NIH Awards $7.2M Relocation Services Contract to Jones Lang LaSalle Amidst Full and Open Competition
Contract Overview
Contract Amount: $7,237,366 ($7.2M)
Contractor: Jones Lang Lasalle Americas, Inc.
Awarding Agency: Department of the Interior
Start Date: 2020-07-10
End Date: 2025-09-23
Contract Duration: 1,901 days
Daily Burn Rate: $3.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: RELOCATION MANAGEMENT AND RELOCATION SERVICES FOR THE NATIONAL INSTITUTES OF HEALTH (NIH), NATIONAL CANCER INSTITUTE (NCI).
Place of Performance
Location: BETHESDA, MONTGOMERY County, MARYLAND, 20892
State: Maryland Government Spending
Plain-Language Summary
Department of the Interior obligated $7.2 million to JONES LANG LASALLE AMERICAS, INC. for work described as: RELOCATION MANAGEMENT AND RELOCATION SERVICES FOR THE NATIONAL INSTITUTES OF HEALTH (NIH), NATIONAL CANCER INSTITUTE (NCI). Key points: 1. The contract focuses on relocation management and services for the NIH's National Cancer Institute. 2. Jones Lang LaSalle, a major player in real estate services, secured the award. 3. Full and open competition was utilized, suggesting a robust price discovery process. 4. The contract duration is substantial, spanning over 1900 days, indicating long-term needs.
Value Assessment
Rating: good
The award amount of $7.2M over approximately 5 years appears reasonable for comprehensive relocation management services. Benchmarking against similar large-scale government relocation contracts would provide further validation, but the competitive nature of the award suggests fair pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, allowing all eligible vendors to bid. This method typically fosters competitive pricing and ensures the government receives the best value by considering a wide range of offers.
Taxpayer Impact: The competitive bidding process likely resulted in a fair market price, minimizing unnecessary taxpayer expenditure for these essential relocation services.
Public Impact
Supports critical operations of the National Cancer Institute by ensuring smooth transitions for personnel. Impacts federal employees and their families undergoing relocation, requiring efficient and supportive services. Demonstrates government commitment to providing necessary resources for research and administrative functions. The use of a large, established firm may indicate a need for specialized expertise in complex relocations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Contract duration is long, requiring careful monitoring of performance and costs.
- Small business participation is not indicated, potentially missing opportunities for smaller firms.
Positive Signals
- Awarded through full and open competition, ensuring fair pricing.
- Supports a vital agency (NCI) with essential operational services.
- Contract awarded to a reputable firm with demonstrated capabilities.
Sector Analysis
The professional services sector, particularly consulting and logistics, is crucial for government operations. Benchmarks for relocation management services vary widely based on scope, but this award appears to be a significant investment in supporting a major research institution.
Small Business Impact
The data indicates that small businesses were not primary awardees or participants in this specific contract. Further analysis would be needed to determine if subcontracting opportunities were made available to small businesses.
Oversight & Accountability
The Department of the Interior awarded this contract to support the NIH. Oversight would involve monitoring contract performance, adherence to terms, and financial accountability to ensure taxpayer funds are used effectively and efficiently.
Related Government Programs
- Process, Physical Distribution, and Logistics Consulting Services
- Department of the Interior Contracting
- Departmental Offices Programs
Risk Flags
- Long contract duration increases exposure to potential cost overruns.
- Lack of explicit small business set-aside or participation.
- Time and Materials pricing model requires diligent oversight.
- Potential for scope creep over the contract's extended period.
Tags
process-physical-distribution-and-logist, department-of-the-interior, md, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $7.2 million to JONES LANG LASALLE AMERICAS, INC.. RELOCATION MANAGEMENT AND RELOCATION SERVICES FOR THE NATIONAL INSTITUTES OF HEALTH (NIH), NATIONAL CANCER INSTITUTE (NCI).
Who is the contractor on this award?
The obligated recipient is JONES LANG LASALLE AMERICAS, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (Departmental Offices).
What is the total obligated amount?
The obligated amount is $7.2 million.
What is the period of performance?
Start: 2020-07-10. End: 2025-09-23.
What specific metrics are used to evaluate the success of these relocation services beyond simple on-time delivery?
Success metrics likely include employee satisfaction surveys, adherence to budget, minimization of disruption to NCI operations, and compliance with all federal relocation policies. Performance standards would be detailed in the contract's Performance Work Statement (PWS), outlining deliverables and quality expectations for Jones Lang LaSalle.
What is the potential risk associated with a long-term, time-and-materials contract for relocation services?
A significant risk with time-and-materials contracts, especially over a long duration, is cost escalation if not managed tightly. Unforeseen complexities or scope creep could lead to higher-than-anticipated expenditures. Robust oversight and clear task orders are essential to mitigate this risk and ensure cost control.
How effectively does this contract support the NCI's core mission of cancer research and treatment?
By ensuring efficient and effective relocation services, the contract indirectly supports the NCI's mission by minimizing administrative burdens and disruptions for its personnel. Smooth relocations allow researchers and staff to focus on their critical work, maintaining operational continuity and productivity.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Process, Physical Distribution, and Logistics Consulting Services
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › OTHER TRANSPORT, TRAVEL, RELOCAT SV
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 140D0420Q0248
Offers Received: 5
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Jones Lang Lasalle Incorporated
Address: 200 E RANDOLPH DR FL 43-48, CHICAGO, IL, 60601
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,644,983
Exercised Options: $9,644,983
Current Obligation: $7,237,366
Actual Outlays: $7,237,366
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS29F0024N
IDV Type: FSS
Timeline
Start Date: 2020-07-10
Current End Date: 2025-09-23
Potential End Date: 2025-09-23 00:00:00
Last Modified: 2026-01-27
More Contracts from Jones Lang Lasalle Americas, Inc.
- Deca Whole Facilities Maintenance - Maintenance Group 1 — $104.6M (Department of Defense)
- Deca Whole Facilities Maintenance - Maintenance Group 5 — $83.1M (Department of Defense)
- BPA Call 47PF0022F1079 - Standard Services for 6 Month Base Period for Consolidated Facilities Management Services AT 16 Locations in Chicago, IL 60604 — $42.7M (General Services Administration)
- Project and Location: Complete Facilities Maintenance Services, Various Locations Throughout the State of Georgia, Atlanta North. Award of Base Period of Performance 9/1/2024 - 8/31/2025 — $33.4M (General Services Administration)
- BPA Call - 47PC0623F0004 - Exercising Base Period for Award Jacobs K Javits Federal Complex Building Operations Mechanical and Vertical Transportation Maintenance Services. Effective 05/01/2023 to 04/30/2024 — $25.4M (General Services Administration)
View all Jones Lang Lasalle Americas, Inc. federal contracts →
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.)