Commerce Awards $585M for Program Management Support to Trident Technical Solutions
Contract Overview
Contract Amount: $584,631 ($584.6K)
Contractor: Trident Technical Solutions, LLC
Awarding Agency: Department of Commerce
Start Date: 2021-11-12
End Date: 2026-05-26
Contract Duration: 1,656 days
Daily Burn Rate: $353/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: PROGRAM MANAGEMENT SUPPORT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20230
Plain-Language Summary
Department of Commerce obligated $584,630.79 to TRIDENT TECHNICAL SOLUTIONS, LLC for work described as: PROGRAM MANAGEMENT SUPPORT Key points: 1. Significant contract value of $584.6M over 5 years. 2. Trident Technical Solutions, LLC is the sole awardee. 3. Administrative Management and General Management Consulting Services sector. 4. Contract type is Firm Fixed Price, indicating clear cost expectations.
Value Assessment
Rating: fair
The contract value is substantial, but without specific per-unit cost data or comparison to similar contracts, a precise value assessment is difficult. The fixed-price nature provides some cost control.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a limited competition approach. This method may impact price discovery and potentially lead to higher costs compared to broader competition.
Taxpayer Impact: The significant contract value means taxpayer funds are being utilized. The limited competition raises questions about whether the best possible price was achieved for the government.
Public Impact
Supports critical program management functions within the Department of Commerce. Ensures continuity of essential administrative and management consulting services. Potential for long-term engagement with a single contractor.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may not yield the best value.
- Lack of detailed cost breakdown for per-unit analysis.
- Contract duration extends over several years.
Positive Signals
- Firm Fixed Price contract type offers cost predictability.
- Awarded to a single, presumably capable, vendor.
Sector Analysis
This contract falls within the Administrative Management and General Management Consulting Services sector, a common area for government support services. Benchmarks for this sector can vary widely based on scope and duration.
Small Business Impact
The data indicates this contract was not awarded to a small business (sb: false). Therefore, there is no direct benefit to small businesses from this specific award.
Oversight & Accountability
Oversight will be crucial to ensure Trident Technical Solutions, LLC meets the program management support requirements effectively and efficiently throughout the contract period. The Department of Commerce's Office of the Secretary is responsible for this oversight.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Commerce Contracting
- Office of the Secretary Programs
Risk Flags
- Limited competition may lead to suboptimal pricing.
- Lack of transparency in the source exclusion process.
- Potential for vendor lock-in due to long contract duration.
- No small business participation noted in this award.
Tags
administrative-management-and-general-ma, department-of-commerce, dc, delivery-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $584,630.79 to TRIDENT TECHNICAL SOLUTIONS, LLC. PROGRAM MANAGEMENT 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 $584,630.79.
What is the period of performance?
Start: 2021-11-12. End: 2026-05-26.
What specific program management functions are being supported, and how does this align with the Department of Commerce's strategic goals?
The contract supports 'Administrative Management and General Management Consulting Services.' While essential for operational efficiency, the specific alignment with strategic goals requires further detail on the programs being managed. Understanding the critical nature of these programs would better contextualize the $585M investment and its contribution to the Department's mission.
What was the rationale for excluding other sources, and how was the price determined to be fair and reasonable under limited competition?
The award justification 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' implies a specific reason for limiting the field. A thorough review of the justification document is needed to understand the rationale. The government must still demonstrate price reasonableness, likely through historical data, market research, or comparison to similar services, even with limited competition.
How will the effectiveness of the program management support be measured, and what are the key performance indicators (KPIs)?
Effectiveness measurement is critical for a service contract of this magnitude. Key Performance Indicators (KPIs) should be clearly defined in the contract's Statement of Work (SOW). These might include on-time project completion rates, budget adherence, quality of deliverables, and stakeholder satisfaction, ensuring the contractor meets defined performance standards.
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: 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: $584,631
Exercised Options: $584,631
Current Obligation: $584,631
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 1331L520D13ES0002
IDV Type: IDC
Timeline
Start Date: 2021-11-12
Current End Date: 2026-05-26
Potential End Date: 2026-05-26 00:00:00
Last Modified: 2026-04-06
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 — $2.5M (Department of Commerce)
- Staff Support Services — $986.6K (Department of Commerce)
- Staffing Support — $749.7K (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.)