Army Awards $21.9M Task Order to DynCorp for Field Maintenance Services Across 9 Locations

Contract Overview

Contract Amount: $21,934,067 ($21.9M)

Contractor: Dyncorp International LLC

Awarding Agency: Department of Defense

Start Date: 2017-07-11

End Date: 2023-02-08

Contract Duration: 2,038 days

Daily Burn Rate: $10.8K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 9

Pricing Type: COST PLUS FIXED FEE

Sector: Other

Official Description: IGF::OT::IGF TASK ORDER TO PROVIDE FIELD LEVEL MAINTENANCE (FLM) SERVICES ACROSS 9 CONUS LOCATIONS FOR THE TACOM FMX DIRECTORATE

Place of Performance

Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $21.9 million to DYNCORP INTERNATIONAL LLC for work described as: IGF::OT::IGF TASK ORDER TO PROVIDE FIELD LEVEL MAINTENANCE (FLM) SERVICES ACROSS 9 CONUS LOCATIONS FOR THE TACOM FMX DIRECTORATE Key points: 1. The contract, valued at $21.9 million, covers field-level maintenance services for TACOM FMX. 2. DynCorp International LLC is the awardee, with services spanning 9 CONUS locations. 3. The contract was awarded under a full and open competition, suggesting a competitive pricing environment. 4. This award falls under the General Automotive Repair NAICS code (811111).

Value Assessment

Rating: good

The contract type is Cost Plus Fixed Fee, which allows for cost reimbursement plus a fixed fee. This can be effective for services where costs are uncertain, but requires careful oversight to manage expenses.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The award was made under full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes competitive pricing and ensures the government receives best value.

Taxpayer Impact: The competitive nature of the award suggests that taxpayer funds are being used efficiently, with pricing driven by market forces.

Public Impact

Ensures operational readiness of critical Army equipment through maintenance. Supports military personnel by maintaining essential vehicles and systems. Provides employment opportunities within the automotive repair and maintenance sector. Contributes to the overall efficiency and effectiveness of Army logistics operations.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically related to automotive repair and maintenance. Spending benchmarks for similar services can vary widely based on scope and location, but this award appears to be a significant investment in maintaining operational readiness.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (sb: false). Therefore, small businesses were likely not the primary focus of this particular award, and their participation may be limited to subcontracting opportunities.

Oversight & Accountability

The contract was awarded as a delivery order under a larger contract, suggesting existing oversight mechanisms. However, the Cost Plus Fixed Fee structure necessitates diligent oversight from the TACOM FMX Directorate to ensure costs remain reasonable and the fixed fee is justified.

Related Government Programs

Risk Flags

Tags

general-automotive-repair, department-of-defense, va, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $21.9 million to DYNCORP INTERNATIONAL LLC. IGF::OT::IGF TASK ORDER TO PROVIDE FIELD LEVEL MAINTENANCE (FLM) SERVICES ACROSS 9 CONUS LOCATIONS FOR THE TACOM FMX DIRECTORATE

Who is the contractor on this award?

The obligated recipient is DYNCORP INTERNATIONAL LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Army).

What is the total obligated amount?

The obligated amount is $21.9 million.

What is the period of performance?

Start: 2017-07-11. End: 2023-02-08.

What is the projected cost per location or per service type, and how does it compare to industry benchmarks for similar field-level maintenance contracts?

Without a detailed breakdown of services and costs per location, a precise per-unit cost benchmark is difficult to establish. However, the total award of $21.9 million over approximately 5.5 years for 9 locations suggests an average of roughly $4 million per year, or about $444,000 per location annually. This figure needs to be compared against specific service requirements and regional labor costs to determine its competitiveness.

What are the specific performance metrics and key performance indicators (KPIs) used to evaluate DynCorp's service delivery, and how are penalties or incentives structured within the Cost Plus Fixed F

The provided data does not detail the specific performance metrics or KPIs. For a Cost Plus Fixed Fee contract, oversight typically focuses on adherence to the Statement of Work, timely completion of maintenance tasks, and quality of repairs. Incentives or penalties would likely be tied to achieving or failing to meet defined service levels, such as response times, equipment uptime, or defect rates.

How does the government ensure cost reasonableness and prevent potential overruns given the Cost Plus Fixed Fee contract type, especially over the extended duration of the contract?

Ensuring cost reasonableness with a CPFF contract requires robust government oversight. This includes regular audits of contractor expenditures, verification of direct and indirect costs, and careful review of the fixed fee's justification. The TACOM FMX Directorate must actively monitor spending against the estimated costs and the contract's ceiling to prevent uncontrolled cost growth over the contract's extended period.

Industry Classification

NAICS: Other Services (except Public Administration)Automotive Repair and MaintenanceGeneral Automotive Repair

Product/Service Code: TECHNICAL REPRESENTATIVE SVCS.TECHNICAL REPRESENTATIVE SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 9

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: Pae-Parsons Global Logistics Services, LLC

Address: 1700 OLD MEADOW RD, MCLEAN, VA, 22102

Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $21,934,067

Exercised Options: $21,934,067

Current Obligation: $21,934,067

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W56HZV15DER06

IDV Type: IDC

Timeline

Start Date: 2017-07-11

Current End Date: 2023-02-08

Potential End Date: 2023-02-08 00:00:00

Last Modified: 2025-08-19

More Contracts from Dyncorp International LLC

View all Dyncorp International LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending