DHS awards $3.6M contract for HR consulting services to CHANGEIS, INC. under full and open competition
Contract Overview
Contract Amount: $3,628,077 ($3.6M)
Contractor: Changeis, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-30
End Date: 2025-09-29
Contract Duration: 730 days
Daily Burn Rate: $5.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: WORKLOAD ANALYSIS AND RESOURCE MODELING CONTRACT RECOMPETE
Place of Performance
Location: SOUTH BURLINGTON, CHITTENDEN County, VERMONT, 05403
State: Vermont Government Spending
Plain-Language Summary
Department of Homeland Security obligated $3.6 million to CHANGEIS, INC. for work described as: WORKLOAD ANALYSIS AND RESOURCE MODELING CONTRACT RECOMPETE Key points: 1. The contract is for workload analysis and resource modeling. 2. CHANGEIS, INC. is the incumbent contractor. 3. The contract was awarded under full and open competition after exclusion of sources. 4. The contract has a duration of 730 days. 5. The contract type is Firm Fixed Price.
Value Assessment
Rating: good
The contract value of $3.6M over two years appears reasonable for specialized HR consulting services. Benchmarking against similar government contracts for workload analysis and resource modeling would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, indicating a robust price discovery process. The exclusion of sources clause suggests specific criteria were met, but the impact on ultimate price competitiveness needs further review.
Taxpayer Impact: The use of full and open competition generally promotes fair pricing and maximizes taxpayer value by encouraging multiple bids.
Public Impact
Improves efficiency in resource allocation for USCIS. Enhances human capital planning and management. Supports critical immigration processing functions. Potential for improved service delivery to the public.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for incumbent advantage despite full and open competition.
- Clarity on 'exclusion of sources' rationale needed.
- Dependence on a single contractor for critical HR functions.
Positive Signals
- Awarded through full and open competition.
- Firm Fixed Price contract type controls costs.
- Long-term contract provides stability for USCIS.
Sector Analysis
This contract falls under Human Resources Consulting Services, a segment within professional services. Government spending in this area often focuses on improving operational efficiency and supporting agency missions through expert advice.
Small Business Impact
The provided data does not indicate any specific set-asides for small businesses. Further analysis would be needed to determine if small businesses had an opportunity to participate in this procurement.
Oversight & Accountability
The contract's oversight will likely involve the U.S. Citizenship and Immigration Services program office, ensuring deliverables meet requirements. The firm fixed price structure provides some cost control, but performance monitoring is crucial.
Related Government Programs
- Human Resources Consulting Services
- Department of Homeland Security Contracting
- U.S. Citizenship and Immigration Services Programs
Risk Flags
- Potential for limited competition due to 'exclusion of sources'.
- Incumbent contractor may have an advantage.
- Reliance on external expertise for critical HR functions.
- Need for robust performance monitoring to ensure value.
Tags
human-resources-consulting-services, department-of-homeland-security, vt, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $3.6 million to CHANGEIS, INC.. WORKLOAD ANALYSIS AND RESOURCE MODELING CONTRACT RECOMPETE
Who is the contractor on this award?
The obligated recipient is CHANGEIS, INC..
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 $3.6 million.
What is the period of performance?
Start: 2023-09-30. End: 2025-09-29.
What specific metrics will be used to evaluate the success of the workload analysis and resource modeling?
Success will likely be measured by the accuracy and actionable insights derived from the workload analysis, leading to optimized resource allocation. Key performance indicators may include demonstrable cost savings, improved staff utilization rates, and enhanced service delivery timelines as identified by the USCIS. The contract should clearly define these metrics and the evaluation methodology.
How does the 'exclusion of sources' clause impact the competitive landscape and potential for cost savings?
While awarded under 'full and open competition', the 'exclusion of sources' clause suggests specific, potentially narrow, criteria were applied. This could limit the number of eligible bidders, potentially reducing the intensity of competition and its downward pressure on price. A thorough review of the justification for this exclusion is necessary to ensure it did not unduly restrict market access or inflate costs.
What is the long-term strategy for ensuring continued access to effective HR consulting services beyond this contract?
The long-term strategy should involve market research to understand evolving HR consulting needs and available solutions. USCIS should consider a mix of contract vehicles, including potential future full and open competitions, to ensure sustained access to high-quality services. Building internal capabilities alongside external support could also mitigate long-term reliance on single vendors.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Human Resources Consulting 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: 70SBUR23Q00000168
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1530 WILSON BLVD, ARLINGTON, VA, 22209
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $3,628,077
Exercised Options: $3,628,077
Current Obligation: $3,628,077
Actual Outlays: $3,475,472
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $1,693,264
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QREB21D0022
IDV Type: IDC
Timeline
Start Date: 2023-09-30
Current End Date: 2025-09-29
Potential End Date: 2025-09-29 00:00:00
Last Modified: 2026-03-11
More Contracts from Changeis, Inc.
- Student and Exchange Visitor Program (sevp) Information Technology (IT) and Program Management Office (PMO) Support Services — $35.3M (Department of Homeland Security)
- THE Business and Financial Management (bafm-3) Services Efast Master Ordering Agreement (MOA) Blanket Purchase Agreement BPA Call Will Obtain Specialized, Senior-Level Business and Financial Management Services That Will AID Senior Management Within the Faas Communications, Information, and Network Programs (cinp) Group — $16.2M (Department of Transportation)
- Efast PA 24-003-C8 ATO Technical Analysis and Program Support II (ataps II) — $9.6M (Department of Transportation)
- Unified Registration System (URS) — $9.4M (Department of Transportation)
- Efast PA 22-015-C8 Research & Development Management Support Services — $6.5M (Department of Transportation)
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)