DHS awards $8.4M for strategic support, with ICE utilizing full and open competition
Contract Overview
Contract Amount: $8,441,210 ($8.4M)
Contractor: Celeen LLC
Awarding Agency: Department of Homeland Security
Start Date: 2021-09-29
End Date: 2026-09-29
Contract Duration: 1,826 days
Daily Burn Rate: $4.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 12
Pricing Type: FIXED PRICE LEVEL OF EFFORT
Sector: Other
Official Description: STRATEGIC SUPPORT SERVICES - OCFO
Place of Performance
Location: LUTZ, HILLSBOROUGH County, FLORIDA, 33558
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $8.4 million to CELEEN LLC for work described as: STRATEGIC SUPPORT SERVICES - OCFO Key points: 1. Contract value of $8.4 million over 5 years indicates a significant investment in strategic support services. 2. The use of 'Full and Open Competition After Exclusion of Sources' suggests a deliberate but potentially complex procurement process. 3. Fixed Price Level of Effort contract type aims to control costs while ensuring specific service delivery. 4. The contract spans 1826 days, aligning with long-term strategic planning needs. 5. The award to CELEEN LLC requires scrutiny of performance and value delivery over its duration. 6. The absence of small business set-aside flags potential missed opportunities for smaller enterprises in this contract.
Value Assessment
Rating: fair
The contract value of $8.4 million over five years for strategic support services is moderate. Benchmarking against similar contracts is difficult without more specific service details. However, the fixed-price nature suggests an attempt to manage costs, but the 'after exclusion of sources' clause warrants a closer look at whether the final price truly reflects competitive market rates or if the exclusion limited optimal pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was intended to be open, certain sources were excluded prior to the solicitation. The number of bidders is not specified, but the exclusion suggests a potentially narrowed field, which could impact price discovery and the overall competitiveness achieved compared to a truly unrestricted full and open competition.
Taxpayer Impact: Taxpayers may not have benefited from the broadest possible competition, potentially leading to a higher price than could have been achieved in an unrestricted procurement. The exclusion of sources requires justification to ensure it served a legitimate government interest without unduly limiting competition.
Public Impact
Provides strategic support services to the U.S. Immigration and Customs Enforcement (ICE) within the Department of Homeland Security. Benefits the operational efficiency and strategic planning capabilities of ICE. Services are delivered within Florida, indicating a specific geographic focus for this contract. The contract supports federal agency functions, indirectly impacting the workforce through enhanced agency operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'after exclusion of sources' clause raises concerns about the extent of competition and potential impact on pricing.
- Lack of small business set-aside may limit opportunities for smaller businesses to participate and grow.
- The specific nature of 'strategic support services' is broad and requires monitoring to ensure value for money.
Positive Signals
- The contract utilizes a fixed-price level of effort, which can provide cost certainty for the government.
- The award is for a significant duration (5 years), suggesting a stable and ongoing need for these services.
- The contract was awarded by a major federal agency (DHS), implying adherence to established procurement standards.
Sector Analysis
Strategic support services fall under professional, scientific, and technical services. This broad category encompasses a wide range of consulting, advisory, and analytical functions crucial for government operations. The market for such services is competitive, with numerous firms offering specialized expertise. This contract's value of $8.4 million is moderate within the context of large federal IT and professional services spending, but significant for the specific support functions it entails.
Small Business Impact
This contract does not appear to have a small business set-aside. The implications are that larger businesses or those not specifically designated for small business participation are the primary awardees. While subcontracting opportunities for small businesses may exist, they are not mandated by the contract structure itself, potentially limiting direct benefits to the small business ecosystem for this specific award.
Oversight & Accountability
Oversight for this contract would typically fall under the contracting officer and program managers within U.S. Immigration and Customs Enforcement (ICE). The fixed-price level of effort structure provides some cost control, but performance monitoring is crucial. Transparency is facilitated through federal procurement databases like FPDS, but detailed performance metrics and specific oversight activities are generally internal to the agency.
Related Government Programs
- Department of Homeland Security - Strategic Planning Contracts
- ICE - Professional and Technical Services
- Federal Management Consulting Services
- Government Support Services Contracts
Risk Flags
- Limited Competition Potential
- Lack of Small Business Participation
- Undefined Scope of Services
Tags
professional-services, strategic-support, dhs, ice, fixed-price, delivery-order, limited-competition, florida, ocfo, engineering-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $8.4 million to CELEEN LLC. STRATEGIC SUPPORT SERVICES - OCFO
Who is the contractor on this award?
The obligated recipient is CELEEN LLC.
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 $8.4 million.
What is the period of performance?
Start: 2021-09-29. End: 2026-09-29.
What specific strategic support services are being provided under this contract?
The provided data indicates the contract is for 'STRATEGIC SUPPORT SERVICES - OCFO' (Office of the Chief Financial Officer) for U.S. Immigration and Customs Enforcement (ICE). However, the specific nature of these services is not detailed. Generally, strategic support services can encompass a wide range of activities including policy analysis, program management support, financial advisory, organizational development, strategic planning assistance, and operational efficiency improvements. Without further documentation, the precise deliverables and scope remain undefined, making it difficult to assess the direct impact or necessity of the services.
How does the $8.4 million contract value compare to similar strategic support contracts within DHS or ICE?
Benchmarking the $8.4 million contract value requires comparing it to similar 'strategic support services' contracts awarded by DHS or ICE, ideally with comparable scopes of work and durations. Given the 5-year period (1826 days), the average annual value is approximately $1.68 million. This is a moderate-sized contract within the federal professional services landscape. Larger, more complex strategic initiatives could command tens or hundreds of millions. Smaller, more focused advisory tasks would be significantly less. Without specific details on the services rendered, a precise comparison is challenging, but it appears to be a substantial investment for ongoing support.
What are the risks associated with the 'Full and Open Competition After Exclusion of Sources' award method?
The 'Full and Open Competition After Exclusion of Sources' (FCAESO) award method presents specific risks. While it aims for broad competition, the exclusion of certain sources prior to solicitation means the government has already decided not to consider some potential offerors. This can limit the pool of qualified bidders, potentially reducing the number of competitive offers received. Risks include: 1) Suboptimal pricing: Fewer bidders may lead to less aggressive pricing. 2) Limited innovation: Excluded firms might have offered unique solutions. 3) Perceived fairness issues: If the exclusion criteria are not well-justified, it can raise questions about the integrity of the procurement process. The government must have a strong rationale for excluding sources to mitigate these risks.
What is the track record of CELEEN LLC in performing federal contracts, particularly within DHS?
Information regarding CELEEN LLC's track record is not provided in the data snippet. A thorough analysis would require examining past performance evaluations, contract history, and any reported issues or successes on previous federal awards. Specifically, assessing their experience with similar strategic support services, their performance ratings on prior DHS or ICE contracts, and their history of meeting cost, schedule, and performance requirements would be crucial. Without this data, it's impossible to evaluate their reliability and capability for this $8.4 million contract.
How does the fixed-price level of effort contract type influence cost control and performance monitoring?
A Fixed-Price Level of Effort (FPLE) contract type aims to provide cost certainty for the government while ensuring a defined amount of work is completed. The contractor is paid a fixed price for a specified number of direct labor hours (or other effort measure) at negotiated fixed labor rates. The primary benefit is cost predictability. However, performance monitoring is critical. The government must ensure the contractor is diligently applying the agreed-upon effort and achieving the required outcomes. If the contractor completes the effort early, the government still pays the full fixed price. Conversely, if more effort is needed than initially estimated, the government is not obligated to pay more unless the contract is modified. This necessitates close oversight to ensure efficient and effective service delivery.
What is the historical spending pattern for strategic support services at ICE?
The provided data only covers this specific $8.4 million contract awarded in 2021. To understand historical spending patterns for strategic support services at ICE, one would need to analyze federal procurement databases (like FPDS or USASpending) for previous years. This analysis should identify the total amount spent on similar service categories, the number and value of contracts awarded, the primary contractors, and trends over time. Understanding these patterns helps contextualize the current award, identify potential increases or decreases in spending, and assess whether this contract represents a new initiative or a continuation of existing support.
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
Solicitation ID: 70CMSW21R00000014
Offers Received: 12
Pricing Type: FIXED PRICE LEVEL OF EFFORT (B)
Evaluated Preference: NONE
Contractor Details
Address: 2 MATTS PATH, MASHANTUCKET, CT, 06338
Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Corporate Entity Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $8,441,210
Exercised Options: $8,441,210
Current Obligation: $8,441,210
Actual Outlays: $4,500,137
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $3,646,753
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QRAD20D1016
IDV Type: IDC
Timeline
Start Date: 2021-09-29
Current End Date: 2026-09-29
Potential End Date: 2026-09-29 00:00:00
Last Modified: 2026-02-20
More Contracts from Celeen LLC
- T&M- Uewtep III Core — $66.5M (Department of Defense)
- Usaid/Oti Institutional Support Services — $38.2M (Agency for International Development)
- Office of Security Programs: Program Management Support Services — $33.1M (Department of Homeland Security)
- Specialized Technical & Staff Support — $20.0M (Department of Defense)
- ---------- Comments: Attn: Jason Bell COR: Ariel Luna GTM: Chuck Childers Project Code: SEE Clins POP: BY: 9/29/22-9/28/23 OY1: 9/29/23-9/28/24 OY2:9/29/24-9/28/25 OY3: 9/29/25-9/28/26 OY4:9/29/26-9/28/27 Re-Compete Contract for Saqmma17f0889 CA C — $6.8M (Department of State)
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)