DOT awards $119K task order for administrative management consulting to Jones Lang LaSalle Americas, Inc
Contract Overview
Contract Amount: $119,447 ($119.4K)
Contractor: Jones Lang Lasalle Americas, Inc.
Awarding Agency: Department of Transportation
Start Date: 2019-04-10
End Date: 2020-06-16
Contract Duration: 433 days
Daily Burn Rate: $276/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::CT::IGF NEW TASK ORDER WITH THE SCULLY CAPITAL SERVICES, INC.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590
Plain-Language Summary
Department of Transportation obligated $119,447.07 to JONES LANG LASALLE AMERICAS, INC. for work described as: IGF::CT::IGF NEW TASK ORDER WITH THE SCULLY CAPITAL SERVICES, INC. Key points: 1. The contract was awarded under full and open competition, suggesting a competitive bidding process. 2. The fixed-price contract type indicates a defined scope and cost, reducing financial risk for the government. 3. The duration of the task order is approximately 14 months, aligning with typical project timelines. 4. The service category is Administrative Management and General Management Consulting Services. 5. The contract was awarded by the Federal Transit Administration, a sub-agency of the Department of Transportation. 6. The contract was awarded as a delivery order, implying it's part of a larger contract vehicle.
Value Assessment
Rating: fair
The awarded amount of $119,447.07 for administrative management consulting services appears to be a moderate expenditure for a task order of this nature. Without specific benchmarks for the services rendered, it is difficult to definitively assess value for money. However, the fixed-price contract type suggests that the scope and cost were agreed upon upfront, which can be a positive indicator of controlled spending. Further analysis would require comparing the specific deliverables and pricing against similar contracts for administrative management consulting within the federal government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'full and open competition after exclusion of sources.' While the 'full and open' aspect suggests a broad solicitation, the 'exclusion of sources' clause indicates that certain potential bidders may have been excluded based on specific criteria. The number of bidders is not specified, but the 'full and open' designation generally implies an effort to maximize competition. This approach aims to ensure fair pricing and access to a wide range of capabilities.
Taxpayer Impact: A competitive award process, even with exclusions, is generally beneficial for taxpayers as it promotes price discovery and encourages contractors to offer competitive rates to win the business.
Public Impact
The primary beneficiary of this contract is the Department of Transportation, specifically the Federal Transit Administration, which will receive administrative management and general management consulting services. The services delivered are expected to support the operational and administrative functions of the FTA. The geographic impact is centered in the District of Columbia, where the contract is registered. There are no immediate indications of significant workforce implications directly tied to this specific task order, as it likely supports existing government functions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'exclusion of sources' clause in the competition type warrants further investigation to understand the rationale and potential impact on competition.
- Lack of detailed service descriptions makes it difficult to benchmark the value and effectiveness of the consulting services provided.
Positive Signals
- The contract was awarded using a Firm Fixed Price (FFP) type, which helps control costs and provides predictability.
- The award was made under a full and open competition, indicating an effort to leverage market competition.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically administrative and management consulting. This is a broad category within the federal procurement landscape, encompassing a wide range of services aimed at improving government efficiency and effectiveness. The federal government frequently procures such services to support various agencies and programs. Benchmarking this specific award against broader trends in management consulting spending would require access to more granular data on contract types, durations, and specific service outcomes.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a small business set-aside. The prime contractor, Jones Lang LaSalle Americas, Inc., is a large business, and any subcontracting would be at their discretion.
Oversight & Accountability
Oversight for this contract would typically fall under the Federal Transit Administration's contracting officer and program managers. As a task order under a larger contract vehicle, there may be established oversight mechanisms for the parent contract. Transparency is generally facilitated through federal procurement databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Transit Administration Operations Support
- Department of Transportation Administrative Services
- Management and Consulting Services Contracts
- General Services Administration (GSA) Schedules (if applicable to parent contract)
Risk Flags
- Potential for limited competition due to 'exclusion of sources' clause.
- Lack of detailed service description hinders value assessment.
- Contract performance risk if deliverables are not met.
Tags
department-of-transportation, federal-transit-administration, administrative-management-consulting, general-management-consulting, firm-fixed-price, full-and-open-competition, delivery-order, district-of-columbia, jones-lang-lasalle-americas-inc, professional-scientific-and-technical-services, medium-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $119,447.07 to JONES LANG LASALLE AMERICAS, INC.. IGF::CT::IGF NEW TASK ORDER WITH THE SCULLY CAPITAL SERVICES, INC.
Who is the contractor on this award?
The obligated recipient is JONES LANG LASALLE AMERICAS, INC..
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Transit Administration).
What is the total obligated amount?
The obligated amount is $119,447.07.
What is the period of performance?
Start: 2019-04-10. End: 2020-06-16.
What specific administrative management and general management consulting services were provided under this task order?
The provided data indicates the contract falls under NAICS code 541611 (Administrative Management and General Management Consulting Services). However, it does not detail the specific services rendered. These services could range from strategic planning, organizational analysis, process improvement, policy development, to operational efficiency assessments. Without a detailed statement of work or task description, it is impossible to ascertain the precise nature of the consulting provided. Further inquiry would be needed to obtain documentation outlining the scope of work, deliverables, and performance metrics associated with this task order to understand the specific value and impact of the consulting services.
How does the $119,447.07 award compare to similar administrative consulting contracts awarded by the FTA or DOT?
Comparing this $119,447.07 award requires access to a broader dataset of similar contracts. The Federal Transit Administration (FTA) and the Department of Transportation (DOT) procure various consulting services. This particular award is for a task order with a duration of approximately 14 months. To benchmark effectively, one would need to analyze contracts for administrative management and general management consulting services awarded within the same timeframe and by similar agencies, considering factors like contract type (firm fixed price), scope of work complexity, and contractor experience. Without such comparative data, it's challenging to definitively state whether this award represents a particularly high, low, or average expenditure for the services rendered. The 'full and open competition' aspect suggests an attempt to achieve competitive pricing.
What is the track record of Jones Lang LaSalle Americas, Inc. in performing federal government contracts, particularly for administrative consulting?
Jones Lang LaSalle Americas, Inc. is a well-established entity with a significant presence in real estate and facilities management, often extending into related consulting services. Their track record with the federal government can be assessed by reviewing their contract history in public databases like FPDS. While this specific task order is for administrative management consulting, their broader experience may include facility management consulting, strategic planning, and operational support for government clients. A detailed review of their past performance, including contract values, durations, past performance evaluations (if publicly available), and any instances of contract disputes or awards, would provide a comprehensive understanding of their capabilities and reliability in fulfilling federal obligations.
What are the potential risks associated with this contract, given its nature and the competition level?
Potential risks for this contract include scope creep if the initial statement of work is not clearly defined, leading to cost overruns or delays, although the firm fixed-price contract type mitigates this to some extent. Performance risk exists if the contractor fails to deliver the expected quality or outcomes of the consulting services. Given the 'full and open competition after exclusion of sources' award, there's a moderate risk that the exclusion of certain sources might have limited the pool of highly qualified bidders, potentially impacting the optimal value or innovation achieved. However, the full and open aspect generally aims to reduce risks associated with limited competition. Ensuring clear performance metrics and regular progress reviews will be crucial for risk mitigation.
How does this contract fit into the broader spending patterns of the Federal Transit Administration for administrative support?
This $119,447.07 task order represents a specific instance of the Federal Transit Administration (FTA) procuring administrative management and general management consulting services. To understand its place in broader spending patterns, one would need to analyze the FTA's historical spending on similar services over several fiscal years. This would involve examining the total annual expenditure on consulting, the frequency of such task orders, the average value of these orders, and the types of consulting services most frequently sought. This particular award appears to be a relatively modest expenditure, suggesting it might be for a focused project or a specific support function rather than a large-scale, ongoing initiative. Understanding this context helps in assessing whether this contract is an anomaly or representative of typical FTA procurement practices for administrative support.
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) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Jones Lang Lasalle Incorporated
Address: 200 E RANDOLPH ST STE 4300, CHICAGO, IL, 60601
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $119,447
Exercised Options: $119,447
Current Obligation: $119,447
Actual Outlays: $119,447
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: DTFT6014D00006
IDV Type: IDC
Timeline
Start Date: 2019-04-10
Current End Date: 2020-06-16
Potential End Date: 2020-06-16 00:00:00
Last Modified: 2026-04-06
More Contracts from Jones Lang Lasalle Americas, Inc.
- Deca Whole Facilities Maintenance - Maintenance Group 1 — $104.6M (Department of Defense)
- Deca Whole Facilities Maintenance - Maintenance Group 5 — $83.1M (Department of Defense)
- BPA Call 47PF0022F1079 - Standard Services for 6 Month Base Period for Consolidated Facilities Management Services AT 16 Locations in Chicago, IL 60604 — $42.7M (General Services Administration)
- Project and Location: Complete Facilities Maintenance Services, Various Locations Throughout the State of Georgia, Atlanta North. Award of Base Period of Performance 9/1/2024 - 8/31/2025 — $33.4M (General Services Administration)
- BPA Call - 47PC0623F0004 - Exercising Base Period for Award Jacobs K Javits Federal Complex Building Operations Mechanical and Vertical Transportation Maintenance Services. Effective 05/01/2023 to 04/30/2024 — $25.4M (General Services Administration)
View all Jones Lang Lasalle Americas, Inc. federal contracts →
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)