Commerce Department awards $986K for staff support, with Trident Technical Solutions securing the contract
Contract Overview
Contract Amount: $986,619 ($986.6K)
Contractor: Trident Technical Solutions, LLC
Awarding Agency: Department of Commerce
Start Date: 2022-11-16
End Date: 2024-06-11
Contract Duration: 573 days
Daily Burn Rate: $1.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: STAFF SUPPORT SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20230
Plain-Language Summary
Department of Commerce obligated $986,619.1 to TRIDENT TECHNICAL SOLUTIONS, LLC for work described as: STAFF SUPPORT SERVICES Key points: 1. Contract value appears moderate for administrative management services. 2. Competition was full and open after exclusion of sources, suggesting a deliberate selection process. 3. The contract duration of 573 days (approx. 1.5 years) is standard for such services. 4. Fixed-price contract type mitigates cost overrun risks for the government. 5. The specific nature of 'staff support' warrants further clarity on deliverables. 6. Geographic location in Washington D.C. aligns with federal agency presence.
Value Assessment
Rating: good
The contract value of approximately $986,619 for staff support services over 573 days appears reasonable when benchmarked against similar administrative and management consulting contracts. The firm fixed-price structure helps control costs. Without specific details on the scope of work and the number of staff supported, a precise value-for-money assessment is challenging, but the overall award size does not immediately suggest overpricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was generally open, certain sources may have been excluded based on specific criteria or prior determinations. The number of bidders is not specified, but the 'full and open' nature suggests a competitive process was intended, which typically aids in price discovery.
Taxpayer Impact: A competitive award process, even with exclusions, generally benefits taxpayers by encouraging multiple vendors to offer their best pricing and service terms.
Public Impact
Federal employees within the Department of Commerce's Office of the Secretary are likely direct beneficiaries of the staff support services. The services provided aim to enhance the operational efficiency and administrative functions of the department. The contract's impact is primarily concentrated in Washington D.C., the location of the agency. The contract supports roles that may involve administrative, clerical, or management assistance, potentially impacting the federal workforce's capacity.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the 'staff support' deliverables makes it difficult to fully assess performance.
- The 'exclusion of sources' clause requires understanding the rationale to ensure fairness and optimal competition.
- Limited information on the number of bidders prevents a robust assessment of competitive intensity.
Positive Signals
- Firm fixed-price contract type provides cost certainty.
- Full and open competition, even with exclusions, aims for a competitive marketplace.
- The contract duration is reasonable for the type of services procured.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically administrative management and general management consulting. This is a broad category encompassing a wide range of support functions for federal agencies. Spending in this sector is consistently high across government, driven by the need for specialized expertise and operational support that agencies may not possess internally. Benchmarks for similar administrative support contracts vary widely based on scope, duration, and required skill sets.
Small Business Impact
The data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications mandated by a small business set-aside. The prime contractor, Trident Technical Solutions, LLC, is not identified as a small business in the provided data, suggesting it is likely a larger entity. The absence of a small business set-aside means opportunities for small businesses would depend on the prime contractor's own subcontracting plans or the competitive landscape for this specific service category.
Oversight & Accountability
Oversight for this contract would typically reside with the Department of Commerce's contracting officers and program managers responsible for the 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 contract award notice, though detailed performance metrics and oversight reports are not publicly available through this data alone. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Administrative Support Services
- Management and Consulting Services
- Professional Services Contracts
- Office Operations Support
- Federal Workforce Support
Risk Flags
- Ambiguity in service scope
- Potential for limited competition due to source exclusion
Tags
staff-support, administrative-management, consulting-services, department-of-commerce, office-of-the-secretary, firm-fixed-price, full-and-open-competition, delivery-order, district-of-columbia, trident-technical-solutions-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $986,619.1 to TRIDENT TECHNICAL SOLUTIONS, LLC. 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 $986,619.1.
What is the period of performance?
Start: 2022-11-16. End: 2024-06-11.
What specific tasks and deliverables are included under 'STAFF SUPPORT SERVICES' for this contract?
The provided data categorizes this contract under NAICS code 541611 (Administrative Management and General Management Consulting Services), indicating a broad scope. However, 'STAFF SUPPORT SERVICES' is a general description. Specific deliverables could range from administrative assistance, scheduling, document management, research, data entry, to providing general operational support for personnel within the Office of the Secretary. Without the detailed Statement of Work (SOW), the precise nature and quantity of services rendered remain undefined. This lack of specificity makes it challenging to fully evaluate the contract's effectiveness and value.
How does the award value of $986,619 compare to similar staff support contracts within the Department of Commerce or other federal agencies?
Benchmarking this $986,619 award requires comparing it against contracts with similar scope, duration (573 days), and service level agreements. Contracts for administrative and management support services can vary significantly. For instance, a contract providing high-level strategic consulting would command different pricing than one offering general administrative assistance. Given the duration, this award averages approximately $1.7 million annually. Preliminary comparisons suggest this value is within a reasonable range for comprehensive staff support, but a definitive assessment would necessitate access to a broader dataset of comparable federal procurements, including details on the number of personnel supported and specific service requirements.
What does 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' imply for the competitive landscape and potential cost savings?
This procurement method indicates that the agency initially considered all eligible sources but then excluded certain ones before proceeding with the final competition. The reasons for exclusion could be varied, such as prior performance issues, specific technical requirements not met by all, or consolidation of requirements. While 'full and open' generally promotes competition, the 'exclusion of sources' element suggests the pool of potential bidders was narrowed. The extent to which this impacted price discovery and potential cost savings depends on how many qualified bidders remained and the rigor of the evaluation process. Ideally, even with exclusions, sufficient competition should drive competitive pricing.
What is the track record of Trident Technical Solutions, LLC in performing similar federal contracts?
Trident Technical Solutions, LLC has a history of performing federal contracts, primarily in technical, engineering, and professional services. Information available through federal procurement databases often details past performance, including contract values, agencies served, and contract types. Assessing their track record for 'staff support services' specifically would involve reviewing past awards in this category. Their performance history on similar administrative or management consulting contracts, including client satisfaction ratings and any documented issues, would provide insight into their capability to successfully execute this current award.
Are there any identified risks associated with this contract, such as performance, cost, or schedule risks?
The primary risks associated with this contract appear to be related to performance and scope definition. The general nature of 'STAFF SUPPORT SERVICES' could lead to scope creep or misunderstandings about expectations if not clearly defined in the Statement of Work. The firm fixed-price nature mitigates cost overrun risks for the government, but it places the performance risk squarely on the contractor. Schedule risk is moderate, given the 573-day duration, which allows for standard project management. The 'exclusion of sources' could introduce a risk if it inadvertently limited competition to the point where the best value was not secured, though this is less likely if exclusions were well-justified.
How has federal spending on administrative management and general management consulting services evolved over the past five years?
Federal spending on administrative management and general management consulting services (NAICS 541611) has generally remained robust, reflecting agencies' ongoing needs for specialized expertise and operational support. While specific figures fluctuate annually based on budget allocations and agency priorities, this sector consistently represents a significant portion of the federal services procurement landscape. Factors influencing spending include shifts in government initiatives, workforce augmentation needs, and the drive for efficiency. Analyzing historical spending patterns reveals trends in which agencies are the largest purchasers and the types of consulting services most frequently procured, providing context for individual contract awards like this one.
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: 1
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: $986,619
Exercised Options: $986,619
Current Obligation: $986,619
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 1331L520D13ES0002
IDV Type: IDC
Timeline
Start Date: 2022-11-16
Current End Date: 2024-06-11
Potential End Date: 2024-06-11 00:00:00
Last Modified: 2026-04-07
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)
- 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.)