Transportation Department awards $7.6M task order for SS4A Clearinghouse to Guidehouse Inc
Contract Overview
Contract Amount: $7,618,498 ($7.6M)
Contractor: Guidehouse Inc.
Awarding Agency: Department of Transportation
Start Date: 2023-07-14
End Date: 2026-07-13
Contract Duration: 1,095 days
Daily Burn Rate: $7.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: TIME AND MATERIALS
Sector: Transportation
Official Description: TASK ORDER TITLE: "NATIONAL SAFE STREETS AND ROADS FOR ALL (SS4A) CLEARINGHOUSE." THE CONTRACTOR SHALL COMPLETE THE REQUIREMENTS DESCRIBED IN THE ATTACHED STATEMENT OF WORK. THE CONTRACTOR SHALL PERFORM THE WORK IN ACCORDANCE WITH THE
Place of Performance
Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102
State: Virginia Government Spending
Plain-Language Summary
Department of Transportation obligated $7.6 million to GUIDEHOUSE INC. for work described as: TASK ORDER TITLE: "NATIONAL SAFE STREETS AND ROADS FOR ALL (SS4A) CLEARINGHOUSE." THE CONTRACTOR SHALL COMPLETE THE REQUIREMENTS DESCRIBED IN THE ATTACHED STATEMENT OF WORK. THE CONTRACTOR SHALL PERFORM THE WORK IN ACCORDANCE WITH THE Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. Task order duration of 1095 days indicates a medium-term engagement for clearinghouse services. 3. The contract type is Time and Materials, which can pose cost control challenges if not managed closely. 4. The agency is the Department of Transportation, Federal Highway Administration, focusing on road safety initiatives. 5. The North American Industry Classification System (NAICS) code 541330 points to Engineering Services. 6. No small business set-aside was utilized, indicating the primary award was not specifically targeted to small businesses.
Value Assessment
Rating: fair
The total award amount is $7,618,498.08. Benchmarking this specific task order against similar 'clearinghouse' contracts is difficult without more granular data on the scope of services. However, the Time and Materials (T&M) contract type, while flexible, can lead to higher costs if not carefully monitored for labor hours and rates. The absence of a fixed price or cost-plus-fixed-fee structure warrants scrutiny of the contractor's billing practices to ensure value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION,' indicating that all responsible sources were permitted to submit a bid. The data shows 3 bidders participated in this competition. A competitive process with multiple bidders generally supports price discovery and can lead to more favorable pricing for the government.
Taxpayer Impact: A competitive award process helps ensure that taxpayer funds are used efficiently by fostering a market-driven price for the services required.
Public Impact
The primary beneficiaries are likely state, local, and tribal governments receiving support through the SS4A program. The services delivered will focus on establishing and operating a clearinghouse to support the SS4A initiative. Geographic impact is national, as the SS4A program aims to reduce roadway fatalities and serious injuries across the United States. Workforce implications may include employment opportunities within Guidehouse Inc. and potentially in supporting roles for the clearinghouse operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The Time and Materials (T&M) contract type requires diligent oversight to prevent cost overruns and ensure efficient labor utilization.
- The specific deliverables and performance metrics for the clearinghouse need to be clearly defined and monitored to ensure program effectiveness.
- The success of the clearinghouse is dependent on the contractor's ability to effectively disseminate information and provide technical assistance to diverse stakeholders.
Positive Signals
- Awarded under full and open competition with multiple bidders, suggesting a robust selection process.
- The contract supports the National Safe Streets and Roads for All (SS4A) program, a critical initiative for public safety.
- The contractor, Guidehouse Inc., is a known entity in government contracting, potentially bringing relevant expertise.
Sector Analysis
The contract falls within the Engineering Services sector (NAICS 541330), specifically supporting a federal program focused on transportation safety. The market for government consulting and program management services is substantial, with many firms competing for such contracts. This task order represents a portion of the broader federal spending on transportation infrastructure and safety initiatives, aiming to leverage expertise for program implementation and support.
Small Business Impact
This contract was not awarded as a small business set-aside. There is no explicit information provided regarding subcontracting plans for small businesses. The impact on the small business ecosystem will depend on whether Guidehouse Inc. voluntarily includes small businesses in its subcontracting efforts, which is not guaranteed by the contract terms.
Oversight & Accountability
Oversight will primarily be conducted by the Federal Highway Administration (FHWA) within the Department of Transportation. Accountability measures will be tied to the performance requirements outlined in the Statement of Work (SOW) and the terms of the Time and Materials contract. Transparency will be facilitated through contract reporting requirements and public information dissemination related to the SS4A program, though specific oversight mechanisms for the clearinghouse operations themselves are not detailed.
Related Government Programs
- National Highway Traffic Safety Administration (NHTSA) programs
- Federal Motor Carrier Safety Administration (FMCSA) initiatives
- Department of Transportation Research and Technology Programs
- Safe Streets and Roads for All (SS4A) Grants
Risk Flags
- Cost control risk due to Time and Materials contract type.
- Performance risk related to the effectiveness of the clearinghouse operations.
- Potential for scope creep if SOW is not tightly managed.
- Dependence on contractor expertise for successful program support.
Tags
transportation, safety, clearinghouse, department-of-transportation, federal-highway-administration, guidehouse-inc, time-and-materials, full-and-open-competition, engineering-services, national, task-order, ss4a
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $7.6 million to GUIDEHOUSE INC.. TASK ORDER TITLE: "NATIONAL SAFE STREETS AND ROADS FOR ALL (SS4A) CLEARINGHOUSE." THE CONTRACTOR SHALL COMPLETE THE REQUIREMENTS DESCRIBED IN THE ATTACHED STATEMENT OF WORK. THE CONTRACTOR SHALL PERFORM THE WORK IN ACCORDANCE WITH THE
Who is the contractor on this award?
The obligated recipient is GUIDEHOUSE INC..
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Highway Administration).
What is the total obligated amount?
The obligated amount is $7.6 million.
What is the period of performance?
Start: 2023-07-14. End: 2026-07-13.
What is Guidehouse Inc.'s track record with the Department of Transportation or similar federal agencies?
Guidehouse Inc. has a significant presence in federal contracting, including work with various agencies within the Department of Transportation and other civilian departments. Their experience often spans program management, consulting, and technology implementation for government initiatives. While specific details of past performance on similar 'clearinghouse' or safety program support contracts would require deeper analysis of federal procurement databases (like FPDS or SAM.gov), Guidehouse is generally recognized as a capable contractor in this space. Their history suggests an ability to manage complex projects and deliver on contractual obligations, though performance can vary across individual contracts. Evaluating their past performance on contracts with similar scope, complexity, and agency would provide a more precise assessment of their suitability for this task order.
How does the $7.6 million cost compare to similar clearinghouse or program support contracts?
Directly comparing the $7.6 million cost of this specific task order to 'similar' clearinghouse contracts is challenging without a standardized definition and scope for such services across different federal programs. Clearinghouse functions can range from simple information repositories to complex technical assistance and stakeholder engagement platforms. The duration of this contract (1095 days) suggests a substantial, ongoing effort. The Time and Materials (T&M) pricing structure means the final cost is dependent on actual labor hours and rates incurred. To benchmark effectively, one would need to identify contracts with comparable objectives (e.g., supporting a national safety program), similar deliverables (information dissemination, technical support), and a similar duration, while also considering the number of bidders and the competitive landscape at the time of award. Without such specific comparables, assessing the 'value for money' remains qualitative.
What are the primary risks associated with this Time and Materials contract type for the government?
The primary risk associated with a Time and Materials (T&M) contract for the government is the potential for cost overruns. Unlike fixed-price contracts, T&M agreements do not have a ceiling on the total cost, as payment is based on the actual labor hours expended and the agreed-upon material costs. This necessitates robust government oversight to ensure that the contractor is not inefficiently using labor, billing appropriate rates, or extending the contract duration unnecessarily. Without strict monitoring of hours, progress, and adherence to the Statement of Work (SOW), the final cost could significantly exceed initial estimates. There's also a risk that the contractor may prioritize billable hours over efficient task completion. Effective management, including detailed review of invoices and regular performance assessments, is crucial to mitigate these risks.
How effective is the SS4A program likely to be with this clearinghouse support?
The effectiveness of the SS4A program, supported by this clearinghouse contract, hinges on the clearinghouse's ability to facilitate the program's objectives: reducing roadway fatalities and serious injuries. A well-executed clearinghouse can significantly enhance program effectiveness by providing crucial resources, best practices, technical assistance, and a platform for knowledge sharing among grant recipients (states, local governments, tribal nations). This support can help ensure that funds are used efficiently and effectively towards evidence-based safety interventions. Conversely, a poorly managed clearinghouse could hinder the program by failing to disseminate critical information, provide timely support, or foster collaboration, thereby limiting the overall impact of the SS4A initiative. The success of Guidehouse Inc. in fulfilling the SOW requirements will be a key determinant.
What is the historical spending trend for similar transportation safety support services?
Historical spending on transportation safety support services, including program management, research, and technical assistance, has been substantial and generally increasing, driven by federal initiatives aimed at improving road safety. Agencies like the Department of Transportation (DOT), including the Federal Highway Administration (FHWA) and the National Highway Traffic Safety Administration (NHTSA), consistently allocate significant budgets to these areas. The SS4A program itself represents a new, large-scale investment. While specific spending on 'clearinghouse' functions can be difficult to isolate, the overall trend reflects a growing emphasis on data-driven safety strategies, technology adoption, and collaborative approaches to reducing traffic-related deaths and injuries. This $7.6 million task order aligns with this broader trend of federal investment in proactive transportation safety measures.
What are the potential implications of awarding this contract to Guidehouse Inc. given their size and market position?
Awarding this contract to Guidehouse Inc., a large consulting firm, has several implications. On the positive side, their size and resources suggest they have the capacity to manage a complex national clearinghouse operation effectively, potentially bringing a wide range of expertise and established methodologies. They are likely equipped to handle significant administrative and technical challenges. However, as a large incumbent, there's a potential risk of complacency or less aggressive pricing compared to smaller, more agile firms. Furthermore, the concentration of federal contracts within a few large firms can sometimes limit opportunities for smaller businesses to participate directly. The government's oversight will be key to ensuring that Guidehouse delivers optimal value and performance, leveraging their capabilities without succumbing to potential drawbacks associated with large-scale service providers.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Veritas Capital Fund Management, L.L.C.
Address: 1676 INTERNATIONAL DR STE 800, MC LEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,618,498
Exercised Options: $7,618,498
Current Obligation: $7,618,498
Actual Outlays: $5,726,597
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $519,887
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS00Q14OADU142
IDV Type: IDC
Timeline
Start Date: 2023-07-14
Current End Date: 2026-07-13
Potential End Date: 2026-07-13 00:00:00
Last Modified: 2026-03-04
More Contracts from Guidehouse Inc.
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Department of the Interior)
- Icam to From 09/08/2022 - 09/07/2023 — $119.1M (Department of Justice)
- Appliance Standards Analysis and Regulatory Support Services — $114.6M (Department of Energy)
- Appliance Standards Analysis and Regulatory Support Service (asarss) — $103.5M (Department of Energy)
- Audit Infrastructure Support Services — $89.8M (Department of Defense)
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)