DHS Coast Guard Awards $6.4M FFP Task Order to Eagle Harbor, LLC for Technical Support

Contract Overview

Contract Amount: $6,416,975 ($6.4M)

Contractor: Eagle Harbor, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2020-09-04

End Date: 2025-09-22

Contract Duration: 1,844 days

Daily Burn Rate: $3.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FFP TASK ORDER FOR TECHNICAL, ADMINISTRATIVE, AND FINANCIAL SUPPORT SERVICES FOR DCO-I.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20593

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $6.4 million to EAGLE HARBOR, LLC for work described as: FFP TASK ORDER FOR TECHNICAL, ADMINISTRATIVE, AND FINANCIAL SUPPORT SERVICES FOR DCO-I. Key points: 1. The contract is for technical, administrative, and financial support services. 2. Eagle Harbor, LLC is the awardee. 3. The contract was awarded under full and open competition after exclusion of sources. 4. The total value is $6,416,975.22. 5. The period of performance is from September 4, 2020, to September 22, 2025.

Value Assessment

Rating: good

The contract is a Firm Fixed Price (FFP) task order, which generally provides good value by establishing a clear price ceiling. The pricing appears reasonable given the duration and scope of services.

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 suggests a competitive process was used, but specific details on the exclusion are not provided. The FFP structure helps in price discovery.

Taxpayer Impact: The use of full and open competition aims to ensure taxpayer funds are used efficiently by fostering a competitive environment for service providers.

Public Impact

Ensures continued operational support for the Department of Homeland Security's U.S. Coast Guard. Provides essential technical, administrative, and financial services. Supports the DCO-I (Directorate of Combating Drug Operations - Interdiction) mission. The long-term nature of the contract (nearly 5 years) suggests a stable need for these services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under Engineering Services (NAICS 541330). Spending in this sector is common across government agencies for specialized technical and support functions. Benchmarks would typically compare rates for similar engineering and administrative support services.

Small Business Impact

The data indicates that this contract was not awarded to a small business (ss: false, sb: false). Further analysis would be needed to determine if small business set-aside goals were considered or if subcontracting opportunities exist.

Oversight & Accountability

The contract is a task order under a larger vehicle, implying some level of pre-qualification and oversight. The firm fixed price nature provides a degree of financial accountability. Further oversight would involve monitoring performance and adherence to contract terms.

Related Government Programs

Risk Flags

Tags

engineering-services, department-of-homeland-security, dc, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $6.4 million to EAGLE HARBOR, LLC. FFP TASK ORDER FOR TECHNICAL, ADMINISTRATIVE, AND FINANCIAL SUPPORT SERVICES FOR DCO-I.

Who is the contractor on this award?

The obligated recipient is EAGLE HARBOR, LLC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Coast Guard).

What is the total obligated amount?

The obligated amount is $6.4 million.

What is the period of performance?

Start: 2020-09-04. End: 2025-09-22.

What specific technical, administrative, and financial support services are included in this task order?

The task order specifies technical, administrative, and financial support services for the DCO-I. While the exact deliverables are not detailed in this summary, these services likely encompass areas such as project management, data analysis, financial tracking, reporting, and potentially IT support related to the DCO-I's mission.

What was the rationale for excluding certain sources during the full and open competition?

The rationale for excluding specific sources during the 'full and open competition after exclusion of sources' is not provided in the data. This typically occurs when certain vendors possess unique capabilities or when a previous contract vehicle had specific pre-qualification criteria that not all potential bidders met, requiring justification for the exclusion.

How does the pricing of this task order compare to similar contracts for technical and administrative support within DHS or other agencies?

Without specific line-item details or access to benchmark data for comparable services, a precise comparison is difficult. However, the Firm Fixed Price structure suggests a defined cost expectation. A thorough assessment would involve comparing the total value and duration against other FFP task orders for similar support functions across government.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering 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: 70Z02320RMIA04800

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2702 DENALI ST, ANCHORAGE, AK, 99503

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, 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, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $6,416,975

Exercised Options: $6,416,975

Current Obligation: $6,416,975

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QRAD20D8111

IDV Type: IDC

Timeline

Start Date: 2020-09-04

Current End Date: 2025-09-22

Potential End Date: 2025-09-22 12:00:00

Last Modified: 2026-01-05

More Contracts from Eagle Harbor, LLC

View all Eagle Harbor, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending