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
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
- Lack of specific performance metrics in provided data.
- Potential for scope creep in management consulting services.
Positive Signals
- Awarded through full and open competition.
- Clear service category (Administrative Management and General Management Consulting Services).
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
- Administrative Management and General Management Consulting Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Contract duration is lengthy (over 5 years).
- No specific performance metrics provided.
- Potential for undefined scope in consulting services.
- Reliance on a single vendor for critical support functions.
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 Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL 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.
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Department of the Interior)
- Icam to From 09/08/2022 - 09/07/2023 — $119.1M (Department of Justice)
- Appliance Standards Analysis and Regulatory Support Services — $114.6M (Department of Energy)
- Appliance Standards Analysis and Regulatory Support Service (asarss) — $103.5M (Department of Energy)
- Audit Infrastructure Support Services — $89.8M (Department of Defense)
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)