DHS awards $18.6M BPA call to Guidehouse for TSA management consulting services
Contract Overview
Contract Amount: $18,596,556 ($18.6M)
Contractor: Guidehouse Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-30
End Date: 2026-09-29
Contract Duration: 729 days
Daily Burn Rate: $25.5K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CALL ORDER UNDER TSA PASS BPA TO GUIDEHOUSE FOR TITANS
Place of Performance
Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $18.6 million to GUIDEHOUSE INC. for work described as: CALL ORDER UNDER TSA PASS BPA TO GUIDEHOUSE FOR TITANS Key points: 1. Contract focuses on administrative and general management consulting, a common need across federal agencies. 2. The award is a call order under an existing Blanket Purchase Agreement (BPA), suggesting a streamlined procurement process. 3. The firm-fixed-price contract type indicates that the total cost is fixed, providing cost certainty for the government. 4. The duration of 729 days (approximately 2 years) suggests a medium-term engagement for the services. 5. The contract was awarded through full and open competition, implying a broad range of potential bidders participated. 6. The specific NAICS code (541611) points to a focus on management consulting services.
Value Assessment
Rating: good
The contract value of $18.6 million over approximately two years for management consulting services appears reasonable given the scope. Benchmarking against similar large-scale consulting contracts within DHS or TSA would provide a more precise value-for-money assessment. The firm-fixed-price structure helps manage cost overruns. Without specific deliverables or performance metrics, a definitive value assessment is challenging, but the competitive nature of the award suggests a market-driven price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition, indicating that all responsible sources were permitted to submit a bid. The specific details on the number of bidders are not provided, but the 'full and open' designation suggests a robust competitive environment. This approach is designed to foster price discovery and ensure the government receives competitive pricing by allowing a wide array of qualified contractors to participate.
Taxpayer Impact: A full and open competition generally benefits taxpayers by driving down costs through robust bidding and ensuring that the most capable and cost-effective solution is selected.
Public Impact
The Transportation Security Administration (TSA) is the primary beneficiary, receiving management consulting support. Services are expected to enhance administrative and general management functions within the TSA. The contract is geographically focused on Virginia, where the agency is likely located or where services will be performed. The contract supports the federal workforce by engaging a professional services firm.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or deliverables makes it difficult to assess the true impact and value of the consulting services.
- The reliance on a BPA call order, while efficient, might limit the depth of competition compared to a standalone solicitation.
- The broad nature of 'Administrative Management and General Management Consulting Services' could lead to scope creep if not tightly managed.
Positive Signals
- Awarded through full and open competition, suggesting a competitive pricing environment.
- Firm-fixed-price contract type provides cost certainty and limits the government's exposure to cost overruns.
- The use of an existing BPA streamlines the procurement process, potentially leading to faster service delivery.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically management consulting. This sector is a significant component of federal spending, supporting a wide range of agency operations. The market for management consulting services is highly competitive, with numerous firms offering specialized expertise. The value of this contract is moderate within the context of large federal consulting engagements, but significant for the specific services provided to the TSA.
Small Business Impact
The data indicates that small business participation (sb: false) was not a specific set-aside requirement for this contract. There is no explicit mention of subcontracting plans for small businesses. This suggests that the primary contractor, Guidehouse Inc., will likely handle the majority of the work, with potential subcontracting opportunities not being a mandated focus of this particular award.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's contracting and program management offices, with specific oversight likely managed by the Transportation Security Administration. As a call order under a BPA, the underlying BPA likely has established oversight mechanisms. Transparency is facilitated by public contract databases, but detailed performance reviews and Inspector General audits would depend on specific agency protocols and any identified issues.
Related Government Programs
- DHS Management and Program Support Contracts
- TSA Operational Support Services
- Federal Management Consulting Services
- BPA Call Orders
- Administrative Services Contracts
Risk Flags
- Potential for scope creep
- Difficulty in measuring performance impact
- Over-reliance on external consultants
Tags
dhs, tsa, management-consulting, administrative-services, firm-fixed-price, full-and-open-competition, bpa-call-order, virginia, professional-services, guidehouse-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $18.6 million to GUIDEHOUSE INC.. CALL ORDER UNDER TSA PASS BPA TO GUIDEHOUSE FOR TITANS
Who is the contractor on this award?
The obligated recipient is GUIDEHOUSE INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $18.6 million.
What is the period of performance?
Start: 2024-09-30. End: 2026-09-29.
What is Guidehouse Inc.'s track record with the Department of Homeland Security and the Transportation Security Administration?
Guidehouse Inc. has a history of securing federal contracts, including those with the Department of Homeland Security (DHS) and its various components like the Transportation Security Administration (TSA). Their awards often span areas such as management consulting, financial services, and IT support. Analyzing their past performance on similar contracts within DHS/TSA would reveal their ability to deliver on time, within budget, and to the required quality standards. Specific contract databases and agency performance reports would provide detailed insights into their successful engagements and any past performance issues, helping to contextualize their suitability for this current award.
How does the $18.6 million value compare to similar TSA management consulting contracts?
The $18.6 million value for approximately two years of management consulting services for the TSA is a substantial but not unprecedented figure for federal engagements of this nature. To benchmark effectively, one would compare it against other TSA contracts for similar services (e.g., administrative management, general management consulting) awarded over the past few years. Factors like contract duration, scope of work, and the specific expertise required influence pricing. If other comparable contracts were awarded for similar durations and scopes at significantly lower or higher price points, it would indicate whether this award represents a particularly good or poor value. The firm-fixed-price nature also suggests a degree of cost certainty that can be factored into the value assessment.
What are the primary risks associated with this contract for the TSA?
Key risks for the TSA include the potential for the consulting services to not fully align with evolving operational needs, leading to suboptimal outcomes. There's also a risk of scope creep if the consulting engagement isn't tightly managed, potentially increasing costs beyond the initial fixed price or diverting resources. Contractor performance is another risk; if Guidehouse Inc. fails to deliver the expected quality or expertise, the TSA may not achieve its desired improvements in administrative and management functions. Furthermore, a lack of clear, measurable performance metrics could make it difficult to hold the contractor accountable and assess the true return on investment for the $18.6 million expenditure.
How effective are BPA call orders in ensuring competitive pricing for management consulting services?
Blanket Purchase Agreement (BPA) call orders can be effective in ensuring competitive pricing, particularly when the underlying BPA itself was established through robust competition. For this specific contract, it was awarded under 'full and open competition,' which is a positive indicator. However, the competitive landscape for a call order might be narrower than for a standalone solicitation, depending on the number of pre-qualified vendors on the BPA. If multiple vendors on the BPA were capable of fulfilling this specific need, competition should still drive favorable pricing. The effectiveness hinges on the terms of the BPA and the specific solicitation process for the call order.
What is the historical spending trend for management consulting services at the TSA?
Analyzing historical spending trends for management consulting services at the TSA is crucial for understanding the context of this $18.6 million award. If TSA's spending in this category has been steadily increasing, it might indicate growing needs or a greater reliance on external expertise. Conversely, a decrease could suggest internal capacity building or shifting priorities. Comparing this award's value to previous years' spending on similar services would reveal whether this represents a typical investment, an expansion, or a reduction. Such analysis helps determine if the current spending aligns with long-term strategic goals and budget allocations for consulting support.
What are the potential implications of this contract on TSA's internal management consulting capabilities?
This contract could have several implications for TSA's internal management consulting capabilities. On one hand, it allows TSA to access specialized expertise and capacity that may not exist internally, enabling them to tackle complex challenges or implement new initiatives more effectively. On the other hand, over-reliance on external consultants might hinder the development of internal expertise and capacity over the long term. It's important for TSA to ensure knowledge transfer and potentially use these engagements as opportunities for internal staff development. The goal should be to leverage external support strategically without creating a dependency that weakens internal capabilities.
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: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70T03024Q7667N051
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Peraton Technology Services Inc.
Address: 1676 INTERNATIONAL DR STE 800, MC LEAN, 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: $43,100,751
Exercised Options: $34,938,639
Current Obligation: $18,596,556
Actual Outlays: $17,046,843
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70T04021A7672N001
IDV Type: BPA
Timeline
Start Date: 2024-09-30
Current End Date: 2026-09-29
Potential End Date: 2027-02-28 00:00:00
Last Modified: 2025-11-24
More Contracts from Guidehouse Inc.
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Department of the Interior)
- Icam to From 09/08/2022 - 09/07/2023 — $119.1M (Department of Justice)
- Appliance Standards Analysis and Regulatory Support Services — $114.6M (Department of Energy)
- Appliance Standards Analysis and Regulatory Support Service (asarss) — $103.5M (Department of Energy)
- Audit Infrastructure Support Services — $89.8M (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)