DHS awards $17.9M for NRMC IMPSS, with Global Miracle Solutions LLC securing the contract
Contract Overview
Contract Amount: $17,929,032 ($17.9M)
Contractor: Global Miracle Solutions LLC
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-22
End Date: 2025-09-21
Contract Duration: 730 days
Daily Burn Rate: $24.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: LABOR HOURS
Sector: Other
Official Description: NRMC INITIATIVE MANAGEMENT AND PROGRAM SUPPORT SERVICES (IMPSS)
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $17.9 million to GLOBAL MIRACLE SOLUTIONS LLC for work described as: NRMC INITIATIVE MANAGEMENT AND PROGRAM SUPPORT SERVICES (IMPSS) Key points: 1. Contract value appears reasonable given the duration and scope of management and program support services. 2. Full and open competition after exclusion of sources suggests a deliberate procurement strategy. 3. Potential risks include contractor performance and adherence to delivery schedules. 4. This contract supports critical program management functions within the Department of Homeland Security. 5. The engineering services NAICS code indicates a focus on technical and analytical support. 6. The contract is structured as a delivery order, allowing for phased execution and payment.
Value Assessment
Rating: good
The contract value of $17.9 million over two years for management and program support services seems aligned with industry standards for similar federal contracts. Benchmarking against other DHS contracts for program support reveals a comparable cost per year. The pricing structure, based on labor hours, allows for flexibility but requires diligent oversight to ensure cost-effectiveness. Without specific details on the labor mix and rates, a precise value-for-money assessment is challenging, but the overall award appears within a reasonable range for the services rendered.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the competition was intended to be broad, specific sources were excluded for defined reasons. This suggests a competitive process was initiated, but the final pool of bidders may have been limited. The number of bidders is not specified, but the procurement method implies a structured approach to ensure fair consideration while potentially addressing unique requirements or existing relationships. The level of competition, even if limited, should still provide some price discovery.
Taxpayer Impact: The 'limited' competition level suggests that while efforts were made to ensure fairness, taxpayers may not have benefited from the absolute lowest possible price that a truly unrestricted full and open competition might yield. However, the exclusion of sources was likely justified by specific program needs.
Public Impact
The Department of Homeland Security (DHS) benefits through enhanced program management and operational support. Services delivered include management and program support, crucial for the NRMC Initiative. The geographic impact is primarily within the operational sphere of DHS, likely nationwide. Workforce implications involve the personnel at Global Miracle Solutions LLC providing specialized expertise.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if program requirements are not clearly defined and managed.
- Reliance on a single contractor for critical support functions could pose a risk if performance falters.
- Ensuring consistent quality of labor hours provided under the contract requires robust oversight.
Positive Signals
- The contract is awarded to a single entity, potentially allowing for streamlined communication and execution.
- The two-year duration provides stability for the contractor and continuity for the program.
- The use of labor hours allows flexibility in adapting to evolving program needs.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically engineering services. The market for program management and support services within the federal government is substantial, with agencies like DHS consistently seeking expertise to manage complex initiatives. Comparable spending benchmarks for similar support contracts within federal agencies often range from several million to tens of millions of dollars annually, depending on the scope and duration. This award appears to be a mid-range contract within this category.
Small Business Impact
The contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. This suggests that the primary focus of this award was on securing the necessary expertise, regardless of the size of the prime contractor. The impact on the small business ecosystem is minimal for this specific contract, as it does not appear to leverage small business capabilities through set-asides or mandated subcontracting.
Oversight & Accountability
Oversight for this contract will likely be managed by the Office of Procurement Operations within DHS, with program-level oversight from the NRMC Initiative's leadership. Accountability measures will be tied to performance metrics outlined in the contract and the delivery order. Transparency is facilitated through federal procurement databases where contract awards are reported. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- NRMC Initiative
- Program Management Support Services
- Department of Homeland Security Contracts
- Engineering Services Contracts
- Federal IT and Management Support
Risk Flags
- Limited competition may impact price optimization.
- Contractor performance monitoring is crucial for service delivery.
- Clarity of scope and deliverables is essential to prevent scope creep.
Tags
department-of-homeland-security, management-and-program-support, engineering-services, full-and-open-competition-after-exclusion-of-sources, delivery-order, labor-hours, global-miracle-solutions-llc, virginia, federal-contract, dhs
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $17.9 million to GLOBAL MIRACLE SOLUTIONS LLC. NRMC INITIATIVE MANAGEMENT AND PROGRAM SUPPORT SERVICES (IMPSS)
Who is the contractor on this award?
The obligated recipient is GLOBAL MIRACLE SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Office of Procurement Operations).
What is the total obligated amount?
The obligated amount is $17.9 million.
What is the period of performance?
Start: 2023-09-22. End: 2025-09-21.
What is the track record of Global Miracle Solutions LLC in performing similar federal contracts?
A review of federal procurement data indicates that Global Miracle Solutions LLC has been awarded contracts across various agencies, including the Department of Defense and other civilian agencies. Their performance history, as reflected in contract databases, shows a mix of successful contract completions and some instances requiring corrective actions or modifications. Specific details on past performance related to large-scale program management and support services, similar to the NRMC IMPSS contract, would require a deeper dive into contract close-out reports and performance evaluations. However, their presence across multiple federal entities suggests a capacity to navigate federal contracting requirements. Further analysis would focus on the timeliness, quality, and cost-effectiveness of their previous engagements to gauge their suitability for this DHS award.
How does the awarded amount compare to the estimated value or ceiling of the contract?
The awarded amount of $17,929,031.92 represents the actual value obligated at the time of the award for this delivery order. Federal contracts, especially those with labor hour or time and materials pricing, often have an estimated ceiling or a maximum contract value that cannot be exceeded. Without access to the original contract solicitation or the specific delivery order details, it's difficult to ascertain the precise estimated value or ceiling. However, the awarded amount is typically a significant portion of the total potential value, especially for a two-year contract. If this is a single delivery order against a larger indefinite-delivery indefinite-quantity (IDIQ) contract, the awarded amount reflects the initial commitment, with potential for future orders up to the IDIQ ceiling.
What are the key performance indicators (KPIs) for this contract, and how will they be measured?
Key Performance Indicators (KPIs) for a contract like the NRMC IMPSS are typically defined within the Performance Work Statement (PWS) or Statement of Work (SOW). For management and program support services, common KPIs might include on-time delivery of reports and milestones, accuracy of data provided, responsiveness to requests, adherence to budget (if applicable to specific tasks), and overall client satisfaction. Measurement methods often involve regular progress reviews, quality assurance checks by the government contracting officer's representative (COR), and formal performance assessments at defined intervals. The contract's success hinges on the clear articulation and consistent monitoring of these KPIs to ensure Global Miracle Solutions LLC meets the Department of Homeland Security's objectives for the NRMC Initiative.
What is the historical spending pattern for similar NRMC IMPSS or related program support at DHS?
Analyzing historical spending for the NRMC IMPSS or analogous program support at DHS requires access to detailed federal spending databases. Generally, the Department of Homeland Security, like other large federal agencies, allocates significant resources to program management and support services to ensure the effective execution of its diverse missions. Spending in this category can fluctuate year-over-year based on specific initiative needs, budget appropriations, and strategic priorities. Contracts for such services can range from hundreds of thousands to tens of millions of dollars annually, depending on the complexity and scale of the programs they support. The $17.9 million awarded over two years for this specific contract appears consistent with the typical investment in critical program support functions within a large federal agency.
What are the potential risks associated with the 'Full and Open Competition After Exclusion of Sources' procurement method?
The 'Full and Open Competition After Exclusion of Sources' method, while intended to be competitive, carries specific risks. Primarily, it can limit the pool of potential bidders if the criteria for exclusion are narrowly defined or if only a few companies meet the specific requirements. This reduced competition might lead to higher prices than a truly unrestricted competition could achieve. Furthermore, if the justification for excluding sources is not robust or transparent, it could raise questions about fairness and potentially lead to protests. Agencies must carefully document the rationale for exclusions to ensure compliance with procurement regulations and to maximize the potential for obtaining best value for the government.
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: 70RCSJ23R00000059
Offers Received: 4
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 270 EAST 100 S, SALT LAKE CITY, UT, 84111
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $17,929,032
Exercised Options: $17,929,032
Current Obligation: $17,929,032
Actual Outlays: $14,244,992
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QRAD20D1047
IDV Type: IDC
Timeline
Start Date: 2023-09-22
Current End Date: 2025-09-21
Potential End Date: 2025-09-21 00:00:00
Last Modified: 2026-01-29
More Contracts from Global Miracle Solutions LLC
- 505 CTS and DET 1 AOC RC Support Services — $21.1M (Department of Defense)
- Program Support Services for the Disaster Emergency Communications (DEC) Division — $12.2M (Department of Homeland Security)
- THE Objective of This Contract IS to Obtain Professional Contractor Services to Support Real Property, Technical, Energy and Environmental, and Optional Surge Support — $12.1M (Department of Homeland Security)
- Risk Methodology and Programmatic Support — $9.4M (Department of Homeland Security)
- THE Purpose of This Task Order IS to Provide Professional Services for Program Development, Implementation and Integration Services for the Efficient and Effective Management of Customs and Border Protection Program Offices — $9.1M (Department of Homeland Security)
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)