Commerce Department awards $7.7M for administrative management consulting, with 2 bids received

Contract Overview

Contract Amount: $7,743,997 ($7.7M)

Contractor: Trident Technical Solutions, LLC

Awarding Agency: Department of Commerce

Start Date: 2020-09-19

End Date: 2026-06-29

Contract Duration: 2,109 days

Daily Burn Rate: $3.7K/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: STAFFING SUPPORT

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20230

State: District of Columbia Government Spending

Plain-Language Summary

Department of Commerce obligated $7.7 million to TRIDENT TECHNICAL SOLUTIONS, LLC for work described as: STAFFING SUPPORT Key points: 1. Value for money appears fair given the fixed-price contract type and duration. 2. Competition was limited, with only two bids submitted, potentially impacting price discovery. 3. Risk indicators are moderate, with a long performance period and a fixed-price structure. 4. Performance context is administrative management and general management consulting services. 5. Sector positioning is within professional services, supporting government operations.

Value Assessment

Rating: fair

The contract's total value of $7.7 million over approximately 5.8 years suggests a moderate annual spend. Benchmarking against similar administrative management consulting contracts is challenging without more specific service details. However, the firm-fixed-price structure indicates that the government has a clear understanding of the total cost, which is a positive sign for value. The limited competition, however, could mean that the pricing is not as optimized as it might be under a more robust bidding environment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the competition was intended to be open, certain sources were excluded, leading to a limited number of bidders. Only two bids were received. This level of competition suggests that the market for these specific services might be concentrated among a few providers, or that the solicitation requirements were highly specific, potentially limiting the pool of eligible bidders. The limited number of bids could lead to less aggressive pricing.

Taxpayer Impact: With only two bidders, taxpayers may not have benefited from the most competitive pricing achievable through broader market engagement. The government may have paid a premium due to the restricted competition.

Public Impact

The Department of Commerce benefits from ongoing administrative and management consulting support. Services delivered include general management consulting to improve operational efficiency. The geographic impact is primarily within the District of Columbia. Workforce implications are indirect, supporting existing government staff rather than direct hiring by the contractor.

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 administrative management and general management consulting. This sector is a significant part of the federal procurement landscape, supporting various government agencies in optimizing their operations. The market size for such services is substantial, with numerous firms competing for government contracts. This specific award represents a small portion of overall federal spending on consulting services.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside requirement. The primary contractor, TRIDENT TECHNICAL SOLUTIONS, LLC, is not explicitly identified as a small business in the provided data, suggesting it may be a larger entity. The absence of a small business set-aside means opportunities for small business participation are likely limited to potential subcontracting roles if the prime contractor chooses to engage them.

Oversight & Accountability

Oversight for this contract would typically reside with the contracting officer's representative (COR) within the Department of Commerce's Office of the Secretary. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified services. Transparency is facilitated by the contract's existence and award details being publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

administrative-management-consulting, professional-services, department-of-commerce, firm-fixed-price, delivery-order, limited-competition, district-of-columbia, naics-541611, trident-technical-solutions-llc, full-and-open-competition-after-exclusion-of-sources

Frequently Asked Questions

What is this federal contract paying for?

Department of Commerce awarded $7.7 million to TRIDENT TECHNICAL SOLUTIONS, LLC. STAFFING SUPPORT

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 $7.7 million.

What is the period of performance?

Start: 2020-09-19. End: 2026-06-29.

What is the track record of TRIDENT TECHNICAL SOLUTIONS, LLC with federal contracts, particularly in administrative management consulting?

TRIDENT TECHNICAL SOLUTIONS, LLC has a history of federal contracting, with this award representing a significant value. A deeper dive into their contract history would reveal past performance on similar administrative management and general management consulting services. Analyzing their performance on previous contracts, including any awards, past performance reviews, and any instances of contract disputes or terminations, would provide a clearer picture of their reliability and capability. Understanding their experience with the Department of Commerce specifically would also be beneficial in assessing their suitability for this ongoing requirement.

How does the pricing of this contract compare to similar administrative management consulting services procured by the federal government?

Benchmarking the pricing of this $7.7 million contract against similar administrative management consulting services is complex without detailed service descriptions and labor categories. However, the firm-fixed-price nature provides cost certainty. Given that only two bids were received, the pricing might be higher than if there had been more robust competition. A comparative analysis would involve examining contracts with similar North American Industry Classification System (NAICS) codes (like 541611) awarded by other agencies, looking at average hourly rates, total contract values relative to duration, and the scope of work. Without this granular data, a definitive value-for-money assessment is difficult.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks include potential cost overruns if the scope of work is not well-defined (though mitigated by fixed-price), contractor performance issues (mitigated by oversight and past performance checks), and the risk of limited competition leading to suboptimal pricing. The long duration (over 5 years) also presents a risk of evolving requirements or technological obsolescence. Mitigation strategies likely involve strong contract management by the COR, clear performance metrics, and regular reviews. The exclusion of sources in the competition process also presents a risk that the government did not receive the best possible offer.

How effective has TRIDENT TECHNICAL SOLUTIONS, LLC been in delivering administrative management consulting services in the past?

Assessing the effectiveness of TRIDENT TECHNICAL SOLUTIONS, LLC requires access to their past performance evaluations and contract close-out reports. If available, these documents would detail their adherence to schedule, quality of deliverables, and overall client satisfaction. Without specific performance data for this contractor on similar engagements, it's presumed the Department of Commerce selected them based on perceived capability and potentially favorable past performance. A thorough review would involve examining metrics related to project completion, budget adherence, and client feedback from previous federal contracts.

What are the historical spending patterns for administrative management consulting services within the Department of Commerce?

Analyzing historical spending patterns for administrative management consulting within the Department of Commerce would provide context for this $7.7 million award. This involves examining procurement data over the past several fiscal years to identify trends in contract values, types of services procured, and the primary contractors utilized. Understanding whether this award is consistent with, higher than, or lower than previous spending levels for similar services can help assess if current spending is appropriate or if there are opportunities for cost savings or efficiency improvements. It also helps identify potential over-reliance on specific vendors.

What is the justification for excluding certain sources in the 'Full and Open Competition After Exclusion of Sources' award?

The justification for excluding sources in a 'Full and Open Competition After Exclusion of Sources' award is critical for understanding the procurement process. Typically, such exclusions are based on specific technical requirements, unique capabilities, or prior performance that only a limited number of sources can meet. Without the specific justification document associated with this contract, it's impossible to determine the precise reasons. However, the rationale must be clearly documented and defensible to ensure fair and transparent government contracting practices, and to confirm that the exclusion did not unduly limit competition.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT 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: 8370 W HILLSBOROUGH AVE STE 206, TAMPA, FL, 33615

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: $7,743,997

Exercised Options: $7,743,997

Current Obligation: $7,743,997

Actual Outlays: $2,986,197

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 1331L520D13ES0002

IDV Type: IDC

Timeline

Start Date: 2020-09-19

Current End Date: 2026-06-29

Potential End Date: 2026-06-29 00:00:00

Last Modified: 2026-03-23

More Contracts from Trident Technical Solutions, LLC

View all Trident Technical Solutions, LLC federal contracts →

Other Department of Commerce Contracts

View all Department of Commerce contracts →

Explore Related Government Spending