State Department awards $2.28M task order for HR support services to Creative IT Solutions, LLC
Contract Overview
Contract Amount: $2,278,142 ($2.3M)
Contractor: Creative IT Solutions, LLC
Awarding Agency: Department of State
Start Date: 2023-04-07
End Date: 2026-10-06
Contract Duration: 1,278 days
Daily Burn Rate: $1.8K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: LABOR HOURS
Sector: Other
Official Description: CREATIVE IT SOLUTIONS PROFESSIONAL SUPPORT SERVICES TASK ORDER - HR POSITIONS ECA/EX/HR.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20520
Plain-Language Summary
Department of State obligated $2.3 million to CREATIVE IT SOLUTIONS, LLC for work described as: CREATIVE IT SOLUTIONS PROFESSIONAL SUPPORT SERVICES TASK ORDER - HR POSITIONS ECA/EX/HR. Key points: 1. Value for money appears fair given the specialized nature of HR support services. 2. Competition was limited, raising potential concerns about price discovery. 3. Performance risk is moderate, with a defined period of performance and specific deliverables. 4. This contract supports essential administrative functions within the Department of State. 5. The sector is professional services, specifically management consulting. 6. The contract is a delivery order under an existing contract vehicle.
Value Assessment
Rating: fair
The total value of $2.28 million over approximately 3.5 years suggests a moderate annual spend. Benchmarking against similar HR support services contracts is challenging without more detailed scope information. However, the pricing structure, likely based on labor hours, needs careful monitoring to ensure it remains competitive and reflects efficient service delivery. The absence of a clear comparison makes a definitive value assessment difficult, but the price point is not inherently excessive for specialized government support.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This task order was issued as 'NOT AVAILABLE FOR COMPETITION,' indicating a sole-source award. This means that only one contractor, Creative IT Solutions, LLC, was solicited for this requirement. The lack of competition limits the government's ability to explore alternative solutions or secure the most favorable pricing through a competitive bidding process. It suggests that either the requirement was highly specialized, time-sensitive, or that the existing contract vehicle only allowed for this specific award.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as the benefit of competitive pressure on pricing is lost. It also reduces transparency in the procurement process.
Public Impact
The Department of State benefits from specialized HR support services, ensuring efficient human capital management. Services delivered include administrative management and general management consulting related to HR functions. The geographic impact is primarily within the District of Columbia, where the Department of State is headquartered. Workforce implications include the potential for both government personnel and contractor staff to be involved in HR operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may result in suboptimal pricing.
- Lack of transparency in the sole-source award process.
- Potential for scope creep if not managed tightly.
Positive Signals
- Contractor has an existing relationship with the agency, potentially leading to smoother execution.
- Defined period of performance and delivery order structure provide some control.
- Focus on essential HR functions supports core government operations.
Sector Analysis
This contract falls within the professional services sector, specifically administrative management and general management consulting. This sector is crucial for government operations, providing expertise in areas like human resources, organizational efficiency, and strategic planning. The market for these services is competitive, but specific niche requirements can sometimes lead to limited competition for individual contracts. The annual spend for such services across the federal government is substantial, with agencies relying on both internal staff and external contractors to manage complex HR functions.
Small Business Impact
This contract was not awarded as a small business set-aside, and the prime contractor, Creative IT Solutions, LLC, is not explicitly identified as a small business in the provided data. Therefore, there are no direct subcontracting implications for small businesses stemming from this specific award. The absence of a small business set-aside means opportunities for small business participation are not guaranteed through this particular contract vehicle.
Oversight & Accountability
Oversight for this task order would typically fall under the contracting officer and program managers within the Department of State. Accountability measures are established through the terms and conditions of the delivery order, including performance standards and reporting requirements. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any allegations of fraud, waste, or abuse arise related to the contract's execution.
Related Government Programs
- Department of State HR Services Contracts
- Administrative Management Consulting Services
- Professional Support Services Task Orders
- Federal HR Management Support
Risk Flags
- Sole-source award limits competition and potentially increases cost.
- Lack of detailed performance metrics in provided data.
- Contractor's specific experience with this type of HR support needs verification.
Tags
professional-services, administrative-management, hr-support, department-of-state, delivery-order, sole-source, labor-hours, district-of-columbia, management-consulting, creative-it-solutions-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of State awarded $2.3 million to CREATIVE IT SOLUTIONS, LLC. CREATIVE IT SOLUTIONS PROFESSIONAL SUPPORT SERVICES TASK ORDER - HR POSITIONS ECA/EX/HR.
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 $2.3 million.
What is the period of performance?
Start: 2023-04-07. End: 2026-10-06.
What is the track record of Creative IT Solutions, LLC with the Department of State and other federal agencies?
A comprehensive review of Creative IT Solutions, LLC's track record would involve examining their past performance on federal contracts, particularly with the Department of State. This includes assessing their history of on-time delivery, quality of work, adherence to budget, and any past performance issues or disputes. Data from contract databases like FPDS-NG would be crucial for identifying previous awards, their values, and performance ratings. Understanding their experience with similar HR support services would provide insight into their capability to successfully execute this task order. Without specific historical data on this contractor's performance, it is difficult to definitively assess their reliability for this particular requirement.
How does the awarded price compare to market rates for similar HR support services?
Determining if the awarded price of $2.28 million for HR support services is competitive requires benchmarking against similar contracts. This involves identifying contracts with comparable scopes of work, labor categories, and geographic locations. Factors such as the level of expertise required, the duration of the contract, and the specific services rendered (e.g., recruitment, policy development, employee relations) all influence pricing. Given this is a sole-source award, direct price comparisons are limited. However, analyzing publicly available contract data for similar HR consulting services procured by other federal agencies or even state/local governments can provide a general sense of market rates. If Creative IT Solutions, LLC's proposed labor rates or overall contract value significantly exceed established benchmarks for equivalent services, it could indicate a potential overpricing issue.
What are the key performance indicators (KPIs) for this task order, and how will performance be measured?
The key performance indicators (KPIs) for this task order are critical for ensuring that Creative IT Solutions, LLC delivers the required HR support services effectively and efficiently. While not detailed in the provided data, typical KPIs for such contracts might include metrics related to response times for HR inquiries, accuracy in processing HR-related documentation, successful implementation of HR policies, employee satisfaction with HR services, and adherence to project timelines. The Department of State's contracting officer and program managers will be responsible for establishing these KPIs and monitoring the contractor's performance against them throughout the contract period. Regular performance reviews and reporting will be essential to track progress and identify any areas needing improvement.
What is the risk assessment associated with this contract, and what mitigation strategies are in place?
The primary risks associated with this contract include potential performance issues, cost overruns, and the limitations inherent in a sole-source award. Performance risks might arise if the contractor fails to deliver the specialized HR expertise required, leading to disruptions in departmental operations. Cost risks could materialize if labor hours are not managed efficiently or if the scope of work expands unexpectedly. The sole-source nature of the award itself presents a risk by limiting competitive pressure on pricing and potentially reducing the government's leverage. Mitigation strategies would involve robust contract oversight by the Department of State, clear definition and monitoring of performance standards, regular progress reviews, and strict change control processes to manage any scope adjustments. The contractor's own internal quality control processes also play a role in risk mitigation.
How does this spending align with historical federal spending on HR support services?
This $2.28 million task order represents a specific instance of federal spending on HR support services. To understand its alignment with historical spending, one would need to analyze broader trends in federal procurement of HR consulting and administrative support. This involves looking at aggregate spending data for the 'Administrative Management and General Management Consulting Services' (NAICS code 541611) category across the Department of State and the entire federal government over several fiscal years. Comparing the annual spend of this task order ($2.28M / ~3.5 years ≈ $650K/year) to the overall budget allocated for HR functions and external support services within the Department of State, and to similar contracts awarded to other agencies, would provide context. Significant deviations from historical patterns or benchmarks might warrant further investigation.
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) › ADMINISTRATIVE SUPPORT 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: $3,028,451
Exercised Options: $3,028,451
Current Obligation: $2,278,142
Actual Outlays: $78,530
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: 2023-04-07
Current End Date: 2026-10-06
Potential End Date: 2026-10-06 00:00:00
Last Modified: 2026-03-02
More Contracts from Creative IT Solutions, LLC
- Dcaa IT O&M Support Services — $92.7M (Department of Defense)
- 700 AIR Support Squadron (asus) AIR Operation Center (AOC) Support and Sustainment Services — $36.6M (Department of Defense)
- Core Automated Maintenance System for Mobility and Video and Voice Support — $33.3M (Department of Defense)
- Pm/Ddtc Professional Support Services — $32.6M (Department of State)
- Imac Support — $31.1M (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.)