontracting plan is not required. The policy will reinforce the 
requirement in Federal Acquisition Regulation (FAR) Subpart 19.705-2(c) 
that when a contracting officer determines that there are no 
subcontracting possibilities, the determination must be approved at a 
level above the contracting officer and the determination must be 
placed in the contract file. The determination becomes part of the 
official contract file in accordance with FAR Subpart 4.8 and 19.705- 
2(c). The contract file documentation is subject to Freedom of 
Information Act and contracting officers may process FOIA requests from 
the public in accordance with FAR Subpart 24.2. 

(3) DoD concurs with issuing guidance to the appropriate procurement 
offices and personnel to reinforce where subcontracting plans are in 
place, the need to adhere to the requirement for all prime contractors 
to report semiannually on their small business subcontracting 
accomplishments. It is anticipated a DoD policy memorandum will be 
issued by the end of 2007. 

Recommendation 2: The GAO recommended that the Secretary of Defense 
consider asking Office of the Inspector General DoD to conduct a review 
at an appropriate future date to ensure that this guidance and related 
requirements are being followed. (p. 33/GAO Draft Report): 

DOD Response: Concur. 

In the policy memo discussed in the response to recommendation 1, DoD 
will direct review officials for each Military Department (MILDEP) and 
Other Defense Agency (ODA) to include subcontracting guidance and 
compliance as a special interest item in their oversight reviews. The 
offices designated to perform oversight and management reviews in each 
MILDEP and ODA are responsible for preparing and maintaining a schedule 
of reviews, conducting reviews of subordinate organizations, and 
following up with actions taken for recommendations from reviews. In 
addition, the Defense Management Contract Agency conducts surveillance 
reviews of subcontracting plans, and the Small Business Administration 
is the principal Federal agency responsible for conducting reviews to 
monitor the performance of buying activities which would include the 
degree of compliance with small business contracting policies and 
programs. DoD will ask the respective MILDEP Inspector Generals and the 
DoD Inspector General to review the adequacy of the MILDEP and ODA 
oversight and management review processes. 

[End of section] 

Appendix V: GAO Contact and Staff Acknowledgments: 

GAO Contact: 

William B. Shear, (202) 512-8678, shearw@gao.gov: 

Staff Acknowledgments: 

In addition to the individual named above, Bill MacBlane, Assistant 
Director; Jim Ashley; Emily Chalmers; Julia Kennon; Tarek Mahmassani; 
Alison Martin; Marc Molino; Lisa Moore; Rhonda Rose; Paul Thompson; and 
Myra Watts-Butler made key contributions to this report. 

FOOTNOTES 

[1] GAO, Disaster Relief: Governmentwide Framework Needed to Collect 
and Consolidate Information to Report on Billions in Federal Funding 
for the 2005 Gulf Coast Hurricanes, GAO-06-834 (Washington, D.C.: Sept. 
6, 2006). 

[2] We are reporting on the Corps and the rest of DOD separately 
because of the four supplemental appropriations measures for Department 
of Defense activities relating to Hurricane Katrina relief (Pub. L. 
Nos. 109-61, 109-62, 109-148, and 109-234), the latter three 
specifically directed certain funds to the Corps for its disaster 
relief activities. 

[3] The definition of a DBE is set forth in DOT Regulation 49 C.F.R. § 
26.5. In general terms, DBEs are small businesses owned and controlled 
by socially and economically disadvantaged individuals. 

[4] For the purposes of this report, we refer to "contract dollars" 
that agencies have awarded when, to be precise, agencies do not award 
dollars but instead award contracts or enter into contract actions that 
are either valued at certain dollar amounts or which, for example, 
might have a range of possible values, depending on how much work the 
contractor ultimately performs. We discuss the agencies' activities in 
terms of contract dollars because the dollar amount or value of 
contract actions is one of the key factors in deciding whether agencies 
must require a subcontracting plan and also is the measure used to 
gauge small business participation in federal procurement. 

[5] For acquisitions related to construction, the amount is $1 million 
unless a statutory exception applies. See Federal Acquisition 
Regulation (FAR) § 19.702(a). 

[6] Under FAR § 19.702, a contractor receiving a contract for more than 
the simplified acquisition threshold (generally $100,000 for contracts 
in the United States) must agree to give small businesses "the maximum 
practicable opportunity to participate in contract performance 
consistent with (the contract's) efficient performance." 

[7] The Robert T. Stafford Disaster Relief and Emergency Assistance 
Act, Pub. L. 93-288, as amended, defines an emergency as "any occasion 
or instance for which, in the determination of the President, federal 
assistance is needed to supplement State and local efforts and 
capabilities to save lives and to protect property and public health 
and safety, or to lessen or avert the threat of a catastrophe in any 
part of the United States." 42 U.S.C. § 5122(1). 

[8] Public Law 85-536, as amended, 15 U.S.C. § 632(a). 

[9] 15 U.S.C. § 644(g). Under this provision, the President must 
annually establish governmentwide goals for, among other things, 
procurement contracts awarded to small business concerns. The 
governmentwide goal for participation by small business concerns must 
be not less than 23 percent of the total value of all prime contract 
awards for each fiscal year. As stipulated in the Small Business Act, 
procurement goals are established as a percentage of the total value of 
all contracts directly awarded by the federal government in a fiscal 
year. 

[10] See Goaling Guidelines for the Small Business Preference Programs 
For Prime and Subcontract Federal Procurement Goals and Achievements, 
SBA Office of Government Contracting (July 3, 2003) (SBA Goaling 
Guidelines). 

[11] 15 U.S.C. § 644(g). 

[12] The small business regulations implementing the Small Business Act 
further define these businesses. See 13 C.F.R. §§ 121.401 - 121.413. 

[13] These classifications are set forth at 15 U.S.C. § 632. 

[14] 42 U.S.C. § 5150. In this report we do not assess agency 
compliance with Stafford Act requirements. 

[15] FAR section 201.1 defines "simplified acquisition threshold" to 
mean $100,000, except when the acquisition of supplies or services is 
used to support a contingency operation or facilitate defense against 
nuclear, biological, chemical, or radiological attack. In those 
instances, the term means $250,000 for contracts to be awarded and 
performed inside the United States and $1 million for contracts to be 
awarded and performed outside the United States. 

[16] FAR §§ 19.702, 2.101. 

[17] Id. The dollar threshold was changed to $550,000 on September 28, 
2006. 71 Fed. Reg. 57363 (Sept. 28, 2006). 

[18] These and other aspects of the small business subcontracting plan 
requirement are set forth at FAR Part 19.7. 

[19] The FPDS-NG reporting threshold in FAR 4.602(c) was raised from 
$2,500 to $3,000. 71 Fed. Reg. 57,364 (Sept. 28, 2006). 

[20] DOT Regulation 49 C.F.R. § 26.1. Congress most recently 
reauthorized the DBE Program under the Safe, Accountable, Flexible, 
Efficient Transportation Equity Act: A Legacy For Users, Pub. L. No. 
109-59 § 1101(b) (2005). 

[21] For fiscal years 2005 and 2006, the state DOTs of Alabama, 
Louisiana, and Mississippi set annual DBE goals at about 10 percent for 
contracts awarded with FHWA dollars. For the same fiscal years, 
airports across the three states that set an annual DBE goal and 
awarded contracts that we reviewed had goals that ranged from about 7 
percent to 20 percent. 

[22] See C.F.R. Parts 23, 26. 

[23] While the MOU between DOT and SBA has expired, according to DOT 
officials, DOT's regulations, specifically 49 CFR §26.84 and §26.85, 
prescribe the same requirements as contained in the MOU. Among other 
requirements, DOT recipients must accept SBA certification applications 
in lieu of requiring an applicant to complete their own application 
documents. 

[24] Each of the agencies we reviewed establishes annual goals for 
small business participation. Among the agencies, these goals ranged 
from 23 to 45 percent in fiscal years 2005 and 2006, as we note in the 
background section of this report. The agencies, and SBA, track their 
progress in meeting these goals on an annual (federal fiscal year) 
basis--that is, in terms of all of an agency's contract actions in a 
year rather than on a case-by-case basis. Because of this, and because 
the agencies did not set Katrina-specific small business participation 
goals, the data we report in this section should not be used to assess 
the agencies' accomplishments with respect to their fiscal years 2005 
or 2006 small business participation goals. 

[25] Contract actions include actions resulting in a new contract, as 
well as actions for additional supplies or services. We excluded 
contract modifications that were administrative, or did not adjust the 
dollar amount of the contract in order to focus our analysis on 
modifications of dollar values. 

[26] FAR § 4.803 (a)(2), (14). 

[27] Because DOD does not electronically aggregate information on the 
subcontracting accomplishments of all military contractors, we chose to 
look at the top 10 military contractors. This is a nonprobability 
sample of military contractors because we did not consider including 
contractors other than the top 10. 

[28] Four prime contractors were not required to identify 
subcontracting opportunities because they were small businesses or the 
contract lacked subcontracting possibilities. Under FAR, a contract is 
not required to have a subcontracting plan if, among other things, the 
contract is with a small business or if no subcontracting possibilities 
exist. See FAR §§ 19.702(b)(1), 19.705-2(b). Of the remaining six 
contractors, two had contracts for both Katrina and other activities, 
and we excluded these contractors from our analysis because we could 
not isolate only the Katrina-related subcontracting accomplishments 
using the information that was available. 

[29] The four contractors received a total of 15 contracts from the 
Corps, but we excluded 7 from our analysis because they either had non- 
Katrina-related actions against them or were not required to include 
subcontracting plans. 

[30] We analyzed subcontracting awards to small businesses as of a 
specific point in time. However, these contracts may extend past March 
31, 2006. Subcontracting accomplishments may vary over time if the 
amount prime contractors award to all businesses, and small businesses 
specifically, changes over the life of a contract. 

[31] See, e.g., FAR §§ 19.704(a)(10), 52.219-9(d); see also GSA Form 
294. 

[32] GAO, Department of Energy: Improved Oversight Could Better Ensure 
Opportunities for Small Business Subcontracting, GAO-05-459 
(Washington, D.C.: May 13, 2005). 

[33] The FPDS-NG data for DHS initially showed that a subcontracting 
plan was required for two contracts the department awarded for Katrina- 
related activities which we could not find in eSRS. DHS officials 
subsequently researched these contracts and determined that neither 
required a subcontracting plan--one was an award to a small business 
(for which the requirement does not apply) and the other indicated that 
there were no subcontracting possibilities. 

[34] One of the contracts DHS awarded was for a commercial item. For 
commercial item contracts, contractors are only required to annually 
report on their subcontracting activities for all of their government 
contracts. These annual reports do not identify subcontracting 
activities by individual contracts. 

[35] Data in eSRS that are in "draft" form means that a contractor has 
started creating a subcontracting accomplishment report, but has not 
yet submitted it to the government. 

[36] As we previously noted, the dollar threshold was changed to 
$550,000 on September 28, 2006. 71 Fed. Reg. 57363 (Sept. 28, 2006). 

[37] In July 2006, the Civilian Agency Acquisition Council and the 
Defense Acquisition Regulations Council published, with a request for 
comments, interim rules establishing Part 18 of FAR, which are intended 
"to provide a single reference to acquisition flexibilities that may be 
used to facilitate and expedite acquisitions of supplies and services 
during emergency situations." 71 Fed. Reg. 38247 (July 5, 2006). 
According to GSA officials, these interim rules do not specifically 
address the subcontracting plan requirements discussed in this report. 
The FAR is available at [Hyperlink, 
http://acquisition.gov/far/index.html]. 

[38] See FAR § 4.601(a); see also FPDS-NG User's Manual, SBA Goaling 
Guidelines. 

[39] The FAR states that agencies must transmit procurement information 
into FPDS-NG in accordance with the system's procedures. The FPDS-NG 
User Guide states that contracting officers shall submit complete and 
accurate data on contract actions to FPDS-NG within 3 business days 
after contract award. Moreover, under FAR subpart 4.8, agency contract 
files are to contain specified information about the contract and 
agencies should be able to locate them promptly. See FAR §§ 4.801 - 
4.803. 

[40] FAR § 19.705-2. According to the FAR, in determining whether 
subcontracting possibilities exist, a contracting officer must 
determine relevant factors such as: (1) whether firms engaged in the 
business of furnishing the types of items to be acquired customarily 
contract for performance of part of the work or maintain sufficient in- 
house capability to perform the work; and (2) whether there are likely 
to be product prequalification requirements (a qualification 
requirement means a requirement for testing or other quality assurance 
demonstration that must be completed before award of a contract). 

[41] Id. 

[42] Of the other dollars for which information was missing, DHS stated 
that some were awarded through purchase orders, to small businesses, or 
had no subcontracting opportunities--all of which would exclude the 
contracts from subcontracting plan requirements. As noted previously in 
this report, FAR does not require subcontracting plans for contracts 
with small businesses and when no subcontracting possibilities exist. 
FAR does not contain an explicit exception for purchase orders. Under 
FAR, a purchase order is a type of contract that, by definition, 
involves the use of simplified acquisition procedures. See FAR § 2.101 
(definitions of "Contract" and "Purchase Order"). The simplified 
acquisition procedures apply where the contract amount does not exceed 
the simplified acquisition threshold. See FAR § 13.000. 

[43] Additionally, according to GSA officials, data entry errors 
explain some of the information missing from their procurement systems. 
Specifically, GSA reported that about $18 million were awarded through 
purchase agreements, against existing contracts, and to a small 
business that was miscoded as a large business--and therefore were not 
required to have subcontracting plans. 

[44] According to GSA officials, under GSA Acquisition Letter V-05-17 
(effective September 9, 2005) certain contracts for amounts not 
exceeding $10 million were subject to simplified acquisition procedures 
that did not require submission of a subcontracting plan. They referred 
to the following paragraph in the Sept. 9 letter: 

In accordance with section 101(1) of Pub. L. 109-62, the threshold in 
FAR 13.500(e) ($10 million) is applicable to procurements in support of 
Hurricane Katrina rescue and relief operations. In addition, under 
section 101(2), the micro-purchase threshold for actions in support of 
Hurricane Katrina rescue and relief efforts is $250,000. 

The GSA officials did not provide a clear explanation of the extent to 
which GSA relied on the threshold amount. One official stated that 
subcontracting plans were not required for acquisitions of commercial 
items in which the contract amount was $10 million or less. 
Subsequently, another official indicated that GSA relied on the 
threshold amount for Katrina-related contracts generally, without 
referring specifically to contracts for commercial items. 

[45] The dollar amount for which it is unclear why GSA did not require 
subcontracting plans may be greater than $16 million. As we indicated 
earlier, GSA officials were unclear whether its increase in the 
threshold for requiring the plans applied to all contract actions under 
the $10 million or just those involving commercial items. If the 
threshold increase applied to all contract actions, $16 million in GSA 
contract dollars remains unexplained. If the threshold increase only 
applied to commercial items (a subset of all contract actions), then 
the dollar amount for which we do not have information on why GSA did 
not require a subcontracting plan is likely greater than $16 million. 

[46] The state DOTs of Alabama, Louisiana, and Mississippi set annual 
goals for DBE participation in FHWA-assisted contracts at about 10 
percent for fiscal years 2005 and 2006, as we note in the background 
section of this report. Because these goals are based on DBE 
participation on an annual basis using data from all FHWA-assisted 
contracts in each state, and because DOT did not set Katrina-specific 
overall DBE participation goals, the data we present in this section do 
not represent noncompliance or the failure of any of the states to meet 
annual DBE participation goals. 

[47] Airports receiving FAA funds set annual DBE participation goals. 
The airports' FAA-assisted contracts that we reviewed had goals that 
ranged from about 7 percent to 20 percent, as we note in the background 
section of this report. Because these goals are based on DBE 
participation on an annual basis using data from all FAA-assisted 
contracts, and because DOT did not set Katrina-specific DBE 
participation goals, the data we present in this section do not 
represent noncompliance or the failure of any of the airports to meet 
annual DBE participation goals. 

[48] Repairs to transit for damage caused by Hurricane Katrina have 
been paid for with FEMA funds that were administered by FTA. According 
to FTA officials, DBE participation requirements do not apply to the 
funds they provided transit agencies in the affected states because the 
funds were FEMA's, not FTA's. 

[49] According to an Alabama DOT official, the Alabama DOT indirectly 
awarded 11 additional Katrina-related contracts totaling about $800,000 
through various counties in the state. The counties awarded the 
contracts and the Alabama DOT reimbursed them. DBE information was not 
readily available on these 11 contracts and we excluded them from our 
analysis. 

[50] The FAR Council oversees the development and maintenance of the 
FAR. Its chair is the Administrator of OMB's Office of Federal 
Procurement Policy, who is responsible for providing overall direction 
for governmentwide procurement policies, regulations, and procedures. 
The Council's members also include the DOD Director of Defense 
Procurement and Acquisition Policy and the GSA Chief Acquisition 
Officer. The Office of Federal Procurement Policy chairs quarterly 
meetings to discuss and resolve significant or controversial FAR 
changes. 

[51] We are reporting DOD and the Corps separately because three of the 
four supplemental appropriations specifically directed certain funds to 
the Corps for its disaster relief activities. 

[52] A Katrina-related action is one that had the National Interest 
Action code of "H05K" or for DOD the System Code of "ZHK" or had some 
variation of the name "Katrina" in the Description of Requirement field 
or the Major Program field. 

[53] Identifying the top 10 contractors is a nonprobability sample 
because we did not consider including contractors other than the top 
10. 

[54] During the period of our analysis, each solicitation of offers to 
perform a contract or contract modification over $500,000 ($1 million 
for construction) and that had subcontracting possibilities required 
the contractor to submit a subcontracting plan. The dollar threshold 
was changed to $550,000 on September 28, 2006. 71 Fed. Reg. 57363 
(Sept. 28, 2006). 

GAO's Mission: 

The Government Accountability Office, the audit, evaluation and 
investigative arm of Congress, exists to support Congress in meeting 
its constitutional responsibilities and to help improve the performance 
and accountability of the federal government for the American people. 
GAO examines the use of public funds; evaluates federal programs and 
policies; and provides analyses, recommendations, and other assistance 
to help Congress make informed oversight, policy, and funding 
decisions. GAO's commitment to good government is reflected in its core 
values of accountability, integrity, and reliability. 

Obtaining Copies of GAO Reports and Testimony: 

The fastest and easiest way to obtain copies of GAO documents at no 
cost is through GAO's Web site (www.gao.gov). Each weekday, GAO posts 
newly released reports, testimony, and correspondence on its Web site. 
To have GAO e-mail you a list of newly posted products every afternoon, 
go to www.gao.gov and select "Subscribe to Updates." 

Order by Mail or Phone: 

The first copy of each printed report is free. Additional copies are $2 
each. A check or money order should be made out to the Superintendent 
of Documents. GAO also accepts VISA and Mastercard. Orders for 100 or 
more copies mailed to a single address are discounted 25 percent. 
Orders should be sent to: 

U.S. Government Accountability Office 441 G Street NW, Room LM 
Washington, D.C. 20548: 

To order by Phone: Voice: (202) 512-6000 TDD: (202) 512-2537 Fax: (202) 
512-6061: 

To Report Fraud, Waste, and Abuse in Federal Programs: 

Contact: 

Web site: www.gao.gov/fraudnet/fraudnet.htm E-mail: fraudnet@gao.gov 
Automated answering system: (800) 424-5454 or (202) 512-7470: 

Congressional Relations: 

Gloria Jarmon, Managing Director, JarmonG@gao.gov (202) 512-4400 U.S. 
Government Accountability Office, 441 G Street NW, Room 7125 
Washington, D.C. 20548: 

Public Affairs: 

Paul Anderson, Managing Director, AndersonP1@gao.gov (202) 512-4800 
U.S. Government Accountability Office, 441 G Street NW, Room 7149 
Washington, D.C. 20548: