DHS awards $7.89M contract for continuity planning and implementation support to S C & A INC

Contract Overview

Contract Amount: $7,887,705 ($7.9M)

Contractor: S C & a Inc

Awarding Agency: Department of Homeland Security

Start Date: 2023-09-05

End Date: 2027-01-24

Contract Duration: 1,237 days

Daily Burn Rate: $6.4K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TO PROVIDE SUPPORT TO THE CONTINUITY IMPLEMENTATION DIVISION (CID), APPLYING SPECIALIZED SUBJECT MATTER EXPERTISE IN MULTI-SECURITY DOMAIN, MULTI-STAKEHOLDER CONTINUITY PLANS AND OPERATIONS AS WELL AS PROVIDE ANALYTIC SUPPORT FOR THE CONTINUITY READI

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $7.9 million to S C & A INC for work described as: TO PROVIDE SUPPORT TO THE CONTINUITY IMPLEMENTATION DIVISION (CID), APPLYING SPECIALIZED SUBJECT MATTER EXPERTISE IN MULTI-SECURITY DOMAIN, MULTI-STAKEHOLDER CONTINUITY PLANS AND OPERATIONS AS WELL AS PROVIDE ANALYTIC SUPPORT FOR THE CONTINUITY READI Key points: 1. Contract focuses on specialized expertise in multi-security domain continuity plans and operations. 2. The award is a Delivery Order under a larger contract, indicating phased implementation. 3. The contract duration is over three years, suggesting a need for sustained support. 4. The procurement method was Full and Open Competition, aiming for broad market participation. 5. The contract type is Firm Fixed Price, providing cost certainty for the government. 6. The primary service area is Engineering Services, aligning with the technical nature of continuity planning.

Value Assessment

Rating: good

The contract value of $7.89 million over approximately 3.3 years appears reasonable for specialized continuity planning and implementation support. Benchmarking against similar contracts for continuity of operations (COOP) planning and subject matter expertise in multi-security domains is necessary for a definitive assessment. However, the firm-fixed-price structure suggests that the contractor bears the risk of cost overruns, which can be advantageous for the government if the scope is well-defined. The absence of specific performance metrics in the provided data makes a detailed value-for-money assessment challenging without further context.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under Full and Open Competition after Exclusion of Sources, indicating that the agency sought proposals from all responsible sources. The fact that it was a Delivery Order suggests it was likely competed as part of a larger Indefinite Delivery/Indefinite Quantity (IDIQ) contract or a similar vehicle. The number of bidders is not specified, but the 'full and open' designation implies a competitive process designed to solicit a range of offers, which generally aids in price discovery and achieving fair market value.

Taxpayer Impact: A full and open competition process is generally favorable for taxpayers as it encourages a wider pool of potential contractors to bid, leading to potentially lower prices and better quality services through competitive pressure.

Public Impact

The primary beneficiary is the Department of Homeland Security, specifically the Continuity Implementation Division (CID). The services delivered will enhance the agency's ability to maintain essential functions during disruptions. The geographic impact is centered in the District of Columbia, where the agency's operations are likely concentrated. The contract supports specialized roles requiring expertise in continuity planning and multi-security domains, potentially impacting a niche workforce.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Engineering Services sector (NAICS 541330) encompasses firms that provide professional engineering services. This contract falls within the government consulting and support services sub-sector, specifically focusing on specialized areas like continuity planning and operational resilience. The market for such services is driven by government mandates and the increasing need for robust business continuity and disaster recovery plans across federal agencies. Comparable spending benchmarks would involve analyzing other contracts for similar specialized consulting and engineering support related to national security and emergency preparedness.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The prime contractor, S C & A INC, is likely a mid-to-large sized firm given the contract value and specialized nature of the services. The absence of a small business set-aside means that opportunities for small business participation would typically be driven by the prime contractor's own subcontracting plan, if any.

Oversight & Accountability

Oversight for this contract would primarily reside with the Department of Homeland Security's contracting officers and program managers within the Federal Emergency Management Agency (FEMA). The contract's performance will likely be monitored through regular progress reports, performance reviews, and adherence to the firm-fixed-price terms. Transparency is facilitated by the contract award notice. Inspector General jurisdiction would apply if any allegations of fraud, waste, or abuse arise during the contract's performance.

Related Government Programs

Risk Flags

Tags

dhs, continuity-planning, engineering-services, firm-fixed-price, full-and-open-competition, delivery-order, s-c-and-a-inc, fema, district-of-columbia, specialized-expertise, national-security, emergency-preparedness

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $7.9 million to S C & A INC. TO PROVIDE SUPPORT TO THE CONTINUITY IMPLEMENTATION DIVISION (CID), APPLYING SPECIALIZED SUBJECT MATTER EXPERTISE IN MULTI-SECURITY DOMAIN, MULTI-STAKEHOLDER CONTINUITY PLANS AND OPERATIONS AS WELL AS PROVIDE ANALYTIC SUPPORT FOR THE CONTINUITY READI

Who is the contractor on this award?

The obligated recipient is S C & A 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 $7.9 million.

What is the period of performance?

Start: 2023-09-05. End: 2027-01-24.

What is the track record of S C & A INC. in providing continuity planning services to federal agencies?

Assessing the track record of S C & A INC. requires a review of their past performance on similar federal contracts. This would involve examining contract databases for previous awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any reported issues or successes. Specifically, one would look for experience in multi-security domain continuity, stakeholder engagement, and analytic support for continuity operations. A positive track record would demonstrate their capability to deliver on the requirements of this new contract, reducing performance risk for the Department of Homeland Security. Conversely, a history of poor performance or unresolved issues could indicate a higher risk for this award.

How does the awarded value compare to similar continuity planning contracts within DHS or other federal agencies?

To benchmark the $7.89 million award, one would compare it against contracts for similar services, such as continuity of operations (COOP) planning, emergency preparedness, and resilience support, awarded to other firms within DHS or across the federal government. Key comparison points include contract duration, scope of work (e.g., number of agencies supported, complexity of plans), and the level of specialized expertise required. If similar contracts for comparable scope and duration were awarded at significantly lower or higher values, it would provide context for whether this award represents good or questionable value. Factors like the specific threat landscape and evolving regulatory requirements can also influence pricing.

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

Primary risks for this contract include potential performance issues if S C & A INC. lacks the specific multi-security domain expertise required, challenges in stakeholder coordination across various entities, and the possibility of scope creep if continuity requirements are not clearly defined or evolve. Mitigation strategies likely include rigorous performance monitoring by DHS, clear definition of deliverables and success criteria in the contract, and potentially phased implementation with regular reviews. The firm-fixed-price nature also mitigates financial risk for the government, provided the scope is well-managed. The 'full and open' competition aims to select a contractor with a proven ability to manage these risks.

How effective is the 'Full and Open Competition after Exclusion of Sources' method in ensuring competitive pricing for specialized services like continuity planning?

The 'Full and Open Competition after Exclusion of Sources' method is intended to maximize competition by allowing all responsible sources to submit offers, while potentially excluding specific sources for defined reasons (though in this case, it seems to imply a broad solicitation). This approach generally promotes competitive pricing by bringing a wider range of vendors into the bidding process, encouraging them to offer their best prices to win the contract. For specialized services, this method helps ensure that the government accesses a broad market and selects the offer that provides the best value, considering both price and technical qualifications. The effectiveness hinges on the clarity of the solicitation and the number of qualified bidders who respond.

What is the historical spending trend for continuity planning and implementation support within the Department of Homeland Security?

Analyzing historical spending trends for continuity planning and implementation support within DHS would involve examining contract data over several fiscal years. This would reveal whether spending in this area is increasing, decreasing, or remaining stable, and identify the primary agencies or divisions within DHS that procure these services. Understanding these trends can indicate the agency's evolving priorities regarding preparedness and resilience, and whether this $7.89 million award represents a significant investment or a continuation of established spending patterns. It also helps in identifying key contractors and the typical contract values within this service category.

What are the potential implications of this contract on the broader market for continuity planning services?

This contract, awarded to S C & A INC. by a major federal agency like DHS, can have several implications for the broader market. Firstly, it validates the demand for specialized expertise in multi-security domain continuity planning. Secondly, it could enhance S C & A INC.'s market position and reputation, potentially leading to more contract awards in this niche. Thirdly, the 'full and open' competition suggests that other firms in the market were given an opportunity to bid, fostering a competitive environment. If the contract is successfully executed, it may set a benchmark for future solicitations in terms of scope, requirements, and pricing, influencing how other agencies structure their own continuity support contracts.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering 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

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2200 WILSON BLVD, ARLINGTON, VA, 22201

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

Financial Breakdown

Contract Ceiling: $7,887,705

Exercised Options: $7,887,705

Current Obligation: $7,887,705

Actual Outlays: $4,588,568

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QRAD20D1084

IDV Type: IDC

Timeline

Start Date: 2023-09-05

Current End Date: 2027-01-24

Potential End Date: 2027-01-24 00:00:00

Last Modified: 2026-01-30

More Contracts from S C & a Inc

View all S C & a Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending