DHS awards $77M+ logistics consulting BPA call to DEPLOYED RESOURCES LLC for Texas operations

Contract Overview

Contract Amount: $77,188,275 ($77.2M)

Contractor: Deployed Resources LLC

Awarding Agency: Department of Homeland Security

Start Date: 2024-07-22

End Date: 2025-03-18

Contract Duration: 239 days

Daily Burn Rate: $323.0K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: BRIDGE CONTRACT.

Place of Performance

Location: DONNA, HIDALGO County, TEXAS, 78537

State: Texas Government Spending

Plain-Language Summary

Department of Homeland Security obligated $77.2 million to DEPLOYED RESOURCES LLC for work described as: BRIDGE CONTRACT. Key points: 1. Contract value represents a significant investment in logistics consulting services for U.S. Customs and Border Protection. 2. The award was made under a full and open competition, suggesting a robust market for these services. 3. The contract duration is relatively short, indicating a focused need for immediate or near-term support. 4. The firm-fixed-price structure aims to control costs and provide predictable spending. 5. The geographic focus on Texas highlights specific operational needs in that region. 6. The contractor, DEPLOYED RESOURCES LLC, is the sole awardee for this specific BPA call.

Value Assessment

Rating: good

The contract value of over $77 million for a period of less than a year suggests a substantial need for logistics consulting. Benchmarking this against similar large-scale consulting contracts is challenging without more specific service details. However, the firm-fixed-price nature of the award provides cost certainty for the government. The absence of multiple awardees on this specific call might indicate a highly specialized service or a competitive bidding process that favored one strong proposal.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, meaning all responsible sources were permitted to submit an offer. While the specific number of bids received is not provided, the 'full and open' designation implies a competitive process. This approach is generally expected to yield fair market pricing and encourage innovation from potential bidders.

Taxpayer Impact: A full and open competition ensures that taxpayer dollars are used efficiently by fostering a competitive environment that drives down prices and improves service quality.

Public Impact

The primary beneficiaries are U.S. Customs and Border Protection, receiving enhanced logistics support for their operations. The services delivered are expected to improve the efficiency and effectiveness of border security and trade facilitation. The geographic impact is concentrated in Texas, addressing specific regional operational requirements. The contract may have implications for the logistics and consulting workforce, potentially creating or sustaining jobs.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The logistics and supply chain consulting sector is a critical component of government operations, particularly for agencies managing extensive physical infrastructure and personnel. This contract falls within the broader professional services category, specifically focusing on process and distribution consulting. The market for such services is competitive, with numerous firms offering expertise. The value of this award is significant, reflecting the scale of operations managed by U.S. Customs and Border Protection.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, the primary awardee is likely a larger entity. There is no explicit information on subcontracting plans for small businesses within this BPA call, which could represent a missed opportunity for small business participation. Further analysis would be needed to determine if subcontracting goals were established or met.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the U.S. Customs and Border Protection contracting officers and program managers. The firm-fixed-price nature of the award simplifies some aspects of financial oversight. Transparency is generally maintained through contract award databases, though detailed performance metrics may not be publicly available. The Department of Homeland Security's Office of Inspector General may conduct audits or investigations if performance issues or potential fraud are identified.

Related Government Programs

Risk Flags

Tags

logistics-consulting, professional-services, homeland-security, customs-and-border-protection, bpa-call, firm-fixed-price, full-and-open-competition, texas, large-contract, process-consulting

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $77.2 million to DEPLOYED RESOURCES LLC. BRIDGE CONTRACT.

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 $77.2 million.

What is the period of performance?

Start: 2024-07-22. End: 2025-03-18.

What is the track record of DEPLOYED RESOURCES LLC in performing similar logistics consulting services for federal agencies?

Information regarding DEPLOYED RESOURCES LLC's specific track record with federal agencies for logistics consulting is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on similar government contracts. Agencies typically maintain internal databases or utilize systems like the Contractor Performance Assessment Reporting System (CPARS) to track contractor performance. Without access to these specific records, it is difficult to definitively assess their past performance in this domain. However, being awarded a contract of this magnitude suggests they met the minimum requirements and demonstrated capability during the bidding process.

How does the awarded amount of $77 million compare to typical spending on logistics consulting by U.S. Customs and Border Protection?

The provided data does not include historical spending figures for logistics consulting by U.S. Customs and Border Protection (CBP), making a direct comparison difficult. However, a $77 million award for a BPA call (Blanket Purchase Agreement Call) indicates a substantial and focused requirement. BPA calls are typically used for specific projects or needs that fall under a pre-existing BPA. The size of this call suggests it represents a significant portion of CBP's consulting budget for logistics in the specified period, or it addresses a particularly critical or large-scale operational need within Texas.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks include potential scope creep, where the project's requirements expand beyond the initial agreement, leading to cost overruns or delays. Another risk is the contractor's ability to deliver the promised expertise effectively within the defined timeframe. Mitigation strategies likely involve robust contract management by CBP officials, clear definition of deliverables and performance standards, and regular progress reviews. The firm-fixed-price structure also mitigates financial risk for the government by capping the total cost. Furthermore, the full and open competition process aims to select a contractor with a proven ability to manage such projects.

What is the expected impact of this contract on the efficiency of U.S. Customs and Border Protection's operations in Texas?

This contract is expected to enhance the efficiency of CBP's operations in Texas by providing specialized logistics consulting. This could involve optimizing supply chain routes, improving inventory management, streamlining the deployment of resources, or enhancing the coordination of personnel and equipment. By leveraging external expertise, CBP aims to identify and implement best practices in logistics, leading to faster processing times, reduced operational costs, and improved overall effectiveness in border security and trade facilitation efforts within the state.

What is the significance of the contract being a Firm Fixed Price (FFP) award?

A Firm Fixed Price (FFP) contract is significant because it establishes a ceiling price that the contractor must not exceed, regardless of the actual costs incurred. This structure shifts most of the risk from the government to the contractor. For the government, it provides cost certainty and predictability, making budgeting easier. It incentivizes the contractor to manage costs efficiently and perform the work within the agreed-upon budget. This type of contract is generally preferred when the scope of work is well-defined and the risks are manageable.

How does the geographic focus on Texas influence the nature and scope of the logistics consulting services?

The geographic focus on Texas suggests that the logistics consulting services are tailored to the specific operational environment and challenges faced by CBP in that region. Texas has a long border with Mexico, extensive coastline, and major ports of entry, all of which present unique logistical complexities. The consulting may address issues related to border patrol resource allocation, port operations, inter-agency coordination, and the management of seized assets or humanitarian aid. The services are likely designed to optimize the flow of people, goods, and resources within this specific, high-traffic operational theater.

Industry Classification

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

Product/Service Code: LEASE/RENT EQUIPMENTLEASE OR RENTAL OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70B01C24Q00000281

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: $87,197,922

Exercised Options: $77,188,275

Current Obligation: $77,188,275

Actual Outlays: $77,188,275

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70RDAD21A00000012

IDV Type: BPA

Timeline

Start Date: 2024-07-22

Current End Date: 2025-03-18

Potential End Date: 2025-07-17 11:01:12

Last Modified: 2025-04-29

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