State Department awards $5.9M task order for administrative management consulting to Tatitlek Federal Services LLC
Contract Overview
Contract Amount: $5,893,125 ($5.9M)
Contractor: Tatitlek Federal Services LLC
Awarding Agency: Department of State
Start Date: 2023-02-01
End Date: 2027-01-31
Contract Duration: 1,460 days
Daily Burn Rate: $4.0K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS REQUEST IS TO SET UP THE TIA TASK ORDER # 19AQMM23F0312 AGAINST IDIQ 19AQMM22D0086.
Place of Performance
Location: ANCHORAGE, ANCHORAGE County, ALASKA, 99503
State: Alaska Government Spending
Plain-Language Summary
Department of State obligated $5.9 million to TATITLEK FEDERAL SERVICES LLC for work described as: THIS REQUEST IS TO SET UP THE TIA TASK ORDER # 19AQMM23F0312 AGAINST IDIQ 19AQMM22D0086. Key points: 1. Contract awarded on a firm-fixed-price basis, indicating clear cost expectations. 2. Task order issued against an existing IDIQ contract, suggesting a pre-established relationship or framework. 3. The contract duration of 1460 days (4 years) provides long-term support for administrative management. 4. Awarded to a single vendor, raising questions about the extent of competition. 5. The North American Industry Classification System (NAICS) code 541611 points to general management consulting services. 6. The contract is not set aside for small businesses, with no indication of subcontracting plans.
Value Assessment
Rating: fair
The total award amount is $5.9 million over four years. Benchmarking this against similar administrative management consulting contracts is challenging without more specific service details. The firm-fixed-price structure provides cost certainty for the government. However, the lack of competition makes it difficult to assess if the pricing represents the best value achievable in a competitive market.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This task order was not competed, indicating it was awarded directly to Tatitlek Federal Services LLC. The absence of a competitive process means that other qualified vendors did not have an opportunity to bid on this work. This approach is typically used when a specific vendor's capabilities are uniquely suited to the requirement, or for follow-on work under an existing contract where competition was previously established.
Taxpayer Impact: The lack of competition means taxpayers may not be benefiting from the potentially lower prices that could have resulted from a bidding process. Without competing the task order, the government may have missed opportunities to secure more cost-effective solutions.
Public Impact
The Department of State is the primary beneficiary, receiving administrative management and general management consulting services. These services are expected to support the agency's operational efficiency and management functions. The contract is geographically focused on Alaska (ST: AK, SN: ALASKA), suggesting services are delivered or managed from this region. The contract may impact the workforce through the engagement of specialized consulting expertise.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition for this task order limits price discovery and potential cost savings for taxpayers.
- The sole-source nature raises questions about whether alternative vendors could offer comparable services at a better value.
- Limited transparency into the justification for not competing this specific task order.
Positive Signals
- The firm-fixed-price contract type provides budget certainty for the Department of State.
- Awarding against an existing IDIQ suggests a streamlined procurement process and potentially pre-vetted vendor capabilities.
- The long contract duration allows for sustained support and relationship building with the contractor.
Sector Analysis
Administrative Management and General Management Consulting Services (NAICS 541611) is a broad sector encompassing a wide range of advisory services aimed at improving organizational efficiency and effectiveness. This contract falls within the professional services segment of the federal market. Spending in this category is often driven by agency needs for strategic planning, process improvement, and operational support. Comparable spending benchmarks would depend heavily on the specific nature and scope of the consulting services provided.
Small Business Impact
This contract was not set aside for small businesses, and there is no indication of any subcontracting requirements. Therefore, this award does not directly benefit the small business ecosystem through set-asides or mandated subcontracting. The primary contractor, Tatitlek Federal Services LLC, is likely a larger entity, and the absence of small business participation plans means opportunities for small business subcontractors are not being leveraged in this instance.
Oversight & Accountability
Oversight for this task order would typically fall under the contracting officer and program managers within the Department of State. As a task order under an IDIQ, the underlying contract likely has established oversight mechanisms. Transparency is moderate, as the award is publicly reported, but the justification for the sole-source award and detailed performance metrics may not be readily accessible. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Administrative Management Support Services
- Management and Financial Consulting, Acquisition and Grants Management Support, and Business and Special Management Services
Risk Flags
- Sole-source award may limit cost-effectiveness.
- Lack of transparency regarding competition justification.
- Potential for reduced innovation due to single-vendor engagement.
Tags
department-of-state, administrative-management-consulting, general-management-consulting, firm-fixed-price, task-order, not-competed, sole-source, alaska, professional-services, management-consulting
Frequently Asked Questions
What is this federal contract paying for?
Department of State awarded $5.9 million to TATITLEK FEDERAL SERVICES LLC. THIS REQUEST IS TO SET UP THE TIA TASK ORDER # 19AQMM23F0312 AGAINST IDIQ 19AQMM22D0086.
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 $5.9 million.
What is the period of performance?
Start: 2023-02-01. End: 2027-01-31.
What is the specific nature of the administrative management and general management consulting services being provided under this task order?
The provided data indicates the task order falls under NAICS code 541611, which covers Administrative Management and General Management Consulting Services. However, the specific nature of the services is not detailed. These services can range widely, including strategic planning, organizational design, process improvement, human capital management, financial management consulting, and operational efficiency enhancements. Without further documentation, such as the Statement of Work (SOW) or Performance Work Statement (PWS), it is impossible to ascertain the precise activities Tatitlek Federal Services LLC is undertaking for the Department of State. The contract's geographic focus on Alaska might suggest services related to regional operations or specific state-based initiatives.
What was the justification for awarding this task order on a sole-source basis?
The data explicitly states the contract was 'NOT COMPETED,' indicating a sole-source award. Federal procurement regulations allow for sole-source awards under specific circumstances, such as when only one responsible source can provide the required supplies or services, or when urgency, national security, or specific follow-on requirements necessitate it. For this task order, the justification would typically be documented in a Justification for Other Than Full and Open Competition (JOFOC). Common reasons include unique capabilities of the contractor, proprietary data, or if the task order is a logical follow-on to a previous contract awarded competitively where the original contractor is best positioned to continue the work. Without access to the JOFOC, the precise rationale remains unknown.
How does the $5.9 million award compare to historical spending on similar administrative consulting services by the Department of State?
Comparing the $5.9 million award to historical spending requires access to historical contract data for the Department of State specifically for administrative management and general management consulting services (NAICS 541611). Without this data, a direct comparison is not feasible. However, the award amount represents a significant investment over a four-year period. Factors influencing historical spending include agency priorities, budget allocations, and the number and scope of consulting engagements. A comprehensive analysis would involve examining trends in federal spending on management consulting, identifying peak periods, and understanding the drivers behind fluctuations in demand for such services within the State Department.
What are the potential risks associated with awarding a four-year, $5.9 million contract without competition?
The primary risk associated with awarding a contract of this magnitude and duration without competition is the potential for suboptimal value. Without competitive pressure, there is less incentive for the contractor to offer the lowest possible price or the most innovative solutions. This can lead to higher costs for taxpayers. Additionally, a lack of competition can stifle innovation and prevent the government from benefiting from the expertise of other qualified vendors who might offer superior or more cost-effective services. There's also a risk of vendor lock-in, where the agency becomes overly reliant on a single provider, making it difficult to switch even if performance or pricing becomes unsatisfactory.
What performance metrics or oversight mechanisms are in place to ensure Tatitlek Federal Services LLC delivers value for this contract?
While the specific performance metrics are not detailed in the provided data, standard government contracting practice dictates that performance expectations are outlined in the contract's Statement of Work (SOW) or Performance Work Statement (PWS). Oversight would typically be managed by a Contracting Officer's Representative (COR) responsible for monitoring contractor performance against these requirements. The firm-fixed-price nature of the contract implies that the contractor is responsible for delivering the agreed-upon services within the set price. Performance reviews, regular progress meetings, and acceptance of deliverables are common oversight mechanisms. The Department of State's internal procurement policies and the Federal Acquisition Regulation (FAR) would govern the overall oversight framework.
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
Pricing Type: FIRM FIXED PRICE (J)
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: $11,268,377
Exercised Options: $6,600,543
Current Obligation: $5,893,125
Actual Outlays: $678,238
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 19AQMM22D0086
IDV Type: IDC
Timeline
Start Date: 2023-02-01
Current End Date: 2027-01-31
Potential End Date: 2028-01-31 00:00:00
Last Modified: 2026-03-31
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.)