DHS FEMA Awards $11.85M Task Order to Booz Allen Hamilton for 4-Month Option Year 4
Contract Overview
Contract Amount: $11,851,191 ($11.9M)
Contractor: Booz Allen Hamilton Inc
Awarding Agency: Department of Homeland Security
Start Date: 2018-01-15
End Date: 2018-11-15
Contract Duration: 304 days
Daily Burn Rate: $39.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS AWARD FEE
Sector: Other
Official Description: THE PURPOSE OF THIS TASK ORDER IS TO EXERCISE OPTION YEAR 4 FOR 4 MONTHS.
Place of Performance
Location: MONROE, UNION County, NORTH CAROLINA, 28110
Plain-Language Summary
Department of Homeland Security obligated $11.9 million to BOOZ ALLEN HAMILTON INC for work described as: THE PURPOSE OF THIS TASK ORDER IS TO EXERCISE OPTION YEAR 4 FOR 4 MONTHS. Key points: 1. Contract value of $11.85M for a 4-month extension. 2. Booz Allen Hamilton Inc. is the incumbent contractor. 3. Task order falls under Administrative Management and General Management Consulting Services. 4. Awarded via full and open competition.
Value Assessment
Rating: fair
The contract is a Cost Plus Award Fee type, which can lead to higher costs if not managed carefully. The award fee structure needs clear performance metrics to ensure value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, suggesting a competitive bidding process. This method generally promotes price discovery and potentially better pricing for the government.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently, though the Cost Plus Award Fee structure warrants monitoring for cost control.
Public Impact
Supports critical FEMA operations through management consulting services. Ensures continuity of essential government functions. Potential impact on disaster response and management capabilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Award Fee structure requires careful oversight.
- Short 4-month duration may indicate a need for further contract actions.
Positive Signals
- Awarded under full and open competition.
- Incumbent contractor likely has institutional knowledge.
Sector Analysis
This contract falls within the professional services sector, specifically management consulting. Benchmarks for similar services vary widely based on scope and complexity, but the value suggests a significant engagement.
Small Business Impact
The data does not indicate any specific set-aside for small businesses. The prime contractor is Booz Allen Hamilton Inc., a large business.
Oversight & Accountability
The Cost Plus Award Fee contract type necessitates robust oversight to ensure performance objectives are met and costs are controlled. The agency's ability to manage the award fee component is crucial.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Cost Plus Award Fee structure.
- Short contract duration (4 months).
- Potential for cost overruns if award fee is not tightly managed.
- Lack of small business participation indicated.
Tags
administrative-management-and-general-ma, department-of-homeland-security, nc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $11.9 million to BOOZ ALLEN HAMILTON INC. THE PURPOSE OF THIS TASK ORDER IS TO EXERCISE OPTION YEAR 4 FOR 4 MONTHS.
Who is the contractor on this award?
The obligated recipient is BOOZ ALLEN HAMILTON 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 $11.9 million.
What is the period of performance?
Start: 2018-01-15. End: 2018-11-15.
What specific performance metrics are tied to the award fee component of this contract, and how are they measured to ensure value for money?
The award fee component is typically tied to specific performance objectives outlined in the contract. These metrics could include timeliness of deliverables, quality of analysis, effectiveness of recommendations, and overall client satisfaction. The agency's quality assurance personnel would monitor performance against these metrics, providing input for the award fee determination. Clear, objective, and measurable criteria are essential to ensure the fee reflects actual value delivered and prevents inflated costs.
Given the short 4-month extension, what is the long-term strategy for these management consulting services, and are there plans for a more comprehensive recompete?
A short 4-month extension often suggests that the agency is managing a transition, awaiting a new contract award, or addressing an immediate, short-term need. The long-term strategy would depend on FEMA's evolving requirements for management consulting. If these services are mission-critical and ongoing, a more substantial recompete or extension strategy would be expected. Understanding the rationale behind the short duration is key to assessing future needs and potential risks.
How does the agency ensure that the administrative and management consulting services provided by Booz Allen Hamilton directly contribute to FEMA's core mission effectiveness, particularly in disaster
The agency ensures contribution through clearly defined task orders, performance work statements, and regular progress reviews. For FEMA, this could involve consulting on improving emergency response coordination, optimizing resource allocation during disasters, enhancing communication strategies, or streamlining administrative processes. Success is measured by the tangible improvements in FEMA's operational efficiency and effectiveness, directly impacting their ability to manage and respond to crises.
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: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Parent Company: Booz Allen Hamilton Holding Corporation
Address: 8283 GREENSBORO DR, MCLEAN, 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: $12,595,657
Exercised Options: $11,851,191
Current Obligation: $11,851,191
Actual Outlays: $65,080
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSFE6013D0020
IDV Type: IDC
Timeline
Start Date: 2018-01-15
Current End Date: 2018-11-15
Potential End Date: 2018-11-15 00:00:00
Last Modified: 2026-01-22
More Contracts from Booz Allen Hamilton Inc
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (General Services Administration)
- Transformation Twenty-One Total Technology Next Generation (T4NG) Task Order - Benefits Integrated Delivery — $1.4B (Department of Veterans Affairs)
- Federal Contract — $1.2B (General Services Administration)
- Product and Technology Ecosystem Management Services (ptems)which Includes Product Delivery and Lifecycle Management to Transform VA by Tapping Into Emerging Technologies, Connecting Developers With VA Data, and Making Human Centered Design (HCD) — $1.1B (Department of Veterans Affairs)
- Task Order Award — $1.1B (General Services Administration)
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)