DHS awards $67.6M BPA Call for logistics consulting services to Deployed Resources LLC

Contract Overview

Contract Amount: $67,570,367 ($67.6M)

Contractor: Deployed Resources LLC

Awarding Agency: Department of Homeland Security

Start Date: 2024-08-30

End Date: 2025-05-01

Contract Duration: 244 days

Daily Burn Rate: $276.9K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: YUMA SSF FOLLOW ON TASK ORDER AWARD.

Place of Performance

Location: YUMA, YUMA County, ARIZONA, 85365

State: Arizona Government Spending

Plain-Language Summary

Department of Homeland Security obligated $67.6 million to DEPLOYED RESOURCES LLC for work described as: YUMA SSF FOLLOW ON TASK ORDER AWARD. Key points: 1. Contract awarded via a Blanket Purchase Agreement (BPA) Call, suggesting a pre-competed framework. 2. The firm-fixed-price contract type indicates a defined scope and cost, reducing cost overrun risk. 3. Awarded to Deployed Resources LLC, a company with a track record in government contracting. 4. The task order duration of 244 days suggests a focused, short-term need for services. 5. Services fall under Process, Physical Distribution, and Logistics Consulting, a critical support function for agencies like CBP. 6. The contract is not set aside for small businesses, indicating a focus on larger prime contractors. 7. Geographic focus on Arizona (YUMA SSF) points to specific operational needs within that region.

Value Assessment

Rating: good

The award of $67.6 million for logistics consulting services via a BPA Call appears reasonable given the scope and duration. While direct comparison is difficult without knowing the specific services rendered under the BPA, the firm-fixed-price nature of this task order provides cost certainty. Benchmarking against similar large-scale logistics support contracts would be necessary for a more precise value assessment, but the existence of a BPA implies prior competition and established pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, likely through a pre-existing Blanket Purchase Agreement (BPA). The BPA itself would have undergone a competitive process, and this task order is a call against that established agreement. The specific number of bidders for this task order is not provided, but the 'full and open' designation suggests a broad solicitation.

Taxpayer Impact: A full and open competition ensures that the government receives the best possible pricing and services by allowing all eligible vendors to participate, ultimately benefiting taxpayers through potentially lower costs and higher quality.

Public Impact

The U.S. Customs and Border Protection (CBP) is the primary beneficiary, receiving critical logistics consulting services. Services are expected to enhance process, physical distribution, and logistics operations for CBP. The contract has a geographic impact focused on Arizona, specifically the Yuma area. Workforce implications are likely related to the deployment of specialized logistics personnel by Deployed Resources LLC.

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 focusing on logistics and distribution consulting. The market for these services is robust, driven by government and commercial entities requiring efficient supply chain management and operational support. Comparable spending benchmarks would typically involve analyzing other large federal contracts for similar consulting services, particularly those supporting border security or large operational agencies.

Small Business Impact

This contract was not set aside for small businesses, nor does it indicate specific subcontracting requirements for small businesses. This suggests that the primary contractor, Deployed Resources LLC, is expected to perform the majority of the work. The absence of small business set-asides means that opportunities for small businesses to participate in this specific contract are limited unless they are direct subcontractors to the prime.

Oversight & Accountability

Oversight for this contract will likely be managed by the U.S. Customs and Border Protection contracting officer and their representatives. The firm-fixed-price nature of the award provides a degree of accountability by tying payment to deliverables. Transparency is facilitated through public contract award databases. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

dhs, customs-and-border-protection, logistics-consulting, process-improvement, physical-distribution, firm-fixed-price, bpa-call, full-and-open-competition, arizona, deployed-resources-llc, professional-scientific-and-technical-services, federal-spending

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $67.6 million to DEPLOYED RESOURCES LLC. YUMA SSF FOLLOW ON TASK ORDER AWARD.

Who is the contractor on this award?

The obligated recipient is DEPLOYED RESOURCES 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 $67.6 million.

What is the period of performance?

Start: 2024-08-30. End: 2025-05-01.

What is the specific nature of the logistics consulting services being provided under this task order?

The data indicates the contract is for 'Process, Physical Distribution, and Logistics Consulting Services' under NAICS code 541614. While the specific deliverables are not detailed in the provided summary, these services typically involve analyzing and improving an organization's supply chain, warehousing, transportation, inventory management, and distribution networks. For U.S. Customs and Border Protection (CBP), this could include optimizing the flow of goods and resources at border facilities, improving the efficiency of their internal distribution systems, or advising on best practices for managing large-scale logistical operations critical to border security and trade facilitation.

How does the $67.6 million award compare to historical spending on similar logistics consulting services by DHS or CBP?

Directly comparing this $67.6 million award requires access to historical spending data for similar logistics consulting services by DHS and CBP, which is not provided. However, the award amount is substantial, suggesting a significant scope or duration for the services. Large federal agencies like DHS often award multi-million dollar contracts for specialized consulting to manage complex operations. To benchmark effectively, one would need to analyze the average cost of similar BPA calls or task orders for logistics consulting over the past several fiscal years, considering factors like contract duration, number of bidders, and specific service requirements.

What are the key performance indicators (KPIs) or metrics used to evaluate the success of Deployed Resources LLC under this contract?

The provided data does not specify the Key Performance Indicators (KPIs) or metrics for this contract. However, for logistics consulting services, typical KPIs might include improvements in delivery times, reduction in shipping costs, increased inventory accuracy, enhanced process efficiency (e.g., reduced lead times), successful implementation of new logistical strategies, and overall client satisfaction. The firm-fixed-price nature suggests that the contractor is incentivized to meet defined objectives within the agreed-upon budget. The contracting officer's representative (COR) would be responsible for monitoring performance against these metrics.

What is Deployed Resources LLC's track record with government contracts, particularly with DHS or CBP?

Deployed Resources LLC is a known entity in government contracting. While the provided data doesn't detail their specific history with DHS or CBP, their selection for a significant BPA Call suggests they have prior experience and likely existing contracts or a strong performance record that made them a suitable awardee. A deeper dive into contract databases like SAM.gov or FPDS would reveal the full extent of their past performance, including the types of services rendered, contract values, and client agencies, which would inform an assessment of their suitability for this role.

What is the potential risk associated with the 244-day duration of this task order?

The 244-day duration (approximately 8 months) for this task order suggests a focused, short-term engagement rather than a long-term strategic partnership. The primary risk associated with a shorter duration is ensuring continuity and knowledge transfer if follow-on work is required or if the initial scope is highly complex. For the government, it means the need to re-compete or extend services relatively quickly. For the contractor, it requires efficient resource allocation to deliver results within the defined timeframe. However, a shorter duration also limits the government's long-term financial commitment and allows for reassessment of needs.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesProcess, Physical Distribution, and Logistics Consulting Services

Product/Service Code: OPERATION OF GOVT OWNED FACILITYOPERATE GOVT OWNED BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 164 MCPIKE RD, ROME, NY, 13441

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

Financial Breakdown

Contract Ceiling: $93,146,259

Exercised Options: $67,570,367

Current Obligation: $67,570,367

Actual Outlays: $67,570,367

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70RDAD21A00000012

IDV Type: BPA

Timeline

Start Date: 2024-08-30

Current End Date: 2025-05-01

Potential End Date: 2025-05-01 16:21:38

Last Modified: 2025-05-01

More Contracts from Deployed Resources LLC

View all Deployed Resources LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending