DHS awards $10.6M BPA for stakeholder engagement support to Guidehouse Inc
Contract Overview
Contract Amount: $10,610,990 ($10.6M)
Contractor: Guidehouse Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2023-04-06
End Date: 2026-04-05
Contract Duration: 1,095 days
Daily Burn Rate: $9.7K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IPAWS STAKEHOLDER ENGAGEMENT SUPPORT BPA
Place of Performance
Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $10.6 million to GUIDEHOUSE INC. for work described as: IPAWS STAKEHOLDER ENGAGEMENT SUPPORT BPA Key points: 1. Contract provides administrative management and general management consulting services. 2. The contract is a Blanket Purchase Agreement (BPA) with a 3-year duration. 3. Awarded under full and open competition, indicating a broad search for qualified vendors. 4. The contract type is Firm Fixed Price, which helps in cost control. 5. The BPA is managed by the Federal Emergency Management Agency (FEMA) within DHS. 6. No small business set-aside was utilized for this procurement.
Value Assessment
Rating: good
The contract value of $10.6 million over three years for stakeholder engagement support appears reasonable given the scope of administrative and management consulting services. Benchmarking against similar large-scale consulting contracts within federal agencies suggests this pricing is within expected ranges. The firm fixed-price structure provides cost certainty for the government, although it places more risk on the contractor to manage expenses effectively. Further analysis would require detailed task orders to assess the specific value delivered per service.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit an offer. This approach typically fosters a competitive environment, encouraging multiple bidders to present their best pricing and technical solutions. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust competition was sought.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down prices and ensuring the government receives the most advantageous offers available in the market.
Public Impact
The primary beneficiaries are the Department of Homeland Security and its agencies, particularly FEMA, which will receive enhanced support for stakeholder engagement. Services delivered will likely include strategic planning, communication strategies, and relationship management with various stakeholders. The geographic impact is national, as stakeholder engagement often involves diverse groups across the United States. Workforce implications may include the need for specialized consultants with expertise in public affairs, policy, and program management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if task orders are not clearly defined.
- Reliance on a single contractor for critical engagement support could pose a risk if performance falters.
Positive Signals
- Firm Fixed Price contract provides cost predictability.
- Full and open competition suggests a competitive award process.
- Long-term BPA allows for streamlined procurement of ongoing services.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically administrative management and general management consulting. This sector is a significant component of federal spending, supporting a wide array of government functions. The market for such services is competitive, with numerous firms offering expertise in strategic planning, policy analysis, and program support. The $10.6 million BPA value is moderate for a multi-year federal consulting engagement.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This means the competition was open to all eligible businesses, including large corporations. While there is no direct subcontracting requirement specified, large prime contractors often utilize small businesses for specialized support, which could indirectly benefit the small business ecosystem. However, the absence of a set-aside means direct opportunities for small businesses through this specific award mechanism are not prioritized.
Oversight & Accountability
Oversight for this BPA will likely be managed by the contracting officer and program managers within FEMA. Task orders issued under the BPA will specify deliverables and performance metrics. The firm fixed-price nature of the contract incentivizes the contractor to meet these requirements efficiently. Transparency is facilitated through federal procurement databases where contract awards are reported. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- DHS Strategic Planning Support
- FEMA Program Management Services
- Federal Stakeholder Communication Contracts
- Administrative Management Consulting Services
Risk Flags
- Potential for undefined scope in task orders
- Contractor performance variability
- Over-reliance on a single vendor for critical functions
Tags
dhs, fema, stakeholder-engagement, management-consulting, blanket-purchase-agreement, full-and-open-competition, firm-fixed-price, administrative-services, professional-services, virginia, guidehouse-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $10.6 million to GUIDEHOUSE INC.. IPAWS STAKEHOLDER ENGAGEMENT SUPPORT BPA
Who is the contractor on this award?
The obligated recipient is GUIDEHOUSE INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Federal Emergency Management Agency).
What is the total obligated amount?
The obligated amount is $10.6 million.
What is the period of performance?
Start: 2023-04-06. End: 2026-04-05.
What is the track record of Guidehouse Inc. in performing similar federal contracts, particularly within DHS or FEMA?
Guidehouse Inc. has a significant track record of performing federal contracts across various agencies, including the Department of Homeland Security. They specialize in management consulting, technology, and risk advisory services. For FEMA, they have previously been involved in contracts related to disaster response, financial management, and program support. Their experience often includes large-scale, complex engagements requiring strategic planning, operational improvements, and stakeholder coordination. A review of their past performance on similar contracts would indicate their capability to successfully execute the IPAWS Stakeholder Engagement Support BPA, assessing factors like on-time delivery, budget adherence, and quality of service.
How does the $10.6 million value compare to similar federal stakeholder engagement support contracts?
The $10.6 million value for a three-year Blanket Purchase Agreement (BPA) for stakeholder engagement support is within a moderate range for federal consulting services. Similar contracts awarded by agencies like DHS, HHS, or DoD for strategic communications, public affairs, or program outreach can range from a few million to tens of millions of dollars annually, depending on the scope and duration. For instance, a multi-year contract for comprehensive public relations and stakeholder management for a large federal program could easily exceed this amount. The BPA structure allows for flexibility, meaning the actual spending could be less than the ceiling, but the $10.6 million represents the maximum potential obligation. This value suggests a significant, but not exceptionally large, scope of work.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks include potential misalignment between contractor efforts and agency objectives, contractor performance issues, and cost overruns if task orders are not well-defined. Mitigation strategies involve clear statement of work (SOW) in each task order, robust performance monitoring by government personnel, regular progress reviews, and the firm fixed-price contract type which incentivizes contractor efficiency. The 'full and open' competition aims to select a capable contractor, reducing performance risk. However, continuous government oversight and clear communication channels are crucial throughout the BPA's lifecycle to manage these risks effectively.
How effective is the firm fixed-price contract type in ensuring value for money for this type of service?
The firm fixed-price (FFP) contract type is generally effective in ensuring value for money for services where the scope of work can be clearly defined and is unlikely to change significantly. For stakeholder engagement support, which can involve strategic planning and communication, an FFP contract incentivizes the contractor to perform efficiently and manage their costs to maximize profit. This shifts the cost-risk to the contractor. For the government, it provides cost certainty. However, if the scope is highly dynamic or requires significant adaptation, an FFP contract might be less suitable than other types, potentially leading to change orders or contractor reluctance to adapt without additional compensation. For this BPA, assuming well-defined task orders, FFP is a suitable choice for cost control.
What are the historical spending patterns for similar stakeholder engagement or management consulting services within FEMA or DHS?
FEMA and DHS historically spend significant amounts on management and professional services, including stakeholder engagement, strategic planning, and program support. Annual spending in these categories often runs into the hundreds of millions of dollars across both agencies. These services are crucial for managing complex disaster response operations, inter-agency coordination, and public communication efforts. Spending patterns can fluctuate based on national priorities, disaster events, and specific program needs. This $10.6 million BPA represents a portion of that broader spending, likely focused on specific initiatives or ongoing support needs related to IPAWS.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
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
Parent Company: Veritas Capital Fund Management, L.L.C.
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: $19,020,088
Exercised Options: $10,610,990
Current Obligation: $10,610,990
Actual Outlays: $7,000,652
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70FA5023A00000001
IDV Type: BPA
Timeline
Start Date: 2023-04-06
Current End Date: 2026-04-05
Potential End Date: 2026-04-05 00:00:00
Last Modified: 2026-04-01
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)