USCIS awards $52.5M contract for service center operations support to The Oryza Group LLC
Contract Overview
Contract Amount: $52,459,485 ($52.5M)
Contractor: THE Oryza Group LLC
Awarding Agency: Department of Homeland Security
Start Date: 2018-11-21
End Date: 2019-11-30
Contract Duration: 374 days
Daily Burn Rate: $140.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: LABOR HOURS
Sector: Other
Official Description: IGF::OT::IGF USCIS SERVICE CENTER OPERATIONS SUPPORT SERVICES (SCOSS)
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20529
Plain-Language Summary
Department of Homeland Security obligated $52.5 million to THE ORYZA GROUP LLC for work described as: IGF::OT::IGF USCIS SERVICE CENTER OPERATIONS SUPPORT SERVICES (SCOSS) Key points: 1. Contract value represents a significant investment in administrative support for USCIS service centers. 2. The award was made under full and open competition, suggesting a competitive bidding process. 3. The contract duration of approximately one year indicates a need for ongoing, but not long-term, operational assistance. 4. The primary service category is office administrative services, crucial for the efficient functioning of immigration processing. 5. The Oryza Group LLC is the sole contractor for this specific delivery order. 6. The contract was awarded as a delivery order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle or a similar framework.
Value Assessment
Rating: fair
Benchmarking the value of this $52.5 million contract is challenging without knowing the specific services rendered and the scope of work. However, for a one-year contract focused on administrative support, the amount suggests a substantial operational requirement. Comparing it to similar contracts for large-scale administrative support within federal agencies would provide better context. The pricing structure, likely based on labor hours, needs careful monitoring to ensure cost-effectiveness throughout the performance period.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'full and open competition after exclusion of sources.' This indicates that while the initial solicitation might have had some restrictions, the final award was made after a broad competitive process. The number of bidders is not specified, but the 'full and open' designation generally implies multiple interested parties were considered, which should theoretically lead to better price discovery and value for the government.
Taxpayer Impact: A competitive award process helps ensure taxpayer dollars are used efficiently by driving down costs through market forces. It signals that the government sought the best value from a range of qualified providers.
Public Impact
Citizens and legal residents seeking immigration services benefit from the efficient processing facilitated by these administrative operations. The contract supports the core functions of U.S. Citizenship and Immigration Services (USCIS) service centers. The geographic impact is primarily within the District of Columbia, where the service center operations are likely managed or coordinated. The contract supports administrative roles, potentially impacting a workforce focused on back-office functions rather than direct public-facing services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if the administrative tasks are not clearly defined and managed.
- Reliance on a single contractor for a significant operational support function could pose a risk if performance issues arise.
- The 'delivery order' nature suggests it might be part of a larger contract, requiring oversight of the parent IDIQ as well.
Positive Signals
- Awarded through full and open competition, indicating a robust selection process.
- The contract addresses a critical operational need for USCIS service centers.
- The specific award amount suggests a well-defined scope of work was anticipated.
Sector Analysis
The federal administrative support services sector is vast, encompassing a wide range of functions from general office management to specialized support. This contract falls within the broader category of professional, scientific, and technical services, specifically focusing on administrative and support activities. Comparable spending benchmarks would typically involve analyzing other large federal contracts for similar administrative support services across agencies like DHS, GSA, or HHS. The market size for such services is substantial, driven by the ongoing need for operational efficiency within government agencies.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a large contract awarded through full and open competition, it is unlikely to have significant direct subcontracting opportunities for small businesses unless specified within the contract's statement of work. The focus is on a prime contractor capable of handling a large-scale administrative support requirement.
Oversight & Accountability
Oversight for this contract would primarily fall under the U.S. Citizenship and Immigration Services (USCIS) contracting officers and program managers. The Department of Homeland Security's Office of Inspector General (OIG) may also conduct audits or investigations into contract performance and financial management. Transparency is facilitated through contract award databases like FPDS-NG, where basic details are publicly available. Accountability measures would be defined in the contract's terms and conditions, including performance standards and remedies for non-compliance.
Related Government Programs
- USCIS Operations Support Contracts
- Federal Administrative Services
- Department of Homeland Security IT and Administrative Support
- Office Administrative Services Contracts
- Immigration Services Support
Risk Flags
- Potential for performance issues impacting USCIS processing times.
- Contract duration is relatively short, requiring potential future re-competition or extension.
- Lack of specific performance metrics in the provided data makes objective assessment difficult.
Tags
dhs, uscis, administrative-support, office-administrative-services, labor-hours, full-and-open-competition, delivery-order, district-of-columbia, professional-services, contract-award, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $52.5 million to THE ORYZA GROUP LLC. IGF::OT::IGF USCIS SERVICE CENTER OPERATIONS SUPPORT SERVICES (SCOSS)
Who is the contractor on this award?
The obligated recipient is THE ORYZA GROUP LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Citizenship and Immigration Services).
What is the total obligated amount?
The obligated amount is $52.5 million.
What is the period of performance?
Start: 2018-11-21. End: 2019-11-30.
What is the specific nature of the 'service center operations support' provided under this contract?
The contract, identified as USCIS SERVICE CENTER OPERATIONS SUPPORT SERVICES (SCOSS), focuses on providing administrative support to USCIS service centers. While the exact tasks are not detailed in the provided data, typical services in this category include managing correspondence, data entry, document processing, scheduling, record keeping, and other back-office functions essential for the smooth operation of immigration benefit applications and petitions. This support is critical for enabling USCIS to process applications efficiently and effectively, impacting the timeliness of decisions for individuals seeking immigration benefits.
How does the $52.5 million award compare to historical spending on similar USCIS administrative support contracts?
Without access to historical spending data for specific USCIS administrative support contracts, a direct comparison is difficult. However, $52.5 million for approximately one year of service (November 2018 - November 2019) indicates a substantial requirement. USCIS operations are complex and high-volume, often necessitating significant investments in administrative and operational support. Larger, multi-year contracts for similar services could range from tens to hundreds of millions of dollars, depending on the scope and duration. This award appears to be a significant, but potentially standard, investment for supporting major service center functions.
What are the key performance indicators (KPIs) or metrics used to evaluate The Oryza Group LLC's performance?
The provided data does not specify the Key Performance Indicators (KPIs) or metrics for this contract. However, typical KPIs for administrative support services contracts often include metrics related to timeliness of task completion (e.g., response times, processing times), accuracy rates (e.g., data entry accuracy, error rates), adherence to procedures, customer satisfaction (if applicable to internal stakeholders), and overall efficiency. USCIS contracting officers would monitor these metrics to ensure the contractor meets the required service levels outlined in the contract's Performance Work Statement (PWS).
What is the track record of The Oryza Group LLC in performing similar federal contracts?
The Oryza Group LLC has a history of performing federal contracts, as indicated by this award. To assess their track record, one would need to examine their past performance on similar contracts, particularly those involving administrative support or services for agencies like the Department of Homeland Security or its components. Databases like the Federal Procurement Data System (FPDS) can provide details on previous awards, contract types, and performance history. A review of past performance evaluations and any reported issues or successes would be crucial for a comprehensive understanding of their capabilities.
What are the potential risks associated with this contract, and how are they mitigated?
Potential risks include performance deficiencies by the contractor, scope creep, or issues with personnel security and retention. Mitigation strategies typically involve robust contract oversight by USCIS, clearly defined performance standards in the contract, regular performance reviews, and contingency planning. The 'full and open competition' aspect also mitigates risk by ensuring a competitive market initially. Furthermore, contract clauses often include remedies for non-performance, allowing the government to take corrective actions if necessary.
How does this contract align with USCIS's broader mission and strategic goals?
This contract directly supports USCIS's mission to fairly and efficiently manage the nation's lawful immigration system. By providing essential administrative support to service centers, it enables the timely processing of immigration applications and petitions, which is a core function of USCIS. Efficient operations contribute to national security, economic vitality, and the fulfillment of humanitarian commitments. The contract's focus on operational support aligns with strategic goals aimed at improving processing times, enhancing customer service, and maintaining the integrity of the immigration system.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Office Administrative Services › Office Administrative Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSSCCG-14-R-00027
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 8326 OFFICE PARK DR, DOUGLASVILLE, GA, 30134
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $52,459,485
Exercised Options: $52,459,485
Current Obligation: $52,459,485
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSSCCG15D00002
IDV Type: IDC
Timeline
Start Date: 2018-11-21
Current End Date: 2019-11-30
Potential End Date: 2019-11-30 00:00:00
Last Modified: 2020-06-15
More Contracts from THE Oryza Group LLC
- Uscis Service Center Operations Support Services (scoss) — $54.9M (Department of Homeland Security)
- Uscis Service Center Operations Support Services (scoss) — $53.2M (Department of Homeland Security)
- Uscis Service Center Operations Support Services (scoss) — $46.1M (Department of Homeland Security)
- Federal Contract — $22.9M (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)