DHS Awards $12.6M for Transportation Management Support to Guidehouse Inc

Contract Overview

Contract Amount: $12,619,963 ($12.6M)

Contractor: Guidehouse Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2019-09-16

End Date: 2025-03-15

Contract Duration: 2,007 days

Daily Burn Rate: $6.3K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TRANSPORTATION MANAGEMENT OFFICE SUPPORT SERVICES

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $12.6 million to GUIDEHOUSE INC. for work described as: TRANSPORTATION MANAGEMENT OFFICE SUPPORT SERVICES Key points: 1. Contract awarded to Guidehouse Inc. for administrative and management consulting services. 2. The contract has a total value of $12.6 million over its period of performance. 3. Full and open competition was utilized for this award. 4. The contract supports U.S. Immigration and Customs Enforcement (ICE) operations. 5. The North American Industry Classification System (NAICS) code is 541611.

Value Assessment

Rating: good

The contract's value of $12.6 million appears reasonable for comprehensive transportation management support services over a multi-year period. Benchmarking against similar contracts for administrative and management consulting would provide further validation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a robust price discovery process. This method typically leads to competitive pricing as multiple vendors had the opportunity to bid.

Taxpayer Impact: The use of full and open competition is generally favorable for taxpayers, as it aims to secure the best value through market forces.

Public Impact

Ensures efficient transportation operations for ICE, a critical component of homeland security. Supports administrative and management functions, potentially improving resource allocation and service delivery. The contract duration extends into March 2025, indicating ongoing support needs. Awarded to a single vendor, Guidehouse Inc., for specialized services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional services sector, specifically administrative and management consulting. Spending in this area can vary significantly based on agency needs for strategic planning, operational efficiency, and specialized expertise.

Small Business Impact

The data indicates that small business participation was not a factor in this specific award (ss: false, sb: false). Further analysis would be needed to determine if subcontracting opportunities were made available to small businesses.

Oversight & Accountability

The contract was awarded by the Department of Homeland Security to support U.S. Immigration and Customs Enforcement. Oversight would typically involve regular performance reviews and adherence to contract terms by both parties.

Related Government Programs

Risk Flags

Tags

administrative-management-and-general-ma, department-of-homeland-security, dc, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $12.6 million to GUIDEHOUSE INC.. TRANSPORTATION MANAGEMENT OFFICE SUPPORT SERVICES

Who is the contractor on this award?

The obligated recipient is GUIDEHOUSE INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).

What is the total obligated amount?

The obligated amount is $12.6 million.

What is the period of performance?

Start: 2019-09-16. End: 2025-03-15.

What specific transportation management challenges is ICE seeking to address with these consulting services?

The provided data does not specify the exact transportation management challenges ICE aims to address. However, consulting services in this domain typically focus on optimizing logistics, improving fleet management, enhancing travel coordination, ensuring regulatory compliance, and streamlining operational workflows to achieve cost savings and increased efficiency.

How does Guidehouse Inc.'s pricing compare to industry benchmarks for similar management consulting contracts?

Without specific pricing details beyond the total contract value and the absence of a per-unit cost benchmark, a direct comparison to industry benchmarks is challenging. However, the contract's award under full and open competition suggests that the pricing was deemed competitive at the time of award. Further analysis would require access to detailed cost breakdowns and market research data.

What are the key performance indicators (KPIs) used to measure the effectiveness of Guidehouse Inc.'s support services?

The provided data does not include specific Key Performance Indicators (KPIs) for this contract. Effective oversight would necessitate the establishment and monitoring of measurable outcomes related to transportation efficiency, cost savings, service delivery improvements, and adherence to project timelines. These KPIs would be crucial for evaluating the contractor's performance and ensuring value for taxpayer money.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&DSPECIAL STUDIES - NOT R and D

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70CDCR19Q00000012

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Peraton Technology Services Inc.

Address: 1676 INTERNATIONAL DR STE 800, MC LEAN, VA, 22102

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $12,619,963

Exercised Options: $12,619,963

Current Obligation: $12,619,963

Actual Outlays: $5,472,210

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS00F045DA

IDV Type: FSS

Timeline

Start Date: 2019-09-16

Current End Date: 2025-03-15

Potential End Date: 2025-03-15 00:00:00

Last Modified: 2026-01-13

More Contracts from Guidehouse Inc.

View all Guidehouse Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending