DHS awards $25M contract for FOIA/PA processing support to Cherokee Strategic Solutions
Contract Overview
Contract Amount: $24,999,840 ($25.0M)
Contractor: Cherokee Strategic Solutions, L.L.C.
Awarding Agency: Department of Homeland Security
Start Date: 2023-03-30
End Date: 2027-03-29
Contract Duration: 1,460 days
Daily Burn Rate: $17.1K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FOIA/PA PROCESSING SUPPORT SERVICES CONTRACT
Place of Performance
Location: LEES SUMMIT, JACKSON County, MISSOURI, 64064
State: Missouri Government Spending
Plain-Language Summary
Department of Homeland Security obligated $25.0 million to CHEROKEE STRATEGIC SOLUTIONS, L.L.C. for work described as: FOIA/PA PROCESSING SUPPORT SERVICES CONTRACT Key points: 1. Contract awarded on a firm-fixed-price basis, indicating predictable costs for the government. 2. The contract duration of 1460 days (4 years) suggests a long-term need for these services. 3. Awarded by U.S. Citizenship and Immigration Services (USCIS), a component of DHS. 4. The North American Industry Classification System (NAICS) code 541990 covers 'All Other Professional, Scientific, and Technical Services'. 5. This contract represents a significant investment in managing public information requests.
Value Assessment
Rating: fair
The contract value of approximately $25 million over four years for FOIA/PA processing support appears to be within a reasonable range for such services, though specific benchmarks are difficult to ascertain without detailed service level agreements and performance metrics. The firm-fixed-price structure helps control costs. However, without comparative data on similar contracts or detailed breakdowns of the services provided, a definitive value-for-money assessment is challenging. The absence of a specific dollar amount for the base period or options makes it harder to track spending progression.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a sole-source justification, meaning it was not competed among multiple vendors. While the specific reasons for the sole-source award are not detailed here, such awards can sometimes lead to higher prices or less innovation compared to fully competed contracts. The lack of competition limits the government's ability to leverage market forces to secure the best possible pricing and service.
Taxpayer Impact: Sole-source awards mean taxpayers may not be receiving the most competitive pricing available in the market, as the opportunity for multiple vendors to bid was not provided.
Public Impact
Citizens and the public benefit from the processing of Freedom of Information Act (FOIA) and Privacy Act (PA) requests. Ensures timely and accurate responses to inquiries directed at U.S. Citizenship and Immigration Services. Supports the operational efficiency of USCIS by outsourcing specialized administrative tasks. The services are likely to be performed remotely or at contractor facilities, with potential implications for workforce distribution.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially reduces value for taxpayers.
- Lack of detailed performance metrics makes it difficult to assess service quality and efficiency.
- Contract duration of four years without clear break clauses could lock in services regardless of future needs or performance issues.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Long-term contract indicates a sustained need and commitment to addressing FOIA/PA backlogs.
- Award to an established entity (implied by 'strategic solutions') may suggest a degree of reliability.
Sector Analysis
The professional, scientific, and technical services sector is broad, encompassing a wide range of support functions for government agencies. FOIA/PA processing falls under administrative and information management services. The market for these services is competitive, with many firms offering specialized support. However, specific contracts like this, especially when sole-sourced, can represent significant portions of a single contractor's revenue within this niche. Benchmarking requires comparing to other government contracts for similar administrative support or information processing.
Small Business Impact
The 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 arising from a small business set-aside. The prime contractor, Cherokee Strategic Solutions, L.L.C., is likely a mid-to-large-sized business, and the contract's value suggests it is a significant award for them. The absence of small business participation goals means opportunities for small businesses to engage in subcontracting on this specific contract are not mandated.
Oversight & Accountability
Oversight for this contract would typically fall under the U.S. Citizenship and Immigration Services (USCIS) contracting officer and program managers within the Department of Homeland Security (DHS). Transparency is generally facilitated through contract award databases like FPDS. Accountability measures would be defined in the contract's statement of work and performance standards. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Department of Homeland Security FOIA Processing
- USCIS Administrative Support Contracts
- Federal Information Management Services
- Professional and Technical Services Contracts
Risk Flags
- Sole-source award may limit competitive pricing.
- Lack of detailed performance metrics hinders effectiveness assessment.
- Contract duration could pose long-term cost risks if needs change.
Tags
dhs, uscis, foia, privacy-act, professional-scientific-technical-services, sole-source, firm-fixed-price, definitive-contract, administrative-support, information-management, missouri
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $25.0 million to CHEROKEE STRATEGIC SOLUTIONS, L.L.C.. FOIA/PA PROCESSING SUPPORT SERVICES CONTRACT
Who is the contractor on this award?
The obligated recipient is CHEROKEE STRATEGIC SOLUTIONS, L.L.C..
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 $25.0 million.
What is the period of performance?
Start: 2023-03-30. End: 2027-03-29.
What is the specific scope of work for FOIA/PA processing services under this contract?
The provided data does not detail the specific scope of work. However, FOIA/PA processing services typically involve receiving, reviewing, redacting, and releasing documents in response to public information requests. This can include searching for responsive records, consulting with program offices, applying appropriate exemptions, and preparing final release packages. The contract likely outlines specific service level agreements (SLAs) for response times, quality control measures, and reporting requirements that define the precise tasks and expected outcomes for Cherokee Strategic Solutions.
What is the historical spending pattern for FOIA/PA processing support at USCIS?
Historical spending data for FOIA/PA processing support at USCIS is not available in the provided snippet. To assess historical patterns, one would need to examine past contracts awarded by USCIS for similar services. This would involve looking at contract values, durations, and the number of vendors involved over several fiscal years. Understanding past investments can help contextualize the current $25 million award and identify trends in outsourcing or internal resource allocation for these functions.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract?
The provided data does not specify the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. Typically, FOIA/PA processing contracts include metrics related to turnaround time for requests, accuracy of redactions, completeness of searches, and customer satisfaction. These KPIs are crucial for evaluating the contractor's performance and ensuring that USCIS is receiving efficient and effective support. Without these details, a thorough assessment of the contract's effectiveness is limited.
Why was this contract awarded on a sole-source basis instead of being competed?
The reason for the sole-source award is not detailed in the provided data. Sole-source awards are typically justified under specific circumstances outlined in federal acquisition regulations, such as when only one responsible source can provide the required services, or in cases of urgent and compelling need. For FOIA/PA processing, a sole-source award might be justified if a specific incumbent contractor possesses unique knowledge, systems, or capabilities essential for continuity of operations, or if a rapid response was required that precluded a full competition. Further investigation into the contract's justification documentation would be needed to understand the rationale.
What is the track record of Cherokee Strategic Solutions, L.L.C. in performing similar government contracts?
The provided data does not include information on the track record of Cherokee Strategic Solutions, L.L.C. To assess their performance, one would need to review their past contract history, including performance evaluations, any past performance issues, and their experience with similar FOIA/PA processing or administrative support services for federal agencies. Databases like the Federal Procurement Data System (FPDS) or CPARS (Contractor Performance Assessment Reporting System) would be valuable resources for this assessment.
How does the pricing of this contract compare to market rates for FOIA/PA processing services?
Direct comparison of pricing is difficult without detailed service breakdowns and market rate data specific to FOIA/PA processing. However, the firm-fixed-price nature of the contract suggests that the total cost is predetermined. To benchmark, one would need to analyze the per-request cost or hourly rates against industry standards for similar services, considering factors like complexity of records, redaction requirements, and turnaround times. The sole-source nature of the award raises concerns about whether the pricing truly reflects competitive market rates.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70SBUR23R00000019
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Cherokee Nation RED Wing, L.L.C.
Address: 777 WEST CHEROKEE STREET, CATOOSA, OK, 74015
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $24,999,840
Exercised Options: $24,999,840
Current Obligation: $24,999,840
Actual Outlays: $17,811,312
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-03-30
Current End Date: 2027-03-29
Potential End Date: 2027-03-29 00:00:00
Last Modified: 2026-02-18
More Contracts from Cherokee Strategic Solutions, L.L.C.
- Contractor, Cherokee Strategic Solutions, L.L.C Will Provide Equipment Fabrication, System Integration, Engineering, Tests, Logistics, and Installation Services to the Government to Support Weather Systems Tech Refresh — $66.0M (Department of Transportation)
- AV24 Auto Takeoff Study Pilot Participants — $153.7K (Department of Transportation)
View all Cherokee Strategic Solutions, L.L.C. federal contracts →
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)