Commerce Department's $2.46M IGF Staff Support Contract Awarded to Trident Technical Solutions
Contract Overview
Contract Amount: $2,459,467 ($2.5M)
Contractor: Trident Technical Solutions, LLC
Awarding Agency: Department of Commerce
Start Date: 2018-08-06
End Date: 2024-03-29
Contract Duration: 2,062 days
Daily Burn Rate: $1.2K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::OT::IGF STAFF SUPPORT SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20230
Plain-Language Summary
Department of Commerce obligated $2.5 million to TRIDENT TECHNICAL SOLUTIONS, LLC for work described as: IGF::OT::IGF STAFF SUPPORT SERVICES Key points: 1. Value for money appears reasonable given the duration and scope of services. 2. The contract was awarded through full and open competition, suggesting a competitive pricing environment. 3. Risk indicators are low, with a firm-fixed-price contract type and a clear performance period. 4. Performance context shows a long-term engagement, indicating consistent service delivery. 5. This contract falls within the administrative management and general management consulting services sector.
Value Assessment
Rating: good
The contract's total value of $2.46 million over approximately 2062 days (roughly 5.6 years) suggests a moderate annual spend. Benchmarking against similar administrative support contracts is challenging without more specific service details. However, the firm-fixed-price structure generally provides cost certainty for the government. The pricing appears to be in line with market rates for professional services of this nature, assuming the scope of work is met.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'full and open competition after exclusion of sources,' indicating that multiple bidders were likely considered. The presence of two bids suggests a degree of competition, which is generally beneficial for price discovery and ensuring the government receives competitive offers. The specific exclusion of sources clause might warrant further investigation into its necessity and impact on the competitive landscape.
Taxpayer Impact: A competitive award process helps ensure taxpayer dollars are used efficiently by driving down costs through market forces.
Public Impact
The Office of the Secretary within the Department of Commerce benefits from essential administrative and management support services. Services delivered likely include program management, administrative assistance, and general consulting to support departmental operations. The geographic impact is concentrated in the District of Columbia, where the Department of Commerce is headquartered. Workforce implications are indirect, as this contract supports existing government staff rather than directly hiring new personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if not managed tightly, given the long duration.
- Reliance on a single contractor for extended periods could reduce flexibility.
Positive Signals
- Firm-fixed-price contract type mitigates cost overrun risks.
- Long-term engagement suggests satisfaction with contractor performance.
- Full and open competition indicates a robust selection process.
Sector Analysis
This contract falls under the professional, scientific, and technical services sector, specifically within administrative management and general management consulting. This sector is a significant component of federal contracting, supporting a wide array of government functions. Comparable spending benchmarks would depend on the specific sub-services provided, but the annual spend of approximately $440,000 is modest for a multi-year federal support contract.
Small Business Impact
The contract was not set aside for small businesses, and the data does not indicate any small business subcontracting requirements. This suggests that the primary award went to a larger entity, and there may be limited direct benefit or opportunity for small businesses within this specific contract's structure.
Oversight & Accountability
Oversight is likely managed by the contracting officer's representative (COR) within the Department of Commerce's Office of the Secretary. Accountability measures are inherent in the firm-fixed-price contract type, requiring delivery of specified services. Transparency is facilitated by the public nature of federal contract awards, though detailed performance metrics are typically internal.
Related Government Programs
- Department of Commerce Administrative Support Contracts
- Federal Management Consulting Services
- Office of the Secretary Operational Support
Risk Flags
- Potential for vendor lock-in due to long contract duration.
- Need for clear definition of 'IGF::OT::IGF STAFF SUPPORT SERVICES' to ensure scope alignment.
Tags
administrative-support, management-consulting, department-of-commerce, office-of-the-secretary, firm-fixed-price, full-and-open-competition, district-of-columbia, professional-services, trident-technical-solutions, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $2.5 million to TRIDENT TECHNICAL SOLUTIONS, LLC. IGF::OT::IGF STAFF SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is TRIDENT TECHNICAL SOLUTIONS, LLC.
Which agency awarded this contract?
Awarding agency: Department of Commerce (Office of the Secretary).
What is the total obligated amount?
The obligated amount is $2.5 million.
What is the period of performance?
Start: 2018-08-06. End: 2024-03-29.
What specific services are included under 'IGF::OT::IGF STAFF SUPPORT SERVICES'?
The provided data does not detail the specific services encompassed by 'IGF::OT::IGF STAFF SUPPORT SERVICES.' However, based on the North American Industry Classification System (NAICS) code 541611 (Administrative Management and General Management Consulting Services), the services likely include strategic planning, organizational analysis, process improvement, administrative support, and general management consulting. These services are crucial for the efficient operation of the Office of the Secretary within the Department of Commerce. Further clarification would require reviewing the contract's Statement of Work (SOW).
How does the pricing of this contract compare to similar administrative support contracts within the federal government?
Direct comparison of pricing is difficult without knowing the precise scope and deliverables of this contract. However, the total award of $2.46 million over approximately 2062 days results in an average annual value of roughly $440,000. This figure falls within a common range for multi-year administrative and management support contracts awarded by federal agencies. The firm-fixed-price nature suggests that the contractor assumed the risk for cost overruns, which is a positive indicator for value. Benchmarking would ideally involve comparing hourly rates or project-based costs for equivalent services across different agencies.
What are the key performance indicators (KPIs) used to evaluate the performance of Trident Technical Solutions on this contract?
The provided contract data does not specify the Key Performance Indicators (KPIs) used to evaluate Trident Technical Solutions. Typically, for administrative and management consulting services, KPIs might include timeliness of deliverables, quality of reports and recommendations, adherence to budget (if applicable to specific tasks), client satisfaction, and successful implementation of proposed solutions. The contracting officer's representative (COR) would be responsible for monitoring performance against the contract's requirements and potentially against established KPIs.
What is the track record of Trident Technical Solutions with federal contracts, particularly within the Department of Commerce?
Trident Technical Solutions, LLC has a history of federal contracting. While the provided data only shows this specific award, a deeper analysis of the Federal Procurement Data System (FPDS) would reveal other contracts awarded to this entity. Their track record with the Department of Commerce and other agencies would indicate their experience, past performance ratings, and any history of contract disputes or awards. A positive performance history on previous contracts generally suggests reliability and capability.
What is the historical spending trend for IGF Staff Support Services within the Department of Commerce?
The provided data focuses on a single contract award and does not offer historical spending trends for 'IGF::OT::IGF STAFF SUPPORT SERVICES' within the Department of Commerce. To assess historical spending, one would need to analyze contract awards for similar services over multiple fiscal years. This would involve searching FPDS for contracts with the same or similar NAICS codes and descriptions awarded to the Department of Commerce or its relevant sub-agencies to identify patterns in spending levels and contractor choices.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 750 94TH AVE NORTH STE 212, SAINT PETERSBURG, FL, 33702
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $3,154,385
Exercised Options: $2,459,467
Current Obligation: $2,459,467
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: DOCSS130116CQ0004
IDV Type: IDC
Timeline
Start Date: 2018-08-06
Current End Date: 2024-03-29
Potential End Date: 2024-03-29 00:00:00
Last Modified: 2026-04-02
More Contracts from Trident Technical Solutions, LLC
- Staff Support Services — $34.6M (Department of Commerce)
- Staffing Support — $7.7M (Department of Commerce)
- Staff Support Services — $986.6K (Department of Commerce)
- Staffing Support — $749.7K (Department of Commerce)
- Program Management Support — $584.6K (Department of Commerce)
View all Trident Technical Solutions, LLC federal contracts →
Other Department of Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)