DOJ's $1.97M contract for program management support awarded to CYNERGY PROFESSIONAL SYSTEMS LLC

Contract Overview

Contract Amount: $1,967,898 ($2.0M)

Contractor: Cynergy Professional Systems LLC

Awarding Agency: Department of Justice

Start Date: 2024-12-01

End Date: 2026-09-30

Contract Duration: 668 days

Daily Burn Rate: $2.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: FY 25_TBA_PROGRAM MGT SUPPORT (JAEGIS)

Place of Performance

Location: LAGUNA HILLS, ORANGE County, CALIFORNIA, 92653

State: California Government Spending

Plain-Language Summary

Department of Justice obligated $2.0 million to CYNERGY PROFESSIONAL SYSTEMS LLC for work described as: FY 25_TBA_PROGRAM MGT SUPPORT (JAEGIS) Key points: 1. Value for money appears reasonable given the scope of program management support. 2. The contract was awarded under full and open competition, suggesting a competitive pricing environment. 3. Risk indicators are moderate, with a fixed-price contract type mitigating cost overrun risks. 4. Performance context is for program management support, a critical function for agency operations. 5. The contract falls within the IT services sector, specifically 'Other Computer Related Services'.

Value Assessment

Rating: good

The contract's value of approximately $1.97 million over its period of performance (668 days) suggests a moderate annual spend. Benchmarking against similar program management support contracts within the Department of Justice or other federal agencies would provide a clearer picture of value. However, the firm fixed-price nature of the contract indicates that the contractor bears the risk of cost overruns, which is generally favorable for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that multiple bidders were likely solicited and evaluated. The level of competition is generally positive as it allows for price discovery and encourages competitive proposals. The specific details of the bidding process, such as the number of proposals received, would further clarify the extent of competition.

Taxpayer Impact: A competitive bidding process helps ensure that taxpayer dollars are used efficiently by driving down prices and encouraging the selection of the most capable and cost-effective provider.

Public Impact

The primary beneficiary is the Department of Justice, which will receive program management support services. These services are crucial for the effective planning, execution, and oversight of various DOJ programs. The contract is geographically focused on California, where the contractor is located. The contract supports the IT services sector, potentially impacting the workforce within that domain.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT services sector, particularly 'Other Computer Related Services,' is a significant area of federal spending. This contract for program management support fits within the broader trend of agencies outsourcing specialized functions to enhance efficiency and leverage external expertise. Comparable spending benchmarks for program management support services within federal agencies often range from hundreds of thousands to millions of dollars annually, depending on the complexity and scope of the programs managed.

Small Business Impact

This contract does not appear to have a small business set-aside, as indicated by 'sb': false. Therefore, the primary contractor, CYNERGY PROFESSIONAL SYSTEMS LLC, is likely not a small business for the purpose of this award. There is no explicit information regarding subcontracting plans for small businesses within the provided data, which could be a missed opportunity to engage the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the contracting officer and program managers within the Department of Justice. Accountability measures are inherent in the firm fixed-price contract type, requiring the contractor to deliver services within the agreed-upon cost. Transparency is facilitated through contract databases like FPDS, where details of awards are publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

it-services, program-management, department-of-justice, firm-fixed-price, delivery-order, full-and-open-competition, computer-related-services, california, federal-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $2.0 million to CYNERGY PROFESSIONAL SYSTEMS LLC. FY 25_TBA_PROGRAM MGT SUPPORT (JAEGIS)

Who is the contractor on this award?

The obligated recipient is CYNERGY PROFESSIONAL SYSTEMS LLC.

Which agency awarded this contract?

Awarding agency: Department of Justice (Offices, Boards and Divisions).

What is the total obligated amount?

The obligated amount is $2.0 million.

What is the period of performance?

Start: 2024-12-01. End: 2026-09-30.

What is the track record of CYNERGY PROFESSIONAL SYSTEMS LLC in performing similar program management support contracts for the federal government?

Assessing the track record of CYNERGY PROFESSIONAL SYSTEMS LLC requires a review of their past performance on federal contracts, particularly those involving program management support. This would involve examining contract databases for previous awards, performance evaluations (e.g., CPARS reports), and any documented issues or successes. A history of successful, on-time, and within-budget project completion for similar services would indicate a lower performance risk for this current contract. Conversely, a history of performance issues, disputes, or contract terminations would raise concerns about their capability to deliver effectively.

How does the estimated cost of this contract compare to similar program management support contracts awarded by the Department of Justice or other agencies?

To benchmark the value, we would compare the approximate annual cost of this contract ($1.97M over ~22 months, roughly $1.07M/year) against similar program management support contracts. This involves searching federal procurement data for contracts with comparable scopes of work, service levels, and durations awarded by the DOJ or agencies of similar size and mission. Factors like the number of personnel supported, the complexity of the programs managed, and the specific services provided (e.g., strategic planning, risk management, stakeholder coordination) are crucial for a fair comparison. If this contract's cost per year is significantly higher than comparable contracts without a clear justification (e.g., unique requirements, higher skill levels), it could indicate a potential overpayment.

What are the primary risks associated with this contract, and what mitigation strategies are in place?

Key risks include potential scope creep if program requirements are not tightly managed, contractor performance issues leading to delays or subpar support, and potential over-reliance on a single vendor. The firm fixed-price contract type mitigates financial risk for the government by capping costs. Mitigation for performance risk relies on robust oversight by the DOJ's contracting officer and program managers, regular performance reviews, and clear performance standards outlined in the contract. The exclusion of sources in the competition description might warrant further investigation into whether this limited the pool of potential high-performing vendors.

How effective is the program management support expected to be in enhancing the Department of Justice's operational efficiency?

The effectiveness hinges on the clarity of the Statement of Work (SOW), the qualifications of the contractor's personnel, and the DOJ's internal processes for managing the contract and integrating the support. Effective program management should lead to better resource allocation, improved project timelines, enhanced risk mitigation, and clearer communication across DOJ initiatives. Success metrics should be defined within the contract, allowing the DOJ to objectively measure the contractor's contribution to operational efficiency. Without specific performance metrics and ongoing evaluation, assessing effectiveness is speculative.

What has been the historical spending trend for program management support services within the Department of Justice?

Analyzing historical spending trends for program management support within the DOJ would involve examining procurement data over several fiscal years. This would reveal whether spending in this category has been increasing, decreasing, or remaining stable. Understanding these trends can help contextualize the current $1.97 million award, indicating if it represents a typical investment or a significant deviation. It also helps identify patterns in contracting, such as preferred vendors or specific types of support services that the DOJ frequently procures.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION

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: 23187 LA CADENA, STE 102, LAGUNA HILLS, CA, 92653

Business Categories: Category Business, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Hispanic American Owned Business, HUBZone Firm, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $3,938,283

Exercised Options: $1,967,898

Current Obligation: $1,967,898

Actual Outlays: $900,339

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SD20B

IDV Type: GWAC

Timeline

Start Date: 2024-12-01

Current End Date: 2026-09-30

Potential End Date: 2028-09-30 00:00:00

Last Modified: 2026-04-02

More Contracts from Cynergy Professional Systems LLC

View all Cynergy Professional Systems LLC federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending