GSA awards $28.8M task order for financial management support to Sehlke Consulting LLC
Contract Overview
Contract Amount: $28,762,789 ($28.8M)
Contractor: Sehlke Consulting LLC
Awarding Agency: General Services Administration
Start Date: 2020-06-12
End Date: 2025-06-11
Contract Duration: 1,825 days
Daily Burn Rate: $15.8K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: FINANCIAL MANAGEMENT SUPPORT TASK ORDER 003
Place of Performance
Location: KANSAS CITY, JACKSON County, MISSOURI, 64131
State: Missouri Government Spending
Plain-Language Summary
General Services Administration obligated $28.8 million to SEHLKE CONSULTING LLC for work described as: FINANCIAL MANAGEMENT SUPPORT TASK ORDER 003 Key points: 1. Contract awarded on a firm-fixed-price basis, indicating clear cost expectations. 2. Task order duration of 1825 days suggests a long-term need for these services. 3. Special item number (SIN) 541511 points to custom computer programming services. 4. The contract is a delivery order under a larger contract vehicle. 5. No small business set-aside was utilized for this specific award. 6. The contract was not competed, raising questions about price discovery.
Value Assessment
Rating: questionable
Benchmarking the value of this $28.8 million task order is challenging without comparable contract data for financial management support services under the specific contract vehicle. The firm-fixed-price structure provides cost certainty, but the lack of competition makes it difficult to assess if the pricing represents optimal value for money. Further analysis would require understanding the specific deliverables and comparing them to industry standards for custom computer programming and financial management support.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a delivery order under a contract vehicle that was not competed. The data indicates the award was 'NOT AVAILABLE FOR COMPETITION,' suggesting a sole-source or limited competition scenario. Without a competitive bidding process, it is difficult to ascertain the extent of price discovery and whether multiple vendors were considered. This approach can sometimes be justified for specialized services or existing relationships, but it limits the potential for cost savings through market competition.
Taxpayer Impact: The lack of competition means taxpayers may not be benefiting from the most competitive pricing available in the market. Without a bidding process, there's a risk that the awarded price is higher than it would have been in a fully open competition.
Public Impact
Federal agencies requiring financial management and custom computer programming support benefit from this contract. The services delivered likely enhance the efficiency and effectiveness of financial operations within the General Services Administration (GSA). The contract's impact is primarily felt within the federal government's administrative and IT infrastructure. Workforce implications may include the need for specialized IT and financial management professionals employed by Sehlke Consulting LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition limits opportunities for cost savings and may lead to higher prices.
- Absence of a competitive process makes it difficult to benchmark the value for money.
- The specific nature of 'custom computer programming services' requires careful scope management to prevent cost overruns.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Long duration suggests a stable, ongoing need for the services.
- Award to a single vendor can streamline management and communication.
Sector Analysis
This contract falls within the Information Technology (IT) sector, specifically under custom computer programming services (NAICS 541511). The IT services market is vast and highly competitive, with numerous firms offering specialized solutions. Federal spending in this area is substantial, supporting a wide range of government functions. Benchmarking this contract's value is difficult without knowing the specific scope of work, but it represents a significant investment in IT support for financial management.
Small Business Impact
This contract was not awarded as a small business set-aside, and there is no indication of subcontracting requirements for small businesses. The award to Sehlke Consulting LLC, a single entity, does not directly contribute to the small business ecosystem through set-asides or mandated subcontracting. The impact on small businesses is neutral in this instance, as no specific provisions were made to include them.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the relevant program officials within the General Services Administration (GSA). Transparency is limited due to the sole-source nature of the award. Accountability measures would be tied to the performance metrics outlined in the task order and the firm-fixed-price agreement. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Financial Management Systems
- Custom Software Development
- IT Professional Services
- GSA Federal Acquisition Service Contracts
Risk Flags
- Non-competitive award
- Lack of detailed scope of work
- Potential for unbenchmarked pricing
Tags
it-services, financial-management, custom-programming, general-services-administration, gsa, sehlke-consulting-llc, firm-fixed-price, delivery-order, not-available-for-competition, missouri, federal-acquisition-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $28.8 million to SEHLKE CONSULTING LLC. FINANCIAL MANAGEMENT SUPPORT TASK ORDER 003
Who is the contractor on this award?
The obligated recipient is SEHLKE CONSULTING LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $28.8 million.
What is the period of performance?
Start: 2020-06-12. End: 2025-06-11.
What is the specific scope of 'financial management support' and 'custom computer programming services' covered by this task order?
The provided data does not detail the specific scope of work for this task order. 'Financial management support' can encompass a wide range of activities, including accounting, budgeting, financial reporting, and analysis. 'Custom computer programming services' (NAICS 541511) implies the development of new software, modification of existing software, or integration of different software systems tailored to the government's unique requirements. Without the Statement of Work (SOW), it is impossible to determine the precise nature of the services, the technologies involved, or the expected outcomes. This lack of detail hinders a thorough assessment of value and performance.
How does the $28.8 million cost compare to similar financial management IT support contracts within the federal government?
Directly comparing this $28.8 million task order to similar contracts is challenging without more specific information on the scope of services, deliverables, and the contract vehicle used. Federal IT support contracts vary widely in cost based on complexity, duration, and the specific agencies they serve. However, for a multi-year task order (5 years) involving custom programming and financial management support, this amount is within a plausible range for significant federal IT investments. To provide a more accurate benchmark, one would need to analyze contracts with similar NAICS codes, contract types (firm-fixed-price), and service requirements across different agencies, adjusting for inflation and market variations.
What are the key performance indicators (KPIs) or metrics used to evaluate Sehlke Consulting LLC's performance on this contract?
The provided data does not specify the key performance indicators (KPIs) or metrics for evaluating Sehlke Consulting LLC's performance. Typically, for IT services and financial management support contracts, KPIs might include adherence to project timelines, software functionality and reliability, user satisfaction, data accuracy, security compliance, and the successful implementation of financial management processes or systems. The firm-fixed-price nature of the contract implies that performance is tied to meeting the defined scope and deliverables within the agreed-upon cost. The contracting officer's representative (COR) would be responsible for monitoring performance against the contract's requirements.
What is the track record of Sehlke Consulting LLC in delivering similar financial management and custom programming services to the federal government?
Information regarding Sehlke Consulting LLC's specific track record for delivering financial management and custom programming services is not detailed in the provided data. A comprehensive assessment would require reviewing their past performance on federal contracts, including client feedback, past performance evaluations (e.g., CPARS reports), and any history of contract disputes or awards. Companies in this space often specialize in areas like enterprise resource planning (ERP) implementation, financial systems modernization, or cybersecurity for financial data. Understanding their history with similar projects would provide insight into their capabilities and reliability.
Given the sole-source award, what steps has the GSA taken to ensure fair and reasonable pricing?
When a contract is awarded on a sole-source or non-competitive basis, federal acquisition regulations require the agency to obtain justification and approval for the non-competitive procurement. To ensure fair and reasonable pricing, the GSA would typically conduct a price analysis. This could involve reviewing historical pricing data for similar services, analyzing cost elements submitted by the contractor (e.g., labor rates, overhead), or comparing the proposed price to independent government cost estimates or commercial market research. The contracting officer is responsible for making a determination that the price is fair and reasonable based on the available information, even without direct competition.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 8618 WESTWOOD CENTER DR STE 240, VIENNA, VA, 22182
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $28,802,665
Exercised Options: $28,802,665
Current Obligation: $28,762,789
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QFLA20D0004
IDV Type: IDC
Timeline
Start Date: 2020-06-12
Current End Date: 2025-06-11
Potential End Date: 2025-06-11 00:00:00
Last Modified: 2025-10-16
More Contracts from Sehlke Consulting LLC
- Navy Operations and Systems Integration — $24.9M (Department of Defense)
- Labor — $15.0M (Department of Defense)
- Labor — $10.2M (Department of Defense)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)