Transportation contract for safety expertise awarded to Guidehouse Inc. for $50,000

Contract Overview

Contract Amount: $50,000 ($50.0K)

Contractor: Guidehouse Inc.

Awarding Agency: Department of Transportation

Start Date: 2026-04-01

End Date: 2031-03-31

Contract Duration: 1,825 days

Daily Burn Rate: $27/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TECHNICAL EXPERTISE AND SUPPORT SERVICES FOR THE FHWA OFFICE OF SAFETY MINIMUM GUARANTEE TASK ORDER.

Place of Performance

Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102

State: Virginia Government Spending

Plain-Language Summary

Department of Transportation obligated $50,000 to GUIDEHOUSE INC. for work described as: TECHNICAL EXPERTISE AND SUPPORT SERVICES FOR THE FHWA OFFICE OF SAFETY MINIMUM GUARANTEE TASK ORDER. Key points: 1. Contract focuses on technical expertise and support for the FHWA Office of Safety. 2. The minimum guarantee is set at $50,000, with potential for higher value. 3. This is a delivery order under a larger contract, indicating ongoing needs. 4. The contract duration is 5 years, suggesting a long-term requirement. 5. The award was made through full and open competition. 6. The pricing structure is Firm Fixed Price, providing cost certainty.

Value Assessment

Rating: fair

The minimum guarantee of $50,000 for a 5-year contract appears low, suggesting this may be an initial task order with potential for significant future tasking. Without knowing the total contract ceiling or historical spending on similar support services, it's difficult to benchmark the value definitively. The Firm Fixed Price structure is generally favorable for cost control, but the overall value proposition hinges on the scope and volume of work ultimately performed under this delivery order.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded through full and open competition, indicating that multiple vendors had the opportunity to bid. This process is generally expected to yield competitive pricing and a wider range of technical solutions. The fact that it's a delivery order suggests it was competed as part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle or a similar contracting mechanism.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it fosters a competitive environment, driving down prices and encouraging innovation, ultimately leading to better value for public funds.

Public Impact

The Federal Highway Administration (FHWA) Office of Safety will benefit from enhanced technical expertise and support. Services delivered will likely focus on improving road safety initiatives and programs. The geographic impact is national, as FHWA operates across the United States. Workforce implications may include specialized technical roles within the FHWA or contractor personnel.

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 supporting government safety initiatives. The Federal Highway Administration (FHWA) is a significant entity within the Department of Transportation, and its safety office requires specialized expertise. Comparable spending in this sector often involves consulting, research, and technical support for regulatory and operational functions. The market size for such services is substantial, driven by ongoing government needs for specialized knowledge.

Small Business Impact

The provided data does not indicate any specific small business set-aside or subcontracting requirements for this particular delivery order. As it was awarded through full and open competition, it's possible that small businesses could have participated in the bidding process. However, without further details on the overall contract structure or subcontracting plans, the direct impact on the small business ecosystem remains unclear.

Oversight & Accountability

Oversight for this contract will likely be managed by the Federal Highway Administration (FHWA) contracting officers and program managers. The Firm Fixed Price nature of the contract provides a degree of accountability for the contractor to deliver services within the agreed-upon cost. Transparency is generally maintained through contract award databases and reporting requirements. The Inspector General for the Department of Transportation would have jurisdiction over potential fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

transportation, federal-highway-administration, safety, technical-services, professional-services, firm-fixed-price, full-and-open-competition, delivery-order, guidehouse-inc, department-of-transportation, virginia, 5-year-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $50,000 to GUIDEHOUSE INC.. TECHNICAL EXPERTISE AND SUPPORT SERVICES FOR THE FHWA OFFICE OF SAFETY MINIMUM GUARANTEE TASK ORDER.

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 $50,000.

What is the period of performance?

Start: 2026-04-01. End: 2031-03-31.

What is the typical cost range for similar technical expertise and support services for federal safety offices?

Benchmarking the cost for technical expertise and support services for federal safety offices is complex due to the wide variation in scope, duration, and required specialization. However, contracts for similar professional, scientific, and technical services (NAICS code 541990) can range from tens of thousands to millions of dollars annually, depending on the agency's needs and the complexity of the support required. For instance, contracts involving data analysis, research, policy development, or specialized engineering support for safety initiatives often command higher rates. The $50,000 minimum guarantee for a 5-year task order suggests a potentially smaller, focused scope or an initial phase, with the expectation of significant tasking to follow. Without visibility into the total contract ceiling or the specific deliverables, a precise cost comparison is challenging. However, agencies typically aim for competitive pricing through mechanisms like full and open competition to ensure value for money.

What is Guidehouse Inc.'s track record with the Department of Transportation and similar agencies?

Guidehouse Inc. has a significant track record of providing professional services to various federal agencies, including the Department of Transportation (DOT). Their expertise often spans areas such as management consulting, technology solutions, and program support. Within the DOT, Guidehouse has likely engaged in projects related to transportation policy, safety, infrastructure, and operational efficiency. A review of federal procurement data would reveal the extent and nature of their past awards, including contract values, performance ratings, and specific services rendered. Their experience with similar agencies suggests a familiarity with government contracting processes and the unique challenges faced by public sector clients. This established presence indicates a level of trust and capability that likely influenced their selection for this contract.

How does the 5-year duration of this contract impact risk for the FHWA?

The 5-year duration of this contract, while indicating a stable, long-term need for the services, introduces several risk considerations for the FHWA. Firstly, there's the risk of contractor performance degradation over time; initial high performance may wane, requiring active contract management to ensure continued quality. Secondly, technological advancements or shifts in safety priorities could render the contracted expertise less relevant, necessitating contract modifications or early termination, which can incur costs. Thirdly, long-term fixed-price contracts can become misaligned with market rates if economic conditions change significantly, potentially leading to the government overpaying or the contractor seeking adjustments. Finally, institutional knowledge built by the contractor could create a dependency, making it harder to switch providers in the future. Mitigating these risks requires robust performance monitoring, clear deliverables, and flexibility within the contract terms.

What specific safety initiatives or programs might this contract support?

This contract for technical expertise and support services for the FHWA Office of Safety could support a wide array of critical safety initiatives. These might include the development and implementation of new safety standards and regulations, research into emerging safety threats (e.g., related to autonomous vehicles, new materials, or human factors), data analysis to identify accident trends and risk factors, and the evaluation of existing safety programs' effectiveness. The support could also extend to developing training materials for state and local transportation agencies, providing technical assistance on safety planning, or contributing to national safety campaigns. Given the broad mandate of the FHWA Office of Safety, the specific focus will depend on current strategic priorities and identified needs within the agency.

What are the implications of a 'minimum guarantee' of $50,000 for a 5-year contract?

A minimum guarantee of $50,000 for a 5-year contract, especially a delivery order under a larger vehicle, implies that the government is committing to purchasing at least this amount of services over the contract period. This ensures the contractor receives a baseline level of compensation for their commitment and availability. However, it strongly suggests that the actual value of the contract is expected to be significantly higher. Agencies typically set minimums to secure contractor capacity and signal intent, anticipating that task orders will be issued, and work will be performed, far exceeding this initial floor. The true value will be realized through the issuance of specific task orders that define the scope, quantity, and cost of services required, up to a potential contract ceiling not specified here.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesOther Professional, Scientific, and Technical ServicesAll Other Professional, Scientific, and Technical Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

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: $50,000

Exercised Options: $50,000

Current Obligation: $50,000

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 693JJ326D000001

IDV Type: IDC

Timeline

Start Date: 2026-04-01

Current End Date: 2031-03-31

Potential End Date: 2031-03-31 00:00:00

Last Modified: 2026-04-09

More Contracts from Guidehouse Inc.

View all Guidehouse Inc. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending