Commerce Dept. awards $2.26M audit contract to Kearney & Company for accounting services
Contract Overview
Contract Amount: $2,257,978 ($2.3M)
Contractor: Kearney & Company, P.C.
Awarding Agency: Department of Commerce
Start Date: 2026-04-06
End Date: 2027-02-26
Contract Duration: 326 days
Daily Burn Rate: $6.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FINANCIAL STATEMENT AUDIT SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20230
Plain-Language Summary
Department of Commerce obligated $2.3 million to KEARNEY & COMPANY, P.C. for work described as: FINANCIAL STATEMENT AUDIT SERVICES Key points: 1. Contract awarded through full and open competition, suggesting a competitive pricing environment. 2. The contract duration of 326 days indicates a focused scope for the audit services. 3. The fixed-price contract type helps mitigate cost overrun risks for the government. 4. The award to a single contractor, Kearney & Company, highlights specialized expertise in financial statement audits. 5. The geographic location of the service delivery in Washington D.C. aligns with the agency's headquarters.
Value Assessment
Rating: good
The contract value of approximately $2.26 million for 326 days of financial statement audit services appears reasonable given the specialized nature of the work. Benchmarking against similar contracts for federal audit services is challenging without more granular data on scope and complexity. However, the fixed-price nature of the award suggests that the government has secured a defined cost for the services, which is a positive indicator of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple qualified bidders had the opportunity to submit proposals. The presence of 4 bidders suggests a healthy level of competition for this type of service. This competitive process is expected to drive more favorable pricing and ensure the selection of a contractor offering the best value.
Taxpayer Impact: Taxpayers benefit from full and open competition as it typically leads to lower prices and higher quality services through market forces.
Public Impact
The Office of the Secretary within the Department of Commerce will benefit from these audit services. The primary service delivered is financial statement auditing, crucial for accountability and transparency. Services will be delivered in Washington D.C., the seat of federal government operations. The contract supports the accounting and auditing profession, likely involving certified public accountants.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited contractor innovation due to fixed-price structure.
- Reliance on a single contractor for a critical function like financial audits.
Positive Signals
- Awarded via full and open competition, indicating a robust selection process.
- Fixed-price contract type provides cost certainty.
- Contract duration is defined, allowing for clear performance expectations.
- Contractor has a specific NAICS code (541211) indicating relevant expertise.
Sector Analysis
The financial statement audit services sector for the federal government is a critical component of ensuring accountability and transparency. This contract falls under professional services, specifically accounting and auditing. The NAICS code 541211, Offices of Certified Public Accountants, indicates a specialized market. Federal agencies regularly procure these services to comply with auditing standards and regulations. The total value of this award is modest within the broader context of federal contracting for professional services.
Small Business Impact
This contract was not set aside for small businesses, and the data does not indicate any subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem for this specific award is likely minimal, though the prime contractor may engage small businesses in other capacities not detailed here.
Oversight & Accountability
The Department of Commerce's Office of the Secretary is responsible for overseeing this contract. Standard government procurement regulations and contract management practices will apply. Transparency is generally maintained through contract award databases. Inspector General oversight may be applicable depending on the nature of any potential issues or investigations related to the audit.
Related Government Programs
- Federal Financial Audit Services
- Government Contract Auditing
- Department of Commerce Financial Management
- Professional Services Contracts
Risk Flags
- Potential for insufficient competition if only a few firms can perform specialized audits.
- Risk of contractor performance issues impacting audit quality or timeliness.
Tags
professional-services, audit, financial-statement-audit, department-of-commerce, office-of-the-secretary, washington-dc, full-and-open-competition, firm-fixed-price, certified-public-accountants, large-business
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $2.3 million to KEARNEY & COMPANY, P.C.. FINANCIAL STATEMENT AUDIT SERVICES
Who is the contractor on this award?
The obligated recipient is KEARNEY & COMPANY, P.C..
Which agency awarded this contract?
Awarding agency: Department of Commerce (Office of the Secretary).
What is the total obligated amount?
The obligated amount is $2.3 million.
What is the period of performance?
Start: 2026-04-06. End: 2027-02-26.
What is the track record of Kearney & Company, P.C. in performing federal financial statement audits?
Kearney & Company, P.C. is a well-established firm specializing in government auditing and accounting services. They have a significant history of working with various federal agencies, including the Department of Defense, the Department of Justice, and others. Their experience typically includes performing financial statement audits, reviews, and providing accounting advisory services. The firm is known for its focus on public sector clients and adherence to government auditing standards. Information regarding specific past performance metrics, such as audit timeliness, findings, or client satisfaction, would typically be available through government performance evaluation systems or past performance questionnaires submitted during the procurement process. Their designation under NAICS code 541211 further supports their specialization in this area.
How does the awarded price compare to similar federal financial statement audit contracts?
Directly comparing the awarded price of approximately $2.26 million for 326 days to similar federal financial statement audit contracts is challenging without access to detailed scope, complexity, and duration data for those other contracts. However, the contract is a Firm Fixed Price (FFP) award, which is generally favorable for the government as it caps the cost. The competition level (4 bidders) suggests that market forces were at play, likely leading to a competitive price. To perform a robust comparison, one would need to analyze contracts with similar agency types (e.g., other cabinet-level departments), similar audit scopes (e.g., full financial statements vs. specific components), and comparable contract durations and labor mixes. Without such granular data, the price is considered reasonable based on the FFP structure and competitive award.
What are the primary risks associated with this contract, and how are they mitigated?
The primary risks associated with this contract include potential for scope creep if the audit requirements are not clearly defined, contractor performance issues (e.g., delays, quality of work), and potential for cost overruns if the fixed-price structure is not managed effectively. Mitigation strategies include the clear definition of the audit scope in the contract, the use of a Firm Fixed Price (FFP) contract type which places the cost risk on the contractor, and the government's oversight through contract administration. The selection process under full and open competition also aims to mitigate risk by choosing a qualified contractor with a proven track record. Regular communication and performance monitoring by the contracting officer's representative (COR) are crucial for timely identification and resolution of any emerging issues.
How effective is the competition level in ensuring value for taxpayers?
The competition level of 4 bidders for this financial statement audit contract is generally considered adequate to ensure value for taxpayers. Full and open competition, by definition, allows any responsible source to submit an offer, maximizing the pool of potential bidders. Having multiple bidders (four in this case) creates a competitive environment where contractors are incentivized to offer their best pricing and technical solutions to win the contract. This process helps prevent single-source price gouging and encourages efficiency. While more bidders could theoretically lead to even greater price pressure, four bidders typically indicate sufficient market interest and a reasonable likelihood that the government secured a competitive price and a qualified contractor.
What is the historical spending pattern for financial statement audit services at the Department of Commerce?
Analyzing historical spending patterns for financial statement audit services at the Department of Commerce would require access to historical contract data over several fiscal years. This specific award of $2.26 million represents a single contract action. To understand the pattern, one would need to aggregate spending on similar services (NAICS 541211) awarded by the Department of Commerce over time. This would reveal trends in contract values, number of awards, types of competition (full and open vs. other), and the primary contractors utilized. Such analysis could identify whether spending has been consistent, increasing, or decreasing, and whether the department relies on a few key audit firms or disperses contracts more broadly. Without that historical data, this single award provides limited insight into the department's overall audit spending trends.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Accounting, Tax Preparation, Bookkeeping, and Payroll Services › Offices of Certified Public Accountants
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: E.F. Kearney, Limited
Address: 1701 DUKE ST STE 500, ALEXANDRIA, VA, 22314
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,897,120
Exercised Options: $2,330,678
Current Obligation: $2,257,978
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS00F031DA
IDV Type: FSS
Timeline
Start Date: 2026-04-06
Current End Date: 2027-02-26
Potential End Date: 2030-02-26 00:00:00
Last Modified: 2026-04-06
More Contracts from Kearney & Company, P.C.
- Prism Deams FMO Support Task Order — $109.0M (General Services Administration)
- Deams Advisory and Assistance Services — $96.1M (General Services Administration)
- Deams 1-Year Bridge — $89.4M (General Services Administration)
- Base Period Audit Remediation — $73.1M (Department of Defense)
- A5/8 Analysis and Support — $59.2M (Department of Defense)
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.)