DHS awards $12M+ for real property and environmental services to Global Miracle Solutions LLC
Contract Overview
Contract Amount: $12,055,830 ($12.1M)
Contractor: Global Miracle Solutions LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-08-01
End Date: 2026-07-31
Contract Duration: 729 days
Daily Burn Rate: $16.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE OBJECTIVE OF THIS CONTRACT IS TO OBTAIN PROFESSIONAL CONTRACTOR SERVICES TO SUPPORT REAL PROPERTY, TECHNICAL, ENERGY AND ENVIRONMENTAL, AND OPTIONAL SURGE SUPPORT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20229
Plain-Language Summary
Department of Homeland Security obligated $12.1 million to GLOBAL MIRACLE SOLUTIONS LLC for work described as: THE OBJECTIVE OF THIS CONTRACT IS TO OBTAIN PROFESSIONAL CONTRACTOR SERVICES TO SUPPORT REAL PROPERTY, TECHNICAL, ENERGY AND ENVIRONMENTAL, AND OPTIONAL SURGE SUPPORT Key points: 1. Contract focuses on essential support services for real property, technical, energy, and environmental needs. 2. The contract duration of 729 days suggests a medium-term engagement for ongoing support. 3. Awarded under a firm-fixed-price contract type, indicating predictable costs for the government. 4. The procurement method, 'Full and Open Competition After Exclusion of Sources,' warrants further investigation into the justification for excluding other potential bidders. 5. The contract is managed by U.S. Customs and Border Protection, a key component of DHS. 6. The North American Industry Classification System (NAICS) code 541330 points to Engineering Services. 7. The contract is a Delivery Order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar vehicle.
Value Assessment
Rating: questionable
Benchmarking the value of this $12 million contract for engineering services is challenging without more specific details on the scope of work and deliverables. The firm-fixed-price structure is generally favorable for cost control. However, the procurement method raises questions about whether the government secured the best possible price through robust competition. Comparing this to similar contracts for real property, energy, and environmental support would require access to a broader dataset of comparable services and their pricing structures.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This designation suggests that while the initial solicitation may have been open, specific sources were later excluded, or the competition was limited in some manner. The number of bidders is not explicitly stated, but the 'exclusion of sources' implies a potentially narrowed field. This procurement approach can sometimes lead to less competitive pricing if not carefully managed and justified.
Taxpayer Impact: The exclusion of sources, even if justified, may limit the government's ability to leverage the full spectrum of market capabilities and potentially achieve lower prices through broader competition. Taxpayers may not benefit from the most cost-effective solutions available in the market.
Public Impact
This contract directly supports the operational infrastructure and environmental compliance of U.S. Customs and Border Protection. Services will likely ensure the proper maintenance, efficiency, and safety of federal real property assets. Environmental and energy services contribute to regulatory compliance and potentially cost savings through efficiency improvements. The contract's impact is primarily within the operational domain of DHS, affecting its facilities and environmental management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'exclusion of sources' in the procurement method requires scrutiny to ensure it was fully justified and did not unduly limit competition.
- Lack of detailed performance metrics makes it difficult to assess the contractor's effectiveness and value for money.
- The specific nature of 'optional surge support' could lead to unpredictable cost increases if not managed tightly.
Positive Signals
- The firm-fixed-price contract type provides cost certainty for the government.
- The contract duration indicates a commitment to sustained support for critical functions.
- Awarding to a single contractor for these integrated services may streamline management and coordination.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), which is a significant part of the federal contracting landscape. This sector encompasses a wide range of specialized services, including those related to infrastructure, environmental management, and technical consulting. Federal spending in engineering services is substantial, driven by the need to maintain and upgrade government facilities, manage complex projects, and ensure compliance with environmental regulations. Comparable spending benchmarks would typically involve analyzing contracts for similar scope and scale within agencies like DHS or other large federal departments.
Small Business Impact
Information regarding small business set-asides or subcontracting plans is not provided in the data. Without this information, it is difficult to assess the impact on the small business ecosystem. Typically, contracts of this size and nature may include provisions for small business participation, either through direct set-asides or subcontracting goals. The absence of explicit mention could mean no such provisions were mandated or that they are detailed elsewhere.
Oversight & Accountability
Oversight mechanisms for this contract would typically be managed by the contracting officer and the program office within U.S. Customs and Border Protection. Accountability measures would be defined in the contract's terms and conditions, including performance standards and reporting requirements. Transparency is often enhanced through contract award databases, but detailed oversight processes and Inspector General jurisdiction would depend on the specific contract clauses and agency policies.
Related Government Programs
- Department of Homeland Security - Facilities Management
- Environmental Compliance Services
- Real Property Maintenance Contracts
- Energy Efficiency Programs
- Technical Support Services
Risk Flags
- Procurement method requires further justification.
- Potential for cost overruns with surge support.
- Limited transparency on competition details.
Tags
engineering-services, dhs, u-s-customs-and-border-protection, firm-fixed-price, delivery-order, limited-competition, real-property-management, environmental-services, energy-management, technical-support, district-of-columbia, medium-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $12.1 million to GLOBAL MIRACLE SOLUTIONS LLC. THE OBJECTIVE OF THIS CONTRACT IS TO OBTAIN PROFESSIONAL CONTRACTOR SERVICES TO SUPPORT REAL PROPERTY, TECHNICAL, ENERGY AND ENVIRONMENTAL, AND OPTIONAL SURGE SUPPORT
Who is the contractor on this award?
The obligated recipient is GLOBAL MIRACLE SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $12.1 million.
What is the period of performance?
Start: 2024-08-01. End: 2026-07-31.
What specific services are included under 'professional contractor services to support real property, technical, energy and environmental, and optional surge support'?
The provided data offers a high-level objective but lacks granular detail on the specific services. 'Real property support' could encompass maintenance, repair, space management, and lifecycle planning for federal buildings and grounds. 'Technical support' might involve IT infrastructure, engineering assessments, or specialized equipment maintenance. 'Energy and environmental support' likely includes energy audits, efficiency upgrades, compliance with environmental regulations (e.g., EPA standards), waste management, and sustainability initiatives. 'Optional surge support' suggests the contractor must be prepared to scale services up rapidly in response to unforeseen demands or emergencies, such as natural disasters impacting facilities or sudden increases in operational tempo.
How does the $12 million award compare to historical spending by DHS for similar services?
To compare this $12 million award to historical DHS spending, one would need to analyze past contracts awarded by DHS, particularly by U.S. Customs and Border Protection, for engineering, real property management, and environmental services. This analysis should consider contracts with similar scope, duration, and contract types (e.g., firm-fixed-price). Without access to historical contract databases and specific search parameters, a direct comparison is not feasible. However, $12 million over two years represents a significant investment, suggesting a substantial need for these specialized support functions within the agency.
What are the potential risks associated with the 'optional surge support' component?
The primary risk associated with 'optional surge support' is cost unpredictability. While the contract type is firm-fixed-price, the 'surge' aspect implies that the volume of work can increase significantly beyond baseline levels. If the terms for triggering and pricing surge support are not clearly defined and tightly controlled, it could lead to cost overruns. There's also a risk of the contractor not being adequately prepared to scale resources quickly, potentially impacting mission-critical operations. Effective oversight requires robust monitoring of surge requests and rigorous justification to prevent scope creep and ensure fair pricing.
What does the 'Full and Open Competition After Exclusion of Sources' procurement method imply about the competition level?
This procurement method is unusual and warrants careful examination. 'Full and Open Competition' typically means all responsible sources are permitted to submit offers. However, the addition of 'After Exclusion of Sources' suggests that after an initial open phase, certain potential bidders were disqualified or excluded from further consideration. This exclusion must be legally justified, often due to factors like security concerns, specific technical capabilities, or prior performance issues. The implication is that the competition, while perhaps starting broadly, was narrowed down, potentially reducing the number of viable bidders and possibly impacting the final price achieved compared to a truly unrestricted competition.
What is the track record of Global Miracle Solutions LLC in performing similar federal contracts?
Assessing the track record of Global Miracle Solutions LLC requires accessing federal procurement databases (like SAM.gov or FPDS) to review their past performance on contracts. Key indicators would include the types of services they have previously provided, the agencies they have served, contract values, durations, and any reported performance issues or awards. Without this specific data, it's impossible to evaluate their experience in delivering real property, technical, energy, or environmental support services. A thorough review would look for consistent positive performance, successful completion of similar scope contracts, and a history of meeting contractual obligations.
How does the NAICS code 541330 (Engineering Services) align with the stated objectives of the contract?
The NAICS code 541330, 'Engineering Services,' aligns well with the stated objectives, which include support for 'technical, energy and environmental' services. Engineering firms are typically involved in the design, development, analysis, and consulting related to infrastructure, systems, and processes. This includes tasks like structural engineering for real property, environmental impact assessments, energy efficiency studies, and technical consulting for complex systems. The inclusion of 'real property' support also often involves engineering expertise for building systems, maintenance planning, and facility upgrades. Therefore, the selected NAICS code accurately categorizes the core technical and analytical functions expected under this contract.
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 AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 270 EAST 100 S, SALT LAKE CITY, UT, 84111
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $51,637,445
Exercised Options: $12,055,830
Current Obligation: $12,055,830
Actual Outlays: $5,940,858
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QRAD20D1047
IDV Type: IDC
Timeline
Start Date: 2024-08-01
Current End Date: 2026-07-31
Potential End Date: 2029-07-31 00:00:00
Last Modified: 2026-04-08
More Contracts from Global Miracle Solutions LLC
- 505 CTS and DET 1 AOC RC Support Services — $21.1M (Department of Defense)
- Nrmc Initiative Management and Program Support Services (impss) — $17.9M (Department of Homeland Security)
- Program Support Services for the Disaster Emergency Communications (DEC) Division — $12.2M (Department of Homeland Security)
- Risk Methodology and Programmatic Support — $9.4M (Department of Homeland Security)
- THE Purpose of This Task Order IS to Provide Professional Services for Program Development, Implementation and Integration Services for the Efficient and Effective Management of Customs and Border Protection Program Offices — $9.1M (Department of Homeland Security)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)