DOT awards $3.7M+ for subject matter expertise and analytical support to HSI, with potential for growth

Contract Overview

Contract Amount: $3,787,582 ($3.8M)

Contractor: Oasis Systems, LLC

Awarding Agency: Department of Transportation

Start Date: 2021-09-09

End Date: 2027-12-31

Contract Duration: 2,304 days

Daily Burn Rate: $1.6K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: LABOR HOURS

Sector: Other

Official Description: HSI/PSS 693KA9-21-D-00004 TO TBD INCREMENTAL FUNDING TO PROVIDE SUBJECT MATTER EXPERTISE AND ANALYTICAL SUPPORT FOR HSI

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20500

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $3.8 million to OASIS SYSTEMS, LLC for work described as: HSI/PSS 693KA9-21-D-00004 TO TBD INCREMENTAL FUNDING TO PROVIDE SUBJECT MATTER EXPERTISE AND ANALYTICAL SUPPORT FOR HSI Key points: 1. Contract provides critical analytical support for Homeland Security Investigations (HSI). 2. OASIS SYSTEMS, LLC, a large business, is the primary awardee. 3. The contract has a long period of performance, extending into late 2027. 4. Funding is incremental, suggesting phased project execution or budget allocation. 5. The contract type is 'Labor Hours', indicating payment based on hours worked. 6. The award was made under full and open competition, suggesting a robust bidding process.

Value Assessment

Rating: good

The contract value of $3.7M+ for analytical support appears reasonable given the specialized nature of the services and the long performance period. Benchmarking against similar contracts for subject matter expertise and analytical support within federal agencies would provide a more precise value assessment. The 'Labor Hours' contract type allows for flexibility but requires careful monitoring of hours to ensure cost control.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to submit proposals. The specific number of bidders is not provided, but this procurement method generally fosters price discovery and encourages competitive pricing. The use of OASIS (One Acquisition Solution for Integrated Services) as the vehicle suggests a structured approach to competition.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it aims to secure the best value through a wide range of potential offerors, driving down costs through market forces.

Public Impact

The primary beneficiary is Homeland Security Investigations (HSI), receiving essential analytical and subject matter expertise. Services delivered are crucial for supporting HSI's operational and investigative functions. The contract is geographically focused on the District of Columbia. The contract supports specialized professional services, potentially impacting a skilled workforce in analytical and investigative support roles.

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 long-term engagements. Federal spending in this area supports a wide range of government functions, from research and development to operational support and policy analysis. Comparable spending benchmarks would typically be found within the broader professional services category, with specific comparisons to analytical support for law enforcement and national security agencies.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). OASIS contracts, while offering subcontracting opportunities, are primarily awarded to large businesses. The impact on the small business ecosystem would depend on whether OASIS SYSTEMS, LLC utilizes small business subcontractors for specialized support, which is not detailed in this data.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and program officials within the Department of Transportation and HSI. The OASIS contract vehicle itself has established oversight mechanisms. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

professional-services, analytical-support, homeland-security-investigations, department-of-transportation, federal-aviation-administration, oasis-contract, labor-hours, full-and-open-competition, district-of-columbia, large-business, subject-matter-expert

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $3.8 million to OASIS SYSTEMS, LLC. HSI/PSS 693KA9-21-D-00004 TO TBD INCREMENTAL FUNDING TO PROVIDE SUBJECT MATTER EXPERTISE AND ANALYTICAL SUPPORT FOR HSI

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 $3.8 million.

What is the period of performance?

Start: 2021-09-09. End: 2027-12-31.

What is the historical spending pattern for OASIS SYSTEMS, LLC on similar HSI or DOT contracts?

Analyzing historical spending for OASIS SYSTEMS, LLC on contracts with HSI or the Department of Transportation would provide context for the current award. Without specific historical data, it's difficult to ascertain if this $3.7M+ award represents a significant increase or decrease in their engagement with these agencies. However, the OASIS contract vehicle is designed to facilitate ongoing task orders for various agencies, suggesting that established contractors like OASIS SYSTEMS, LLC often have a consistent presence. Further investigation into FPDS or other federal procurement databases would be necessary to detail their specific track record and spending trends with these entities.

How does the 'Labor Hours' contract type compare to other contract types for similar analytical support services?

The 'Labor Hours' contract type is often used when the extent or duration of the work cannot be predetermined, allowing the government to pay for the actual hours worked by contractor personnel at fixed hourly rates. For analytical support services, this offers flexibility but can pose risks if not managed closely, as costs are directly tied to labor input. Other common contract types include Firm-Fixed-Price (FFP), which offers cost certainty but less flexibility, or Cost-Plus-Fixed-Fee (CPFF), which shares risk and reward. The choice of 'Labor Hours' here suggests a need for adaptability in the scope or timing of the analytical support required by HSI.

What are the key performance indicators (KPIs) used to measure the success of this contract?

While specific KPIs are not detailed in the provided data, contracts for subject matter expertise and analytical support typically measure success based on factors such as the quality and timeliness of deliverables (reports, analyses, recommendations), the accuracy and relevance of the information provided, and the impact of the support on HSI's decision-making processes. Performance might also be assessed through contractor responsiveness, adherence to project milestones, and overall client satisfaction surveys. The contracting officer's representative (COR) would be responsible for monitoring these KPIs throughout the contract's performance period.

What is the potential total value of this contract, considering the period of performance and incremental funding?

The provided data indicates an initial award or obligated amount of $3,787,582.25. However, the contract has a period of performance extending to December 31, 2027. Contracts with incremental funding and long performance periods often have a ceiling value that is significantly higher than the initially obligated amount. Without the contract's ceiling value specified, it's impossible to determine the maximum potential total value. The incremental funding suggests that funds are being allocated in phases, and future funding actions will be necessary to reach the contract's ultimate ceiling.

What specific analytical support is being provided to HSI under this contract?

The contract broadly specifies 'subject matter expertise and analytical support for HSI.' This could encompass a wide range of activities, including data analysis, threat assessment, policy evaluation, operational planning support, and research into emerging trends relevant to homeland security. Given HSI's mission, the support likely aids in identifying and mitigating threats, improving investigative processes, and informing strategic decision-making. The exact nature of the analytical tasks would be further defined in the task orders issued under this contract.

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: LABOR HOURS (Z)

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: $4,981,792

Exercised Options: $3,787,582

Current Obligation: $3,787,582

Actual Outlays: $3,551,819

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: 2021-09-09

Current End Date: 2027-12-31

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

Last Modified: 2026-03-10

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