DHS awards $4.2M contract for screening support services to Guidehouse Inc
Contract Overview
Contract Amount: $4,233,156 ($4.2M)
Contractor: Guidehouse Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2021-09-10
End Date: 2024-09-09
Contract Duration: 1,095 days
Daily Burn Rate: $3.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ON PERSON SCREENING (OPS) CAPABILITY STRATEGIC SUPPORT
Place of Performance
Location: SPRINGFIELD, LOUDOUN County, DISTRICT OF COLUMBIA, 20598
Plain-Language Summary
Department of Homeland Security obligated $4.2 million to GUIDEHOUSE INC. for work described as: ON PERSON SCREENING (OPS) CAPABILITY STRATEGIC SUPPORT Key points: 1. Contract provides strategic support for On Person Screening (OPS) capabilities. 2. Services are categorized under Administrative Management and General Management Consulting. 3. The contract was awarded using full and open competition. 4. Duration of the contract is 1095 days. 5. The contract type is Firm Fixed Price, indicating predictable costs. 6. Awarded as a BPA Call, suggesting it's part of a larger framework agreement.
Value Assessment
Rating: good
The contract value of $4.2 million over three years for specialized consulting services appears reasonable. Benchmarking against similar contracts for management consulting within federal agencies suggests this is within expected ranges for strategic support. The firm fixed-price structure helps control costs, though the specific value-for-money depends on the quality and impact of the services delivered.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, indicating that all responsible sources were permitted to submit offers. This process generally fosters a competitive environment, which can lead to better pricing and service quality. The specific number of bidders is not provided, but the method of competition suggests a robust selection process.
Taxpayer Impact: Taxpayers benefit from a competitive process that aims to secure the best value for the government's investment in screening support capabilities.
Public Impact
Benefits the Department of Homeland Security, specifically the Transportation Security Administration. Enhances the strategic support for On Person Screening (OPS) capabilities. Services are delivered within the District of Columbia. Supports the operational efficiency and effectiveness of TSA's screening processes.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics makes it difficult to assess the direct impact of the strategic support.
- The broad nature of 'consulting services' could lead to scope creep if not tightly managed.
Positive Signals
- Awarded through full and open competition, suggesting a competitive selection process.
- Firm Fixed Price contract type provides cost certainty for the government.
- Long-term duration (3 years) allows for sustained strategic support and relationship building.
Sector Analysis
This contract falls within the professional services sector, specifically management consulting. The federal government frequently procures these types of services to support strategic planning, operational improvements, and policy development across various agencies. Spending in this category is substantial, with agencies like DHS relying on external expertise for specialized functions such as enhancing screening capabilities.
Small Business Impact
The provided data does not indicate any small business set-aside or subcontracting requirements for this contract. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small businesses for subcontracting opportunities.
Oversight & Accountability
Oversight would typically be managed by the contracting officer and program managers within the TSA. Transparency is facilitated by the contract award being publicly available. Accountability is inherent in the firm fixed-price structure, requiring the contractor to deliver specified services within budget. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Transportation Security Administration Operations Support
- Department of Homeland Security Consulting Services
- Federal Aviation Administration Security Technology
- Customs and Border Protection Border Security Technology
Risk Flags
- Potential for knowledge transfer gaps if contract is not renewed or contractor changes.
- Scope definition clarity is crucial for consulting contracts to avoid creep.
Tags
dhs, tsa, consulting-services, management-consulting, strategic-support, on-person-screening, firm-fixed-price, full-and-open-competition, bpa-call, district-of-columbia, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $4.2 million to GUIDEHOUSE INC.. ON PERSON SCREENING (OPS) CAPABILITY STRATEGIC SUPPORT
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 $4.2 million.
What is the period of performance?
Start: 2021-09-10. End: 2024-09-09.
What specific deliverables are expected under this "ON PERSON SCREENING (OPS) CAPABILITY STRATEGIC SUPPORT" contract?
The contract description 'ON PERSON SCREENING (OPS) CAPABILITY STRATEGIC SUPPORT' is broad. Specific deliverables would typically be detailed in the Statement of Work (SOW) or Performance Work Statement (PWS) attached to the contract. These could include strategic plans, operational assessments, technology recommendations, policy analysis, training development frameworks, or process improvement roadmaps related to how individuals are screened. Without access to the SOW/PWS, the exact nature of the deliverables remains unspecified, but they are aimed at enhancing the strategic effectiveness of OPS capabilities for the TSA.
How does the $4.2 million award compare to historical spending on similar OPS support contracts by TSA or DHS?
Benchmarking this $4.2 million contract requires comparing it to similar strategic support or management consulting contracts for screening capabilities within TSA or DHS. While specific historical data for 'OPS Capability Strategic Support' is not provided, TSA and DHS have historically awarded significant contracts for security technology, operational consulting, and program management. A $4.2 million award over three years for specialized strategic support is likely within the typical range for such services, especially considering the complexity of national security screening operations. However, a precise comparison would necessitate analyzing the scope, duration, and specific services of past contracts.
What are the key performance indicators (KPIs) used to measure the success of Guidehouse Inc.'s services under this contract?
The provided data does not specify the Key Performance Indicators (KPIs) for this contract. Typically, KPIs are defined in the Performance Work Statement (PWS) and are crucial for evaluating contractor performance. For a strategic support contract like this, KPIs might relate to the timeliness of strategic plan delivery, the quality of recommendations (e.g., feasibility, cost-effectiveness), the successful implementation of recommended process improvements, or measurable enhancements in screening efficiency or effectiveness as defined by TSA. Without the PWS, assessing performance measurement is not possible.
What is Guidehouse Inc.'s track record with federal contracts, particularly within DHS or TSA, for similar services?
Guidehouse Inc. has a significant track record of performing federal contracts across various agencies, including DHS. They specialize in management consulting, technology, and risk advisory services. While this specific contract focuses on OPS strategic support, Guidehouse has likely undertaken related work in areas such as program management, cybersecurity, financial management, and operational efficiency for federal clients. Their experience in complex government environments suggests they possess the capabilities to deliver strategic support. A deeper dive into their contract history would reveal specific past performance on similar projects.
What is the potential risk associated with relying on a single contractor for strategic support in a critical area like OPS?
The primary risk associated with relying on a single contractor for strategic support in a critical area like OPS is the potential for knowledge transfer gaps if the contract ends or the contractor is changed. There's also a risk of vendor lock-in, where the agency becomes overly dependent on the contractor's specific methodologies or personnel. Furthermore, if the contractor's performance is subpar, it could delay or negatively impact the enhancement of critical screening capabilities. However, the use of full and open competition for award and clear performance standards in the SOW can mitigate some of these risks by ensuring quality and providing options for future procurements.
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
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Veritas Capital Fund Management, L.L.C.
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: $4,238,695
Exercised Options: $4,238,695
Current Obligation: $4,233,156
Actual Outlays: $3,172,990
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70T04021A7672N001
IDV Type: BPA
Timeline
Start Date: 2021-09-10
Current End Date: 2024-09-09
Potential End Date: 2024-09-09 12:00:00
Last Modified: 2026-02-05
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)