STG INTERNATIONAL, INC. awarded $24M for Head Start TTA services, with 1,871 days duration
Contract Overview
Contract Amount: $24,013,293 ($24.0M)
Contractor: STG International, Inc.
Awarding Agency: Department of the Interior
Start Date: 2020-08-01
End Date: 2025-09-15
Contract Duration: 1,871 days
Daily Burn Rate: $12.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: HEAD START TRAINING AND TECHNICAL ASSISTANCE (TTA) SERVICES FOR THE ADMINISTRATION FOR CHILDREN AND FAMILIES (ACF) - REGION II
Place of Performance
Location: NEW YORK, NEW YORK County, NEW YORK, 10278
State: New York Government Spending
Plain-Language Summary
Department of the Interior obligated $24.0 million to STG INTERNATIONAL, INC. for work described as: HEAD START TRAINING AND TECHNICAL ASSISTANCE (TTA) SERVICES FOR THE ADMINISTRATION FOR CHILDREN AND FAMILIES (ACF) - REGION II Key points: 1. Contract value of $24 million over approximately five years represents a significant investment in early childhood education support. 2. The contract was awarded through full and open competition, suggesting a robust bidding process. 3. The use of a Time and Materials contract type may introduce cost variability depending on resource utilization. 4. The geographic focus on Region II (New York) indicates targeted support for a specific area. 5. The contractor, STG INTERNATIONAL, INC., has a substantial contract duration, implying a need for sustained support. 6. The absence of small business set-aside flags suggests the primary award was not specifically targeted to small businesses.
Value Assessment
Rating: good
The contract value of $24 million over its duration averages approximately $4.8 million per year. Benchmarking this against similar TTA contracts requires detailed analysis of scope and service levels. However, the duration and scope suggest a potentially fair price for comprehensive support. The Time and Materials pricing structure warrants close monitoring to ensure cost efficiency and prevent overruns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'full and open competition,' indicating that all responsible sources were permitted to submit a bid. The number of bidders is not specified, but this method generally promotes competitive pricing and allows the government to select the best value. This approach is favorable for ensuring a wide range of capabilities are considered.
Taxpayer Impact: A full and open competition is generally beneficial for taxpayers as it is expected to drive down costs through competitive pressures and allow for the selection of the most cost-effective solution.
Public Impact
Beneficiaries include Head Start programs and their staff within Region II (New York), who will receive crucial training and technical assistance. Services delivered encompass administrative management and general management consulting, aimed at improving the operational effectiveness of Head Start programs. The geographic impact is concentrated in New York, ensuring localized support and understanding of regional needs. Workforce implications include enhanced skills and knowledge for Head Start staff, potentially leading to improved early childhood education outcomes.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials (T&M) contract type can lead to cost overruns if not closely managed and monitored.
- The long contract duration (over 5 years) may reduce flexibility to adapt to changing program needs or incorporate new best practices without formal modifications.
- Lack of specific performance metrics in the provided data makes it difficult to assess the effectiveness of the TTA services.
- The contract's focus on administrative management might not fully address all programmatic or pedagogical needs of Head Start centers.
Positive Signals
- Awarded through full and open competition, suggesting a competitive process that likely secured a reasonable price.
- The substantial contract value indicates a significant commitment to supporting Head Start programs in Region II.
- The contractor, STG INTERNATIONAL, INC., has been selected for a long-term engagement, implying a level of trust and perceived capability.
- The contract aims to provide essential training and technical assistance, directly supporting the critical mission of early childhood education.
Sector Analysis
This contract falls within the Administrative Management and General Management Consulting Services sector (NAICS 541611). This sector is broad and includes services that help organizations improve their efficiency and management. The federal government is a significant consumer of these services, particularly for program support and operational improvement. Comparable spending benchmarks would depend on the specific nature of the TTA provided, but federal spending on management consulting services is in the billions annually.
Small Business Impact
The data indicates that this contract was not awarded as a small business set-aside (ss: false, sb: false). This means that the competition was open to all eligible businesses, including large corporations. While there is no direct set-aside, the prime contractor may engage small businesses as subcontractors to fulfill certain aspects of the contract, though this is not explicitly detailed in the provided information. The impact on the small business ecosystem would depend on subcontracting opportunities.
Oversight & Accountability
Oversight for this contract would typically be managed by the Administration for Children and Families (ACF) within the Department of Health and Human Services, despite the Department of the Interior being listed as the awarding agency (this may indicate an interagency agreement or a data anomaly). Accountability measures would be defined in the contract's statement of work, performance standards, and delivery schedules. Transparency is generally facilitated through contract award databases, but detailed performance reporting is often internal.
Related Government Programs
- Head Start Program
- Child Care and Development Fund
- Early Head Start Program
- Administration for Children and Families (ACF) Grants
Risk Flags
- Potential for cost overruns due to Time and Materials contract type.
- Risk of reduced flexibility over the long contract duration.
- Need for strong oversight to ensure effective service delivery.
- Uncertainty regarding specific performance outcomes without detailed metrics.
Tags
administrative-management, general-management-consulting, training-and-technical-assistance, head-start, early-childhood-education, department-of-the-interior, administration-for-children-and-families, region-ii, new-york, full-and-open-competition, time-and-materials, definitive-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $24.0 million to STG INTERNATIONAL, INC.. HEAD START TRAINING AND TECHNICAL ASSISTANCE (TTA) SERVICES FOR THE ADMINISTRATION FOR CHILDREN AND FAMILIES (ACF) - REGION II
Who is the contractor on this award?
The obligated recipient is STG INTERNATIONAL, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (Departmental Offices).
What is the total obligated amount?
The obligated amount is $24.0 million.
What is the period of performance?
Start: 2020-08-01. End: 2025-09-15.
What is the specific scope of 'Administrative Management and General Management Consulting Services' provided under this contract?
The provided data indicates the contract covers 'Administrative Management and General Management Consulting Services' for Head Start Training and Technical Assistance (TTA) in Region II. While the specific details are not fully elaborated, this typically involves supporting Head Start grantees with operational efficiency, program management, compliance, strategic planning, and administrative best practices. Services could include areas like financial management, human resources, grant management, data collection and reporting, and ensuring adherence to Head Start Performance Standards. The goal is to enhance the overall effectiveness and sustainability of Head Start programs by strengthening their administrative and management capabilities.
How does the Time and Materials (T&M) contract type compare to other contract types for TTA services in terms of cost-effectiveness?
Time and Materials (T&M) contracts are often used when the scope of work is not clearly defined or when the level of effort is uncertain. For TTA services, T&M can offer flexibility, allowing the government to adjust the level of support as needed. However, T&M contracts carry a higher risk of cost overruns compared to fixed-price contracts because the government pays for the actual labor hours and materials used. Cost-effectiveness is highly dependent on robust oversight, clear task definitions, and effective negotiation of labor rates. If not managed diligently, T&M can be less cost-effective than other types, necessitating close monitoring of hours and expenses by the contracting officer's representative (COR).
What is STG INTERNATIONAL, INC.'s track record with federal contracts, particularly in TTA or early childhood education?
STG INTERNATIONAL, INC. has a history of performing federal contracts. While specific details on their track record with TTA or early childhood education are not provided in this data snippet, their selection for a significant five-year contract by the Administration for Children and Families (ACF) suggests they possess relevant experience and capabilities. A deeper analysis would involve reviewing their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), other awarded contracts, and any reported issues or successes in similar service areas to fully assess their suitability and past performance.
What are the potential risks associated with the long duration of this contract (over 5 years)?
The long duration of this contract, spanning from August 2020 to September 2025 (over five years), presents several potential risks. Firstly, it may reduce the government's flexibility to adapt to evolving needs or incorporate new methodologies in early childhood education and TTA. Programmatic shifts or policy changes might occur during this period, requiring contract modifications that could be complex or costly. Secondly, maintaining consistent quality and innovation over such an extended period can be challenging for any contractor. Finally, a long-term commitment might limit opportunities for other capable providers to compete for similar services, potentially stifling broader market innovation.
How does the $24 million award compare to historical federal spending on Head Start TTA services?
The $24 million award for Head Start TTA services in Region II represents a substantial investment. To compare this to historical federal spending, one would need to analyze aggregate federal outlays for Head Start TTA programs across all regions and over multiple fiscal years. The Head Start program itself receives billions annually. This specific contract's value should be viewed within the context of the overall federal budget allocated to early childhood education support services. Without broader historical data on TTA spending specifically, it's difficult to definitively state if this award is high or low relative to past trends, but it signifies a significant allocation for regional support.
What oversight mechanisms are in place to ensure the effectiveness and accountability of the TTA services provided?
Oversight for this contract is primarily the responsibility of the contracting agency (likely ACF, despite the DOI award listing). Key oversight mechanisms typically include a designated Contracting Officer's Representative (COR) who monitors performance, reviews deliverables, and ensures compliance with the contract's Statement of Work (SOW). Performance metrics, reporting requirements, and regular progress meetings are standard components designed to track service delivery and outcomes. The Time and Materials nature of the contract necessitates vigilant monitoring of labor hours and costs. Formal performance evaluations, such as CPARS, also contribute to accountability by documenting the contractor's performance history.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: EDUCATION AND TRAINING › EDUCATION AND TRAINING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 140D0420R0017
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 2900 S QUINCY ST STE 888, ARLINGTON, VA, 22206
Business Categories: Category Business, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $24,547,711
Exercised Options: $24,547,711
Current Obligation: $24,013,293
Actual Outlays: $24,000,436
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2020-08-01
Current End Date: 2025-09-15
Potential End Date: 2025-09-15 00:00:00
Last Modified: 2026-03-31
More Contracts from STG International, Inc.
- Ihsc Medical Staffing Services — $641.1M (Department of Homeland Security)
- Provide Funding for the NEW Medical Support Services Bridge Contract to Augment Medical Staff Operations Within the Ice/Dro/Dihs Health Care Program. Contract Hscedm-10-A-00002; POP 12/10/2009 - 12/09/2010 — $177.2M (Department of Homeland Security)
- TAS::75 4552 001::TAS Occupational Health Operational Staffing Support Services — $90.6M (Department of Health and Human Services)
- Increase the Level of Effort for Option Year 3 Beginning 12/1/06 Through 9/29/06 and ALL of Option Year 4 — $61.4M (Department of Homeland Security)
- This IS an Issuance of Task Order 8, Against STG International Contract # Hhsp233201800010i for the National Staffing Services Support. This Task Order Will Have a Base Period of Performance March 1, 2025 Through June 30, 2025 — $30.9M (Department of Health and Human Services)
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)