State Department awards $2.9M task order for administrative management consulting to Creative IT Solutions, LLC

Contract Overview

Contract Amount: $2,898,331 ($2.9M)

Contractor: Creative IT Solutions, LLC

Awarding Agency: Department of State

Start Date: 2021-05-05

End Date: 2026-11-05

Contract Duration: 2,010 days

Daily Burn Rate: $1.4K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: LABOR HOURS

Sector: Other

Official Description: PROFESSIONAL SUPPORT - STAFF AUGMENTATION TASK ORDER

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20037

State: District of Columbia Government Spending

Plain-Language Summary

Department of State obligated $2.9 million to CREATIVE IT SOLUTIONS, LLC for work described as: PROFESSIONAL SUPPORT - STAFF AUGMENTATION TASK ORDER Key points: 1. The contract focuses on administrative management and general management consulting services. 2. This task order represents a significant portion of the total contract value. 3. The duration of the task order extends over multiple fiscal years. 4. The contractor, Creative IT Solutions, LLC, is the awardee for this specific order. 5. The services are categorized under Administrative Management and General Management Consulting Services. 6. The contract is a delivery order under a larger contract vehicle.

Value Assessment

Rating: fair

Benchmarking the value of this specific task order is challenging without knowing the underlying contract vehicle's terms and the specific services rendered. The total award amount of approximately $2.9 million over a period of roughly 5 years suggests a moderate annual spend. Without comparable task orders for similar consulting services at the Department of State, it's difficult to definitively assess if the pricing is competitive or represents excellent value for money. Further analysis would require details on the labor categories, hours, and rates.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This task order was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when a specific contractor possesses unique capabilities or when the need arises under specific circumstances that preclude full and open competition. The lack of competition means that price discovery through market forces was limited for this particular award.

Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as the government does not benefit from competitive bidding to drive down prices.

Public Impact

The Department of State benefits from specialized administrative and management consulting services. These services are intended to improve the efficiency and effectiveness of departmental operations. The primary geographic impact is within the District of Columbia, where the Department of State is headquartered. The contract supports professional roles within the consulting and administrative management sectors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the Professional, Scientific, and Technical Services sector, specifically under Administrative Management and General Management Consulting Services (NAICS 541611). This sector is characterized by a wide range of firms offering expertise to improve organizational efficiency and strategy. Spending in this category by federal agencies is substantial, often driven by the need for specialized knowledge in areas like process improvement, organizational design, and strategic planning. Comparable spending benchmarks would typically involve analyzing other government contracts for similar consulting services across various agencies.

Small Business Impact

This contract was not awarded to a small business, nor does it appear to have a specific small business set-aside component based on the provided data. There is no explicit information regarding subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem from this specific task order is likely minimal, unless the prime contractor voluntarily engages small businesses for support.

Oversight & Accountability

Oversight for this task order would primarily reside with the Department of State's contracting officers and program managers. Accountability measures would be defined by the terms and conditions of the task order, including performance standards and reporting requirements. Transparency is facilitated through contract databases like FPDS, where basic award information is published. Inspector General jurisdiction would apply if any issues of fraud, waste, or abuse arise related to the contract's execution.

Related Government Programs

Risk Flags

Tags

professional-services, administrative-management, consulting, department-of-state, delivery-order, sole-source, district-of-columbia, labor-hours, naics-541611, creative-it-solutions-llc

Frequently Asked Questions

What is this federal contract paying for?

Department of State awarded $2.9 million to CREATIVE IT SOLUTIONS, LLC. PROFESSIONAL SUPPORT - STAFF AUGMENTATION TASK ORDER

Who is the contractor on this award?

The obligated recipient is CREATIVE IT SOLUTIONS, LLC.

Which agency awarded this contract?

Awarding agency: Department of State (Department of State).

What is the total obligated amount?

The obligated amount is $2.9 million.

What is the period of performance?

Start: 2021-05-05. End: 2026-11-05.

What is the track record of Creative IT Solutions, LLC with the Department of State and other federal agencies?

A review of federal procurement data would be necessary to fully assess Creative IT Solutions, LLC's track record. This would involve examining past awards, contract performance evaluations (if available), and any history of disputes or contract modifications. Understanding their performance on previous engagements, particularly with the Department of State, can provide insights into their reliability, quality of service, and ability to meet contractual obligations. Without specific performance data, it is difficult to gauge their past success or potential risks associated with this award.

How does the pricing structure of this task order compare to similar consulting services procured by the Department of State?

To compare pricing, one would need to analyze the labor categories, estimated hours, and hourly rates outlined in the task order against benchmarks for similar professional services at the Department of State. Since this is a sole-source award, direct price comparisons with competitively bid contracts are not feasible. However, internal government rate ceilings or historical data for comparable roles could be used to assess if the rates are within an acceptable range. The total award amount of $2.9 million over approximately five years suggests an average annual spend of around $580,000, which needs to be broken down by service type to enable meaningful comparison.

What are the specific risks associated with a sole-source award for administrative management consulting?

The primary risk of a sole-source award is the potential for inflated pricing due to the absence of competitive pressure. This can lead to reduced value for taxpayer money. Another risk is a lack of innovation, as the government does not benefit from the diverse approaches that multiple bidders might offer. Furthermore, sole-source awards can sometimes indicate a lack of strategic sourcing or planning, potentially leading to over-reliance on a single vendor. Ensuring robust oversight and clear performance metrics becomes even more critical in sole-source situations to mitigate these risks.

How effective are administrative management consulting services in improving the Department of State's operational efficiency?

The effectiveness of administrative management consulting services is highly dependent on the specific objectives of the engagement, the quality of the consultant's work, and the Department of State's commitment to implementing the recommendations. When well-defined, these services can identify inefficiencies, streamline processes, and introduce best practices, leading to significant improvements in operational effectiveness and cost savings. However, without clear performance metrics and a mechanism to track the impact of the consulting advice, it is difficult to quantify the return on investment. The success hinges on a strong partnership between the agency and the contractor, coupled with internal buy-in for change.

What has been the historical spending pattern for administrative management consulting services at the Department of State?

Analyzing historical spending patterns for administrative management consulting at the Department of State would involve reviewing procurement data over several fiscal years. This would reveal trends in the total amount spent, the types of services most frequently procured, the primary contracting vehicles used (e.g., IDIQs, task orders), and the key contractors receiving awards. Understanding these patterns can help identify areas of consistent need, potential overspending, or opportunities for consolidating requirements and leveraging competitive strategies more effectively in the future.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Address: 2000 N CLASSEN BLVD STE 1700, OKLAHOMA CITY, OK, 73106

Business Categories: 8(a) Program Participant, Category Business, Government, Native American Tribal Government, 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: $3,610,777

Exercised Options: $3,468,919

Current Obligation: $2,898,331

Actual Outlays: $1,152,289

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 19AQMM21D0050

IDV Type: IDC

Timeline

Start Date: 2021-05-05

Current End Date: 2026-11-05

Potential End Date: 2026-11-05 00:00:00

Last Modified: 2026-02-19

More Contracts from Creative IT Solutions, LLC

View all Creative IT Solutions, LLC federal contracts →

Other Department of State Contracts

View all Department of State contracts →

Explore Related Government Spending