DOT awards $3.5M for strategic planning support to OASIS SYSTEMS, LLC, with potential for significant future growth

Contract Overview

Contract Amount: $3,485,433 ($3.5M)

Contractor: Oasis Systems, LLC

Awarding Agency: Department of Transportation

Start Date: 2021-08-20

End Date: 2027-12-31

Contract Duration: 2,324 days

Daily Burn Rate: $1.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: HSI 693KA9-21-D-00004 TO TBD INITIAL FUNDING OF NEW PROGRAM SUPPORT SERVICES (PSS) CONTRACT FOR STRATEGIC PLANNING SUPPORT TO AJF-41 (FLIGHT PROGRAM ADMINISTRATION). (LABOR/TRAVEL/ODC)

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $3.5 million to OASIS SYSTEMS, LLC for work described as: HSI 693KA9-21-D-00004 TO TBD INITIAL FUNDING OF NEW PROGRAM SUPPORT SERVICES (PSS) CONTRACT FOR STRATEGIC PLANNING SUPPORT TO AJF-41 (FLIGHT PROGRAM ADMINISTRATION). (LABOR/TRAVEL/ODC) Key points: 1. Contract value indicates a moderate investment in strategic planning services. 2. OASIS SYSTEMS, LLC, is the primary contractor, suggesting a focused relationship. 3. The contract duration extends over several years, implying long-term program needs. 4. Initial funding is substantial, but the total contract value is yet to be determined, indicating potential for growth. 5. The contract is for strategic planning support, a critical function for program administration. 6. The geographic location is Washington D.C., a hub for federal agencies.

Value Assessment

Rating: fair

The initial funding of $3.5 million for strategic planning support is a significant investment. Without comparable contract data for similar strategic planning services within the FAA or DOT, a precise value-for-money assessment is challenging. The contract type (Time and Materials) can lead to cost overruns if not closely managed. Benchmarking against industry standards for strategic consulting services would be necessary for a more definitive assessment of pricing and value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The number of bidders is not specified, but this procurement method generally fosters competitive pricing and encourages a wider pool of qualified contractors. The open competition suggests the FAA sought the best value proposition available in the market for these specialized services.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it promotes a competitive environment, which can lead to more cost-effective solutions and better pricing for government services.

Public Impact

The Federal Aviation Administration (FAA) benefits from enhanced strategic planning capabilities. Services delivered include strategic planning support for flight program administration. The primary geographic impact is within Washington D.C., where the agency is located. The contract supports specialized professional services, likely involving a small team of highly skilled individuals.

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 engineering services (NAICS 541330). This sector is characterized by specialized expertise and often involves high-value, knowledge-based work. The market for strategic planning and program support services within the federal government is competitive, with numerous firms offering such capabilities. The FAA's spending on these services is part of its broader investment in ensuring the safety and efficiency of the national airspace system.

Small Business Impact

The provided data indicates that small business participation (ss and sb fields) is false for this specific contract. Therefore, there is no direct small business set-aside. Subcontracting opportunities for small businesses are not detailed in this summary, but typically, prime contractors are encouraged to utilize small businesses for a portion of the work, depending on the contract's overall structure and agency goals.

Oversight & Accountability

Oversight for this contract would typically be managed by the Federal Aviation Administration's contracting officers and program managers. Accountability measures would be embedded in the contract's terms and conditions, including performance standards and reporting requirements. Transparency is generally maintained through contract databases like FPDS, where basic award information is publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

engineering-services, department-of-transportation, federal-aviation-administration, washington-dc, time-and-materials, full-and-open-competition, program-support, strategic-planning, professional-services, long-term-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $3.5 million to OASIS SYSTEMS, LLC. HSI 693KA9-21-D-00004 TO TBD INITIAL FUNDING OF NEW PROGRAM SUPPORT SERVICES (PSS) CONTRACT FOR STRATEGIC PLANNING SUPPORT TO AJF-41 (FLIGHT PROGRAM ADMINISTRATION). (LABOR/TRAVEL/ODC)

Who is the contractor on this award?

The obligated recipient is OASIS SYSTEMS, LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $3.5 million.

What is the period of performance?

Start: 2021-08-20. End: 2027-12-31.

What is the track record of OASIS SYSTEMS, LLC with the Federal Aviation Administration or Department of Transportation?

Information regarding the specific track record of OASIS SYSTEMS, LLC with the Federal Aviation Administration (FAA) or the Department of Transportation (DOT) is not detailed in the provided data snippet. A comprehensive assessment would require reviewing past performance evaluations, previous contract awards, and any documented issues or successes related to this contractor within these agencies. Generally, agencies maintain internal records of contractor performance, and this information can influence future award decisions. Further research into federal procurement databases and agency performance review systems would be necessary to establish a detailed track record.

How does the initial funding of $3.5 million compare to similar strategic planning support contracts within the FAA?

The initial funding of $3.5 million for strategic planning support is a significant allocation. However, without access to a benchmark of similar contracts awarded by the FAA for comparable strategic planning services, it is difficult to definitively state whether this amount is high, low, or average. Factors influencing this value would include the scope of work, the duration of the support, the level of expertise required, and the specific program being supported. A comparative analysis against contracts for similar services, considering the contract type (Time and Materials) and duration, would be needed to assess if this represents good value for money.

What are the primary risks associated with a Time and Materials (T&M) contract for strategic planning services?

The primary risk associated with a Time and Materials (T&M) contract for strategic planning services is the potential for cost overruns. Unlike fixed-price contracts, T&M contracts reimburse the contractor for direct labor hours at specified hourly rates, plus the actual cost of materials and other direct expenses. If the scope of work is not clearly defined or if project management is weak, the contractor may incur more hours or use more resources than initially anticipated, leading to a higher final cost than budgeted. Effective oversight, detailed task orders, and vigilant monitoring of labor hours and expenses are crucial to mitigate these risks.

How might the long contract duration (ending 2027) impact the effectiveness of the strategic planning support?

A long contract duration, such as the one ending in 2027, can have both positive and negative impacts on the effectiveness of strategic planning support. Positively, it allows for continuity, deep institutional knowledge development, and the sustained application of strategic initiatives over time, which is often necessary for complex government programs. Negatively, it could lead to complacency, a lack of fresh perspectives, or a misalignment with evolving agency priorities if the contract is not regularly reviewed and adapted. The effectiveness will largely depend on the FAA's active contract management, performance reviews, and ability to incorporate necessary adjustments throughout the contract period.

What is the potential for future funding increases given the 'TBD' initial funding status?

The 'TBD' (To Be Determined) status for the initial funding, alongside a substantial initial award amount and a long contract duration, strongly suggests a significant potential for future funding increases. This structure is common for indefinite-delivery indefinite-quantity (IDIQ) contracts or task order contracts where the full scope and value are realized over time through subsequent task orders or delivery orders. The initial funding likely covers the immediate needs, while the contract vehicle is established to accommodate broader or extended requirements as they emerge and are approved by the agency. Taxpayers should be aware that the total expenditure could substantially exceed the initial $3.5 million.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering 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: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 200 SUMMIT DR, BURLINGTON, MA, 01803

Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $6,061,335

Exercised Options: $3,485,433

Current Obligation: $3,485,433

Actual Outlays: $2,436,473

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 693KA921D00004

IDV Type: IDC

Timeline

Start Date: 2021-08-20

Current End Date: 2027-12-31

Potential End Date: 2027-12-31 00:00:00

Last Modified: 2026-03-27

More Contracts from Oasis Systems, LLC

View all Oasis Systems, LLC federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending