State Department awards $6.86M task order for security analysts to Tatitlek Federal Services
Contract Overview
Contract Amount: $6,863,236 ($6.9M)
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: $4.7K/day
Competition Type: NOT COMPETED
Pricing Type: LABOR HOURS
Sector: Other
Official Description: SI IDIQ TASK ORDER FOR SECURITY ANALYST POSITIONS
Place of Performance
Location: ANCHORAGE, ANCHORAGE County, ALASKA, 99503
State: Alaska Government Spending
Plain-Language Summary
Department of State obligated $6.9 million to TATITLEK FEDERAL SERVICES LLC for work described as: SI IDIQ TASK ORDER FOR SECURITY ANALYST POSITIONS Key points: 1. Contract awarded on a sole-source basis, limiting price competition. 2. Task order duration of 4 years suggests a long-term need for these services. 3. Focus on administrative management and general management consulting services. 4. No small business set-aside, potentially impacting small business participation. 5. Geographic location in Alaska may indicate specific security needs for the region.
Value Assessment
Rating: fair
The total award amount of $6.86 million for security analyst positions over four years appears reasonable for specialized consulting services. However, without a competitive bidding process, it is difficult to benchmark the pricing against market rates or similar contracts. The contract type is labor hours, which can be prone to cost overruns if not managed carefully. Further analysis of the labor rates and the specific tasks performed would be needed 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 it was not competed among multiple vendors. This approach bypasses the typical competitive process, which can lead to higher prices and reduced innovation. The lack of competition means there were no other bidders to compare against, and the government did not benefit from a range of proposals and pricing strategies.
Taxpayer Impact: Taxpayers may have paid a premium due to the absence of a competitive bidding process. The government did not leverage market forces to secure the best possible price and value for these essential security analyst services.
Public Impact
The Department of State benefits from dedicated security analyst support. Services delivered are administrative management and general management consulting. The contract has a geographic impact in Alaska. The contract supports specialized roles within the federal workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially increases cost to taxpayers.
- Labor-hour contract type carries inherent risk of cost escalation if not closely monitored.
- Lack of small business set-aside may limit opportunities for smaller firms in this sector.
Positive Signals
- Award to a single contractor suggests a specific capability or relationship deemed necessary by the agency.
- Long-term duration indicates a sustained need for the services provided.
- Focus on security analysts addresses critical agency functions.
Sector Analysis
This contract falls under the Administrative Management and General Management Consulting Services (NAICS 541611) sector. This broad category includes services related to general management, personnel, and administrative support. The market for these services is competitive, with many firms offering specialized consulting. However, specific task orders, especially those requiring unique security expertise or geographic focus, can sometimes be awarded through limited or sole-source means. Benchmarking spending in this sector is challenging due to the wide variety of services offered.
Small Business Impact
This contract was not set aside for small businesses, and the data does not indicate any subcontracting requirements. This means that opportunities for small businesses to participate in this specific contract are limited unless they are prime contractors capable of fulfilling the entire scope of work. The absence of a small business set-aside may not significantly impact the broader small business ecosystem, but it does represent a missed opportunity for targeted small business engagement on this particular award.
Oversight & Accountability
Oversight for this task order would primarily reside with the Department of State's contracting officers and program managers responsible for the security analyst services. Accountability measures would be defined in the task order's statement of work and performance standards. Transparency is limited due to the sole-source nature of the award; however, contract award data is publicly available through federal procurement databases. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Department of State Security Services Contracts
- Federal Management Consulting Services
- Alaska Federal Contracts
Risk Flags
- Sole-source award
- Lack of competition
- Labor-hour contract type
Tags
department-of-state, security-analyst, administrative-management-consulting, general-management-consulting, alaska, sole-source, delivery-order, labor-hours, federal-contract, consulting-services, national-security
Frequently Asked Questions
What is this federal contract paying for?
Department of State awarded $6.9 million to TATITLEK FEDERAL SERVICES LLC. SI IDIQ TASK ORDER FOR SECURITY ANALYST 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 $6.9 million.
What is the period of performance?
Start: 2022-09-30. End: 2026-09-29.
What specific security threats or needs in Alaska prompted a sole-source award for security analysts to Tatitlek Federal Services?
The provided data does not specify the exact security threats or needs in Alaska that led to this sole-source award. However, sole-source awards are typically justified when a specific contractor possesses unique capabilities, there is an urgent need that cannot be met through competition, or only one responsible source is capable of providing the required service. Given the geographic location in Alaska, potential justifications could include specialized knowledge of regional security challenges, existing infrastructure, or established relationships with local entities crucial for effective security analysis in that specific area. The Department of State would have documented these justifications in their sole-source justification and approval (J&A) document, which is not included in the provided data.
How does the labor-hour contract type potentially impact the final cost compared to a fixed-price contract for these security analyst services?
A labor-hour contract type, like the one used here, bases payment on the actual hours worked by the contractor's personnel at predetermined hourly rates. This offers flexibility, especially when the scope of work is not precisely defined or is expected to evolve. However, it shifts the cost risk to the government. If the contractor's personnel take longer than anticipated to complete tasks, or if more personnel are required, the total cost can increase significantly beyond initial estimates. In contrast, a fixed-price contract establishes a ceiling price before work begins, incentivizing the contractor to control costs and work efficiently to maximize profit. For security analyst services where the exact effort might be uncertain, a labor-hour contract can be appropriate, but it necessitates rigorous oversight and management by the government to prevent cost overruns and ensure value for money.
What is Tatitlek Federal Services LLC's track record with the Department of State or similar federal agencies for providing security analyst services?
The provided data identifies Tatitlek Federal Services LLC as the contractor but does not offer details on their specific track record or past performance with the Department of State or other federal agencies. To assess their track record, one would need to consult federal procurement databases like SAM.gov (System for Award Management) for past contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any publicly available information regarding their experience in providing security analyst or related consulting services. Without this additional information, it's difficult to gauge their reliability, expertise, and history of successful contract execution for similar requirements.
Can the $6.86 million award be considered a benchmark for similar security analyst support contracts within the federal government?
The $6.86 million award for security analyst positions over four years serves as a data point but may not be a strong benchmark for several reasons. Firstly, it was awarded on a sole-source basis, meaning competitive market forces were not applied to determine the price, potentially inflating the cost. Secondly, the specific nature of 'security analyst positions' can vary widely in scope, required expertise, and location, impacting cost. The geographic focus on Alaska might also introduce unique cost factors. Finally, the contract type (labor hours) introduces variability. A true benchmark would ideally compare this contract to other competitively awarded, similar-scope contracts for security analysts, considering factors like hourly rates, total duration, and specific deliverables.
What are the potential risks associated with a sole-source award for critical security analyst functions?
Sole-source awards for critical functions like security analysis carry several risks. The primary risk is financial: without competition, the government may pay a higher price than necessary, leading to inefficient use of taxpayer funds. There's also a risk of reduced quality or innovation, as the contractor may face less pressure to exceed expectations. Furthermore, sole-sourcing can create vendor lock-in, making it difficult to switch providers even if performance issues arise or better options become available. It can also limit opportunities for other capable businesses, particularly small businesses, to enter the market or gain experience with the agency. Finally, it can raise perceptions of favoritism or lack of transparency, even if the award is fully justified.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative 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: $21,329,497
Exercised Options: $9,977,589
Current Obligation: $6,863,236
Actual Outlays: $1,985,696
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
- 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)
- 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 — $21.3M (Department of State)
- Year ONE General Services to for Rdss II — $18.7M (Department of Defense)
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.)