Interior awards $165K task order to Cherokee Nation System Solutions for biologist support
Contract Overview
Contract Amount: $165,106 ($165.1K)
Contractor: Cherokee Nation System Solutions LLC
Awarding Agency: Department of the Interior
Start Date: 2023-12-14
End Date: 2026-06-01
Contract Duration: 900 days
Daily Burn Rate: $183/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: LABOR HOURS
Sector: Other
Official Description: NEW CNSS TASK ORDER FOR GENERAL BIOLOGIST III
Place of Performance
Location: LAFAYETTE, LAFAYETTE County, LOUISIANA, 70506
Plain-Language Summary
Department of the Interior obligated $165,106.48 to CHEROKEE NATION SYSTEM SOLUTIONS LLC for work described as: NEW CNSS TASK ORDER FOR GENERAL BIOLOGIST III Key points: 1. Task order awarded for professional, scientific, and technical services. 2. Contract duration extends over 2.5 years. 3. Services to be performed in Louisiana. 4. Contract type is a delivery order under a larger contract. 5. No small business set-aside was utilized. 6. Pricing structure is based on labor hours.
Value Assessment
Rating: fair
The total award amount of $165,106.48 for a period of approximately 2.5 years suggests a moderate level of investment for specialized scientific support. Benchmarking this against similar contracts for biologist III services is challenging without more specific details on the scope of work and required expertise. However, the labor hour pricing model allows for flexibility but necessitates careful monitoring to ensure cost-effectiveness and prevent scope creep. The value proposition hinges on the successful delivery of specialized scientific tasks by the contractor.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under full and open competition after exclusion of sources, indicating that multiple vendors were likely considered. The specific details of the exclusion of sources are not provided, but the 'full and open' designation suggests a broad solicitation. The number of bidders is not specified, which limits a precise assessment of the competitive intensity. However, a competitive process generally aids in price discovery and can lead to more favorable terms for the government.
Taxpayer Impact: A competitive award process, even with exclusions, is generally beneficial for taxpayers as it aims to secure the best value through market forces. It helps ensure that the government is not overpaying for the required services.
Public Impact
The U.S. Geological Survey benefits from specialized biological expertise. Services will support scientific research and data collection. Geographic impact is focused on Louisiana. Workforce implications include the utilization of skilled scientific personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics makes it difficult to assess contractor performance.
- The 'exclusion of sources' clause requires further scrutiny to understand its impact on competition.
- Potential for cost overruns if labor hours are not managed effectively.
Positive Signals
- Awarded under full and open competition, suggesting a robust vetting process.
- Longer contract duration allows for continuity of essential scientific services.
- Experienced contractor in providing technical solutions.
Sector Analysis
This contract falls within the Professional, Scientific, and Technical Services sector, specifically under the 'All Other Professional, Scientific, and Technical Services' NAICS code (541990). This broad category encompasses a wide range of specialized services. The market for such services is diverse, with many firms offering expertise in scientific research, analysis, and technical support to government agencies. The award amount is relatively small, indicating a focused task order rather than a large-scale program.
Small Business Impact
This contract was not awarded as a small business set-aside, nor does it indicate any specific subcontracting requirements for small businesses. This suggests that the primary contractor, Cherokee Nation System Solutions LLC, will be performing the majority of the work. The absence of small business considerations in this specific task order means there is no direct positive impact on the small business ecosystem through this particular award.
Oversight & Accountability
Oversight for this task order would typically fall under the U.S. Geological Survey's program management and contracting officials. Accountability measures would be tied to the performance work statement and delivery schedules outlined in the task order. Transparency is facilitated by the public nature of federal contract awards, though detailed performance data may not always be readily available. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Professional, Scientific, and Technical Services
- U.S. Geological Survey Contracts
- Department of the Interior Task Orders
- Scientific Support Services
Risk Flags
- Potential for cost overruns due to labor-hour pricing.
- Lack of detailed performance metrics.
- Ambiguity in 'exclusion of sources' justification.
Tags
professional-scientific-technical-services, department-of-the-interior, u-s-geological-survey, louisiana, delivery-order, full-and-open-competition, labor-hours, biologist-support, scientific-research, task-order
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $165,106.48 to CHEROKEE NATION SYSTEM SOLUTIONS LLC. NEW CNSS TASK ORDER FOR GENERAL BIOLOGIST III
Who is the contractor on this award?
The obligated recipient is CHEROKEE NATION SYSTEM SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Geological Survey).
What is the total obligated amount?
The obligated amount is $165,106.48.
What is the period of performance?
Start: 2023-12-14. End: 2026-06-01.
What specific scientific tasks will the General Biologist III perform under this task order?
The task order specifies 'General Biologist III' services, which typically involve advanced biological research, data analysis, field studies, and technical reporting. While the exact duties are not detailed in the provided data, such roles often support environmental assessments, wildlife management, ecological monitoring, or conservation efforts. The U.S. Geological Survey (USGS) often engages biologists for critical research informing natural resource management and scientific understanding of ecosystems. The scope could range from laboratory analysis to extensive fieldwork, depending on the specific needs of the USGS program this task order supports.
How does the $165,106.48 award amount compare to typical contracts for similar biologist services?
The award amount of $165,106.48 for a period spanning from December 2023 to June 2026 (approximately 2.5 years) suggests a moderate investment for specialized biologist support. Without knowing the precise scope of work, required qualifications (e.g., specific scientific expertise, level of experience), and the number of hours anticipated, a direct comparison is difficult. However, this figure appears to be for a focused task order rather than a large, multi-year program. Contracts for senior-level biologists can range significantly, from tens of thousands for short-term consultations to hundreds of thousands or millions for extensive research projects or program management roles.
What are the potential risks associated with this contract, given its labor-hour pricing structure?
The primary risk associated with a labor-hour pricing structure is the potential for cost overruns if the scope of work is not clearly defined or if the contractor's efficiency is lower than anticipated. This model incentivizes the contractor to bill for time spent, rather than a fixed outcome. Effective risk mitigation requires robust project management from the government side, including diligent oversight of hours billed, regular progress reviews, and clear communication regarding task completion. Scope creep, where additional tasks are added without formal modification and corresponding budget adjustments, is another significant risk that could inflate costs beyond the initial award amount.
What is the significance of this contract being a 'Delivery Order' under a larger contract?
This contract is a 'Delivery Order,' which means it is a specific order placed against an existing, pre-negotiated indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar type of multiple-award contract. The significance is that the foundational terms, conditions, and often pricing structures have already been established. This allows for more agile procurement of specific services or supplies as needed. For the government, it streamlines the acquisition process for follow-on work. For the contractor, it represents a confirmed piece of work under a broader agreement, potentially indicating a successful bid on a larger contract vehicle.
How does the 'Full and Open Competition after Exclusion of Sources' clause impact the fairness of the competition?
The 'Full and Open Competition after Exclusion of Sources' clause indicates that the initial solicitation was broad, allowing all responsible sources to submit offers. However, certain sources were subsequently excluded from consideration. The reasons for exclusion are critical to understanding the impact on fairness. If exclusions were based on objective criteria related to capability or past performance, it could be a legitimate way to narrow the field to the most qualified vendors. If the exclusions were arbitrary or lacked clear justification, it could raise concerns about limiting competition unnecessarily and potentially impacting price discovery for the taxpayer.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical 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: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Parent Company: Cherokee Nation
Address: 10838 E MARSHALL ST STE 200-A17, TULSA, OK, 74116
Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $165,106
Exercised Options: $165,106
Current Obligation: $165,106
Actual Outlays: $121,325
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140G0120D0021
IDV Type: IDC
Timeline
Start Date: 2023-12-14
Current End Date: 2026-06-01
Potential End Date: 2026-06-01 00:00:00
Last Modified: 2026-04-10
More Contracts from Cherokee Nation System Solutions LLC
- Afimsc IT Support Service — $31.6M (Department of Defense)
- Pm/Ddtc Professional Support Services — $23.7M (Department of State)
- Military Health System Virtual Health Program Management, Technical and Administrative Support Services — $18.6M (Department of Defense)
- Contractor Will Provide Staff Support for Refugee Resettlement in Multiple States Around the Country, Supporting the Resettlement and Integration of Afghan Evacuees (hereafter Afghans) From Arrival in Their Resettlement Community and for UP to 12 — $18.1M (Department of Health and Human Services)
- Staffing Support Services — $13.7M (Department of State)
View all Cherokee Nation System Solutions LLC 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.)