State Department awards $21.3M contract for security personnel and training to Tatitlek Federal Services
Contract Overview
Contract Amount: $21,307,787 ($21.3M)
Contractor: Tatitlek Federal Services LLC
Awarding Agency: Department of State
Start Date: 2020-07-01
End Date: 2025-06-30
Contract Duration: 1,825 days
Daily Burn Rate: $11.7K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ON BASE YEAR FOR LABOR FUNDING FOR SECURITY SPECIALIST II (2 POSITIONS) , SECURITY ADMINISTRATOR III (7 POSITIONS), SECURITY ADMINISTRATOR III (7 POSITIONS) , SECURITY ADMINISTRATOR IV (2 POSITIONS) AND OTHER DIRECT COST (ODC) TRAINING AND TRAVEL
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22219
State: Virginia Government Spending
Plain-Language Summary
Department of State obligated $21.3 million to TATITLEK FEDERAL SERVICES LLC for work described as: ON BASE YEAR FOR LABOR FUNDING FOR SECURITY SPECIALIST II (2 POSITIONS) , SECURITY ADMINISTRATOR III (7 POSITIONS), SECURITY ADMINISTRATOR III (7 POSITIONS) , SECURITY ADMINISTRATOR IV (2 POSITIONS) AND OTHER DIRECT COST (ODC) TRAINING AND TRAVEL Key points: 1. Contract focuses on essential security roles, indicating a need for consistent personnel support. 2. Sole-source award raises questions about competition and potential for cost savings. 3. Long contract duration (5 years) suggests a stable, ongoing requirement for these services. 4. The contract is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle, suggesting a pre-existing relationship or framework. 5. The specific roles (Security Specialist II, Administrator III & IV) point to a need for varied levels of security expertise. 6. The inclusion of ODC for training and travel highlights the importance of continuous skill development and operational readiness.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without more detailed cost breakdowns for labor categories and ODCs. The firm-fixed-price structure provides some cost certainty, but the absence of competition limits the ability to assess if the pricing is truly market-competitive. The contract's value appears to be in line with similar support service contracts for federal agencies, but a deeper dive into the labor rates and overhead applied by Tatitlek Federal Services would be necessary for a more definitive value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor was solicited. This approach is typically used when a specific contractor possesses unique capabilities, or in situations where it's deemed not to be in the government's best interest to compete. The lack of competition means there was no opportunity for multiple vendors to bid, which can limit price discovery and potentially lead to higher costs for the government compared to a fully competed contract.
Taxpayer Impact: Taxpayers may not be receiving the best possible price due to the absence of competitive bidding. A sole-source award bypasses the market forces that typically drive down costs through vendor rivalry.
Public Impact
The primary beneficiaries are the Department of State personnel and facilities, who will receive enhanced security coverage. Services delivered include the provision of specialized security personnel and necessary training to maintain operational effectiveness. The geographic impact is likely concentrated around Department of State facilities, particularly in Virginia where the contract is managed. Workforce implications include the direct employment of security specialists and administrators by Tatitlek Federal Services, contributing to the federal contracting workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially increases costs for taxpayers.
- Lack of transparency in the justification for sole-source award.
- Long-term contract duration may reduce flexibility to adapt to changing security needs or market conditions.
- Potential for vendor lock-in due to the sole-source nature of the award.
Positive Signals
- Contract ensures continuity of essential security services for a critical federal agency.
- Firm-fixed-price contract provides cost certainty for the government.
- Delivery order structure suggests an existing, potentially efficient, contracting vehicle.
- Inclusion of training and travel indicates a commitment to maintaining a skilled and ready security force.
Sector Analysis
This contract falls within the Administrative Management and General Management Consulting Services sector (NAICS 541611). This sector encompasses a wide range of professional services, including security consulting and personnel provision. The federal government is a significant consumer of these services, particularly for specialized functions like security. Comparable spending benchmarks for similar security support contracts can vary widely based on the scope, duration, and specific requirements, but this $21.3 million award over five years represents a substantial investment in maintaining security operations.
Small Business Impact
This contract does not appear to have a small business set-aside component (ss: false, sb: false). As a sole-source award to Tatitlek Federal Services LLC, there is no indication of subcontracting opportunities being specifically mandated for small businesses within this particular award. While Tatitlek Federal Services may engage small businesses in their overall operations, this specific contract does not demonstrate a direct mechanism for promoting small business participation.
Oversight & Accountability
Oversight for this contract would primarily reside with the Department of State's contracting officers and program managers. As a delivery order under a larger IDIQ, the initial contract vehicle likely has its own oversight mechanisms. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected within the execution of the contract.
Related Government Programs
- Department of State Security Services Contracts
- Federal Law Enforcement Support Services
- Government Contracting for Personnel Services
- Administrative and Management Consulting Services
Risk Flags
- Sole-source award
- Lack of competition
- Long contract duration
Tags
administrative-management-and-general-management-consulting-services, department-of-state, virginia, delivery-order, firm-fixed-price, sole-source, security-personnel, training, professional-services, federal-contracting
Frequently Asked Questions
What is this federal contract paying for?
Department of State awarded $21.3 million to TATITLEK FEDERAL SERVICES LLC. ON BASE YEAR FOR LABOR FUNDING FOR SECURITY SPECIALIST II (2 POSITIONS) , SECURITY ADMINISTRATOR III (7 POSITIONS), SECURITY ADMINISTRATOR III (7 POSITIONS) , SECURITY ADMINISTRATOR IV (2 POSITIONS) AND OTHER DIRECT COST (ODC) TRAINING AND TRAVEL
Who is the contractor on this award?
The obligated recipient is TATITLEK FEDERAL SERVICES LLC.
Which agency awarded this contract?
Awarding agency: Department of State (Department of State).
What is the total obligated amount?
The obligated amount is $21.3 million.
What is the period of performance?
Start: 2020-07-01. End: 2025-06-30.
What is the specific justification for awarding this contract on a sole-source basis to Tatitlek Federal Services LLC?
The provided data indicates the contract was awarded as 'NOT COMPETED' and is sole-source. A sole-source award typically requires a justification from the agency, often citing unique capabilities of the contractor, urgent needs, or situations where competition is not feasible or not in the government's best interest. Without the specific justification document (e.g., a Justification and Approval or J&A), the precise reason remains unknown. However, common reasons include the contractor holding a patent or proprietary data, being the only source capable of meeting requirements, or following a previous contract where the incumbent's unique knowledge is critical. This lack of competition means taxpayers may not benefit from the cost savings typically achieved through a competitive bidding process.
How does the labor mix and associated costs for Security Specialist II, Administrator III, and Administrator IV compare to market rates for similar positions?
Determining the precise labor mix and associated costs requires access to the detailed CLIN (Contract Line Item Number) structure and the specific labor rates negotiated within this firm-fixed-price contract. The data provided only gives the total award amount. To compare with market rates, one would need to know the number of hours allocated to each position, the hourly rates (including direct labor, indirect costs, and profit), and the specific geographic location where services are performed. Benchmarking against the Bureau of Labor Statistics (BLS) for similar occupational codes and experience levels, or against other government contracts for comparable security personnel, would be necessary. Without this granular data, a direct comparison of per-unit labor costs is not possible, making it difficult to assess if the government is receiving competitive pricing for these security roles.
What are the key performance indicators (KPIs) used to measure the effectiveness of the security personnel provided under this contract?
The provided data does not specify the Key Performance Indicators (KPIs) or performance standards established for this contract. Typically, for security personnel contracts, KPIs might include metrics such as response times to incidents, adherence to post orders, successful completion of security checks, incident reporting accuracy and timeliness, and overall compliance with security protocols. The Department of State would have established these metrics in the Performance Work Statement (PWS) or Statement of Work (SOW) to ensure the contractor, Tatitlek Federal Services LLC, is meeting the required level of service. Performance evaluations, often conducted periodically, would assess the contractor's achievement against these KPIs, influencing future contract decisions or award fees if applicable.
What is the historical spending pattern for security personnel and related services at the Department of State, and how does this contract fit within that trend?
Analyzing historical spending patterns for security personnel at the Department of State requires access to historical contract data, ideally covering several fiscal years. This contract, valued at $21.3 million over five years (approximately $4.26 million annually), represents a significant but potentially consistent investment in security operations. Without prior data, it's difficult to definitively state if this is an increase, decrease, or stable spending level. However, given the nature of diplomatic security, consistent and substantial funding for personnel and training is generally expected. This contract likely reflects an ongoing need for security support, possibly under an IDIQ vehicle that allows for task orders based on evolving requirements, fitting within a broader pattern of federal agencies prioritizing security infrastructure and personnel.
What are the potential risks associated with a long-term, sole-source contract for essential security services?
A long-term, sole-source contract for essential security services presents several potential risks. Firstly, the lack of competition can lead to complacency from the contractor and potentially higher costs over time, as there is no market pressure to innovate or reduce prices. Secondly, the government may lose flexibility; if security needs change significantly, modifying or replacing a sole-source contractor can be more complex and costly than with a competed contract. Thirdly, there's a risk of vendor lock-in, where the agency becomes heavily reliant on the incumbent, making it difficult to switch even if performance issues arise or better solutions become available. Finally, without regular competitive re-evaluation, the agency might not be leveraging the latest security technologies or best practices available in the market.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 561 E 36TH AVE STE 300, ANCHORAGE, AK, 99503
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Government, HUBZone Firm, Native American Tribal Government, 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: $24,975,318
Exercised Options: $23,392,585
Current Obligation: $21,307,787
Actual Outlays: $9,180,530
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 19AQMM20D0079
IDV Type: IDC
Timeline
Start Date: 2020-07-01
Current End Date: 2025-06-30
Potential End Date: 2025-06-30 00:00:00
Last Modified: 2025-10-02
More Contracts from Tatitlek Federal Services LLC
- SI Idiq Task Order for Security Analyst Positions — $39.2M (Department of State)
- Year TWO (2) of General Directorate Test Support Services AT RTC — $24.3M (Department of Defense)
- Federal Contract — $24.1M (Department of Defense)
- Year ONE General Services to for Rdss II — $18.7M (Department of Defense)
- Rescue 21 Alaska Sustainment and Vessel Traffic Service Support Services — $16.8M (Department of Homeland Security)
Other Department of State Contracts
- Care Logistical Support Services - Clss — $2.3B (Xator LLC)
- Task Order to Provide Project Management Support, Transition Support, Engineering and Design Support, Securing the Infrastructure Support and O&M Support for the Department's IT Consolidation Program — $2.1B (Science Applications International Corporation)
- Global Security Engineering&supply Chain Services — $1.5B (General Dynamics Information Technology, Inc.)
- Slmaqm04c0030 — $1.2B (Dyncorp International LLC)
- THE Purpose of This Action IS to Establish a NEW Contract With General Dynamics Information Technology for Global Supply Chain Management, Logistics and Technology Development Services to Support the Department of State. the Initial Funding Associated With This Contract IS $22,304,578.00. the Overall Contract Value IS $2,200,000,000.00 — $1.2B (General Dynamics Information Technology, Inc.)