State Department awards $5M task order for security processor positions to Tatitlek Federal Services

Contract Overview

Contract Amount: $5,024,368 ($5.0M)

Contractor: Tatitlek Federal Services LLC

Awarding Agency: Department of State

Start Date: 2022-09-30

End Date: 2026-09-29

Contract Duration: 1,460 days

Daily Burn Rate: $3.4K/day

Competition Type: NOT COMPETED

Pricing Type: LABOR HOURS

Sector: Other

Official Description: SI IDIQ TASK ORDER FOR SECURITY PROCESSOR POSITIONS

Place of Performance

Location: ANCHORAGE, ANCHORAGE County, ALASKA, 99503

State: Alaska Government Spending

Plain-Language Summary

Department of State obligated $5.0 million to TATITLEK FEDERAL SERVICES LLC for work described as: SI IDIQ TASK ORDER FOR SECURITY PROCESSOR POSITIONS Key points: 1. Contract awarded on a sole-source basis, limiting price competition. 2. The contract duration of 4 years suggests a need for sustained support. 3. Focus on administrative management and general management consulting services. 4. The contract is a delivery order under an existing IDIQ, indicating prior vetting. 5. Geographic focus on Alaska may indicate specialized regional requirements. 6. No small business set-aside was applied to this award.

Value Assessment

Rating: fair

The total award amount of $5,024,368.18 for security processor positions over four years appears reasonable for specialized consulting services. However, without a competitive bidding process, it is difficult to benchmark the value against market rates or alternative providers. The labor hours pricing model (PT: LABOR HOURS) allows for flexibility but can also lead to cost overruns if not managed closely. Further analysis of the specific tasks and deliverables would be needed for a more precise value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning Tatitlek Federal Services was the only vendor considered. This approach bypasses the typical competitive process where multiple vendors bid, potentially leading to lower prices and a wider range of solutions. The justification for a sole-source award would need to be examined to understand why full and open competition was not pursued.

Taxpayer Impact: Sole-source awards can result in higher costs for taxpayers as the government does not benefit from the price discovery mechanisms inherent in a competitive environment.

Public Impact

The primary beneficiaries are the Department of State personnel requiring security processor support. The services delivered are likely related to administrative and management functions critical for security operations. The geographic impact is concentrated in Alaska (ST: AK, SN: ALASKA). The contract supports federal workforce needs within the Department of State.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically administrative management and general management consulting. This sector is characterized by a wide range of service providers, from large corporations to small specialized firms. The market size for such services is substantial, driven by government and private sector needs for expertise in management, operations, and specialized support functions. Benchmarking against similar administrative support contracts within the federal government would provide further context on pricing and scope.

Small Business Impact

This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses indicated in the provided data. This means that opportunities for small business participation in this specific award are likely limited unless Tatitlek Federal Services voluntarily includes them in their subcontracting plan. The absence of a small business set-aside suggests the primary focus was on securing the required services without specific socio-economic goals.

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 an IDIQ, the underlying contract likely has established oversight mechanisms. Transparency regarding the justification for the sole-source award and the performance metrics would be key to assessing accountability. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

administrative-management, general-management-consulting, department-of-state, sole-source, delivery-order, labor-hours, alaska, federal-contract, security-services, management-consulting

Frequently Asked Questions

What is this federal contract paying for?

Department of State awarded $5.0 million to TATITLEK FEDERAL SERVICES LLC. SI IDIQ TASK ORDER FOR SECURITY PROCESSOR POSITIONS

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 $5.0 million.

What is the period of performance?

Start: 2022-09-30. End: 2026-09-29.

What specific security processor functions are being contracted?

The provided data indicates the contract is for 'SI IDIQ TASK ORDER FOR SECURITY PROCESSOR POSITIONS' and falls under NAICS code 541611 (Administrative Management and General Management Consulting Services). While the exact nature of 'security processor positions' is not detailed, it likely refers to personnel involved in managing, operating, or overseeing security systems, data, or processes. This could encompass roles such as security analysts, system administrators for security software, or personnel responsible for processing security clearances or incident reports. The 'SI' prefix might denote a specific system or program within the Department of State. Further details on the Statement of Work (SOW) would clarify the precise responsibilities and technical requirements.

What is the historical spending pattern for similar security processor positions at the Department of State?

Analyzing historical spending for similar security processor positions at the Department of State is crucial for assessing the value of this $5M task order. Without access to historical contract databases or specific program spending reports, a precise comparison is difficult. However, given this is a sole-source award for a 4-year period, understanding if previous contracts for similar roles were competitively bid and at what price points would be informative. If past contracts were significantly lower in cost or awarded through competition, it would raise questions about the current award's value. Conversely, if similar roles have consistently commanded high prices due to specialized skills or limited vendor pools, this award might be more justifiable. A review of prior task orders under the parent IDIQ, if available, could also shed light on spending trends.

What is the justification for awarding this contract on a sole-source basis?

The justification for a sole-source award is critical for understanding why full and open competition was not utilized. Common reasons include the existence of only one responsible source capable of providing the required services, urgent and compelling needs that preclude competition, or specific national security requirements. For this Department of State contract, the justification might stem from the unique expertise required for the 'security processor positions,' potentially tied to specific systems or processes managed by Tatitlek Federal Services LLC. Without the official justification document (e.g., a Justification and Approval - J&A), it is impossible to definitively assess the validity of the sole-source determination and its implications for fair pricing and taxpayer value.

How does Tatitlek Federal Services LLC's track record influence this award?

Tatitlek Federal Services LLC's track record is a significant factor in sole-source awards, as the government relies on past performance to ensure successful contract execution. While specific details of their past performance are not provided, the fact that they were awarded this task order, especially on a sole-source basis, suggests they have demonstrated capability and reliability in previous engagements, likely with the Department of State or other federal agencies. A positive track record in delivering similar services, meeting deadlines, and managing costs can justify a sole-source award by mitigating perceived risks. Conversely, any history of poor performance, cost overruns, or unmet requirements would make a sole-source award more questionable and potentially increase scrutiny from oversight bodies.

What are the potential risks associated with a sole-source contract of this duration?

Sole-source contracts, particularly those with a 4-year duration like this one, carry inherent risks. The primary risk is the lack of price competition, which can lead to the government paying more than necessary compared to a competitively bid contract. Without the pressure of competing bids, the contractor may have less incentive to offer the most cost-effective solutions. Furthermore, a long-term sole-source contract can reduce flexibility; if the government's needs change or better solutions emerge, it may be difficult or costly to modify the contract or switch providers. There's also a risk of complacency from the contractor, potentially impacting service quality or innovation over the contract's lifespan. Robust performance monitoring and clear contract terms are essential to mitigate these risks.

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 COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 19AQMM22R0211

Pricing Type: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Address: 561 E 36TH AVE STE 400, 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: $10,131,064

Exercised Options: $5,242,961

Current Obligation: $5,024,368

Actual Outlays: $1,281,570

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 19AQMM22D0086

IDV Type: IDC

Timeline

Start Date: 2022-09-30

Current End Date: 2026-09-29

Potential End Date: 2027-09-29 00:00:00

Last Modified: 2026-04-02

More Contracts from Tatitlek Federal Services LLC

View all Tatitlek Federal Services LLC federal contracts →

Other Department of State Contracts

View all Department of State contracts →

Explore Related Government Spending