DOT awards $2.48M for program management services to Summome Native Ventures LLC, a non-competed contract

Contract Overview

Contract Amount: $2,477,313 ($2.5M)

Contractor: Summome Native Ventures LLC

Awarding Agency: Department of Transportation

Start Date: 2024-09-25

End Date: 2026-10-10

Contract Duration: 745 days

Daily Burn Rate: $3.3K/day

Competition Type: NOT COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: CHIEF INFORMATION OFFICER (OCIO) RESOURCE MANAGEMENT OFFICE (RMO) REQUIRES PROGRAM MANAGEMENT SERVICES

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20002

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $2.5 million to SUMMOME NATIVE VENTURES LLC for work described as: CHIEF INFORMATION OFFICER (OCIO) RESOURCE MANAGEMENT OFFICE (RMO) REQUIRES PROGRAM MANAGEMENT SERVICES Key points: 1. Contract awarded on a time and materials basis, which can pose cost control challenges. 2. The contract was not competed under the Simplified Acquisition Procedures, suggesting potential for higher pricing. 3. Limited competition raises concerns about achieving the best possible value for taxpayer funds. 4. The duration of the contract (over two years) indicates a need for sustained program management support. 5. The specific NAICS code (541611) points to general management consulting, a broad service category.

Value Assessment

Rating: questionable

The contract's value of $2.48 million for program management services is difficult to benchmark without more detailed service descriptions and performance metrics. Awarded on a time and materials basis, this contract type carries inherent risks for cost overruns if not closely managed. Compared to potentially competed contracts for similar services, the lack of competition suggests that the government may not have secured the most favorable pricing. The absence of a competitive bidding process makes it challenging to assess if the selected vendor's rates are aligned with market standards for administrative management and general management consulting.

Cost Per Unit: N/A

Competition Analysis

Competition Level: unknown

The contract was awarded as 'NOT COMPETED UNDER SAP' (Simplified Acquisition Procedures), and the award type is 'BPA CALL'. This indicates that the contract was likely not subjected to a full and open competition. The specific details of why it was not competed under SAP or if any other form of competition was considered are not provided. A lack of robust competition can limit price discovery and potentially lead to higher costs for the government.

Taxpayer Impact: The absence of a competitive process means taxpayers may not be benefiting from the most cost-effective solution available in the market for these program management services.

Public Impact

The Federal Highway Administration (FHWA) within the Department of Transportation will benefit from sustained program management support. Services delivered will likely focus on the planning, execution, and oversight of various FHWA programs. The geographic impact is centered in the District of Columbia, where the contractor is located. The contract supports administrative and management functions, indirectly impacting the efficiency of transportation infrastructure projects.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically administrative management and general management consulting. This sector is characterized by a wide range of service providers, from large consulting firms to specialized small businesses. The market size for government consulting services is substantial, with agencies frequently outsourcing specialized expertise. This contract represents a portion of the broader federal spending on management support, enabling agencies like the FHWA to manage complex programs effectively.

Small Business Impact

The contract was awarded to Summome Native Ventures LLC, and the data indicates 'sb' (small business) is false, meaning this is not a small business set-aside. There is no information provided regarding subcontracting plans or requirements. Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal, unless the prime contractor voluntarily engages small businesses for subcontracting.

Oversight & Accountability

Oversight for this contract would typically fall under the Federal Highway Administration's contracting officers and program managers. Accountability measures would be established through the contract's performance work statement and reporting requirements. Transparency is limited by the non-competed nature of the award and the lack of detailed public information on performance. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

administrative-management-consulting, department-of-transportation, federal-highway-administration, district-of-columbia, time-and-materials, not-competed, bpa-call, program-management, professional-services, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $2.5 million to SUMMOME NATIVE VENTURES LLC. CHIEF INFORMATION OFFICER (OCIO) RESOURCE MANAGEMENT OFFICE (RMO) REQUIRES PROGRAM MANAGEMENT SERVICES

Who is the contractor on this award?

The obligated recipient is SUMMOME NATIVE VENTURES LLC.

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Highway Administration).

What is the total obligated amount?

The obligated amount is $2.5 million.

What is the period of performance?

Start: 2024-09-25. End: 2026-10-10.

What is the track record of Summome Native Ventures LLC in performing similar government contracts?

Information regarding the specific track record of Summome Native Ventures LLC in performing similar government contracts is not detailed in the provided data. As the contract was awarded under 'NOT COMPETED UNDER SAP' and is a 'BPA CALL', it suggests this might be a relatively new or specialized engagement for the company, or that prior performance was not the primary driver for a full competitive process. Further investigation into the contractor's past performance database (e.g., CPARS) and any previous federal awards would be necessary to fully assess their capabilities and reliability for delivering program management services.

How does the pricing structure (Time and Materials) compare to industry benchmarks for similar consulting services?

Time and Materials (T&M) contracts are common for services where the scope of work is not clearly defined upfront or is expected to evolve. However, they are often criticized for lacking cost certainty compared to fixed-price contracts. Benchmarking T&M rates requires detailed information on labor categories, skill levels, and geographic location, which are not provided here. Generally, T&M rates can vary significantly, and without specific data on the proposed hourly rates for different roles, it's difficult to definitively state if they are competitive. Agencies often use rate ceilings and require justification for rates to mitigate cost risks associated with T&M.

What are the potential risks associated with a non-competed contract for program management services?

The primary risk associated with a non-competed contract, especially one not competed under SAP, is the potential for suboptimal value. Without the pressure of competition, the government may not achieve the lowest possible price or the most innovative solutions. There's also a risk of 'contractor lock-in' or a lack of incentive for the contractor to perform exceptionally if they perceive limited future competition. For program management services, risks include scope creep, cost overruns due to T&M pricing, and a potential mismatch between the contractor's capabilities and the agency's specific needs if due diligence was limited during the non-competitive award process.

What is the historical spending pattern for program management services at the Federal Highway Administration?

Historical spending patterns for program management services at the Federal Highway Administration (FHWA) are not detailed in the provided data snippet. To analyze this, one would need to examine past contract awards for similar services (NAICS 541611 or related codes) over several fiscal years. This would involve looking at the total dollar amounts obligated, the types of contracts used (competed vs. non-competed, T&M vs. fixed-price), and the primary contractors utilized. Understanding historical spending can reveal trends, identify areas of consistent need, and provide context for the current $2.48 million award.

How does the contract duration (over two years) align with typical program management needs in federal agencies?

A contract duration of over two years (745 days from 2024-09-25 to 2026-10-10) for program management services is quite common in federal agencies. Federal programs, especially those related to infrastructure and transportation managed by agencies like the FHWA, often require sustained, long-term support. This duration suggests that the agency anticipates a continuous need for expert assistance in managing its programs, which may involve complex planning, execution, monitoring, and stakeholder engagement over an extended period. Shorter durations might be suitable for project-specific tasks, but comprehensive program management often necessitates a longer-term commitment.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 100 BROOKWOOD RD, ATMORE, AL, 36502

Business Categories: Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Partnership or Limited Liability Partnership, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $4,571,426

Exercised Options: $3,025,107

Current Obligation: $2,477,313

Actual Outlays: $1,845,152

Subaward Activity

Number of Subawards: 2

Total Subaward Amount: $326,211

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 693JK423A600001

IDV Type: BPA

Timeline

Start Date: 2024-09-25

Current End Date: 2026-10-10

Potential End Date: 2027-10-10 00:00:00

Last Modified: 2026-03-17

More Contracts from Summome Native Ventures LLC

View all Summome Native Ventures LLC federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending