DHS Coast Guard awards $16.7M for program management support, with a 1060-day duration

Contract Overview

Contract Amount: $16,774,871 ($16.8M)

Contractor: Birdon America Inc

Awarding Agency: Department of Homeland Security

Start Date: 2025-08-05

End Date: 2028-06-30

Contract Duration: 1,060 days

Daily Burn Rate: $15.8K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: DELIVERY ORDER 70Z02319DAML00300 (DO7) IS FOR TWO MONTHS OF PROGRAM MANAGMENT SUPPORT CLIN 6004. MATTHEW WILLIAMS SERVES AS THE CONTRACTING OFFICER'S REPRESENTATIVE (COR), WITH CWO-2 ZYLSTRA SHAD DESIGNATED AS THE ALTERNATE COR (ACOR).

Place of Performance

Location: DENVER, DENVER County, COLORADO, 80239

State: Colorado Government Spending

Plain-Language Summary

Department of Homeland Security obligated $16.8 million to BIRDON AMERICA INC for work described as: DELIVERY ORDER 70Z02319DAML00300 (DO7) IS FOR TWO MONTHS OF PROGRAM MANAGMENT SUPPORT CLIN 6004. MATTHEW WILLIAMS SERVES AS THE CONTRACTING OFFICER'S REPRESENTATIVE (COR), WITH CWO-2 ZYLSTRA SHAD DESIGNATED AS THE ALTERNATE COR (ACOR). Key points: 1. Contract focuses on program management support, indicating a need for specialized expertise. 2. The contract is a delivery order under a larger contract vehicle, suggesting potential for follow-on work. 3. Fixed-price contract type aims to control costs, but requires careful scope management. 4. The duration of over two years suggests a stable, ongoing requirement. 5. The award to BIRDON AMERICA INC warrants a review of their past performance in similar roles. 6. The contract is not set aside for small businesses, implying a focus on larger prime contractors.

Value Assessment

Rating: fair

The total award amount of $16.7 million for program management support over approximately 35 months (1060 days) needs further benchmarking. Without specific deliverables or labor categories, it's difficult to assess value for money. The firm-fixed-price structure suggests the government has a defined scope, but the per-day cost of roughly $15,825 (based on total award and duration) should be compared against industry standards for similar program management services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple bidders were likely considered. This competitive process is generally favorable for price discovery and ensuring the government receives competitive offers. The specific number of bidders and the evaluation criteria would provide further insight into the robustness of the competition.

Taxpayer Impact: Full and open competition typically leads to better pricing for taxpayers by fostering a competitive environment where contractors strive to offer their best value.

Public Impact

The U.S. Coast Guard benefits from enhanced program management capabilities, potentially leading to more efficient operations and project execution. Services delivered include program management support, crucial for overseeing complex maritime security and operational initiatives. The geographic impact is likely focused on the operational areas of the U.S. Coast Guard, potentially nationwide. Workforce implications may include the need for skilled program managers and support staff, both within the contractor organization and potentially impacting government personnel managing the contract.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically focusing on program management. The North American Industry Classification System (NAICS) code 336611 (Ship Building and Repairing) is listed, which seems incongruent with program management support. This discrepancy warrants clarification; if the support is for shipbuilding programs, it aligns with the sector. Otherwise, the NAICS code might be misapplied. The market for program management services is substantial, with government agencies being significant clients.

Small Business Impact

The contract was not set aside for small businesses, and the 'sb' field is false. This indicates that the prime contract was awarded to a large business. There is no explicit information on subcontracting plans for small businesses within the provided data. The absence of a small business set-aside suggests that the requirement was likely deemed too large or specialized for small business participation as the prime, but opportunities may exist for small businesses as subcontractors.

Oversight & Accountability

Oversight is primarily managed by the Contracting Officer's Representative (COR), Matthew Williams, and Alternate COR (ACOR), CWO-2 Zylstra Shad. Their roles are critical in monitoring contractor performance, ensuring compliance with contract terms, and approving deliverables. Transparency is facilitated through contract reporting mechanisms, though specific details on public reporting are not provided. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

program-management, department-of-homeland-security, u-s-coast-guard, delivery-order, firm-fixed-price, full-and-open-competition, professional-services, long-term-contract, non-small-business, federal-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $16.8 million to BIRDON AMERICA INC. DELIVERY ORDER 70Z02319DAML00300 (DO7) IS FOR TWO MONTHS OF PROGRAM MANAGMENT SUPPORT CLIN 6004. MATTHEW WILLIAMS SERVES AS THE CONTRACTING OFFICER'S REPRESENTATIVE (COR), WITH CWO-2 ZYLSTRA SHAD DESIGNATED AS THE ALTERNATE COR (ACOR).

Who is the contractor on this award?

The obligated recipient is BIRDON AMERICA INC.

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 $16.8 million.

What is the period of performance?

Start: 2025-08-05. End: 2028-06-30.

What is the specific nature of the program management support required by the U.S. Coast Guard under this delivery order?

The provided data indicates that Delivery Order 70Z02319DAML00300 (DO7) is for two months of program management support for CLIN 6004. However, the duration listed for the contract is 1060 days (approximately 35 months), and the end date is June 30, 2028. This suggests the 'two months' might refer to an initial period or a specific task within a larger, longer-term support requirement. The exact nature of the support is not detailed but typically involves planning, organizing, and managing resources to bring about the successful completion of specific project goals and objectives for the U.S. Coast Guard. This could encompass areas like acquisition support, strategic planning, budget management, risk assessment, and stakeholder coordination for various Coast Guard initiatives.

How does the total contract value of $16.7 million compare to similar program management support contracts awarded by the Department of Homeland Security or the U.S. Coast Guard?

Benchmarking the $16.7 million contract value requires comparing it against similar program management support contracts within DHS and the USCG. Without access to a comprehensive database of historical contract awards with detailed scopes of work, a precise comparison is challenging. However, program management support can range significantly in cost depending on the complexity, duration, and criticality of the programs being supported. For large-scale acquisition programs or operational support initiatives, $16.7 million over approximately 35 months is within a plausible range. A more detailed analysis would involve identifying contracts with similar NAICS codes (if the provided one is accurate for the service) or functional descriptions, and comparing their total values, durations, and labor rates.

What is the track record of BIRDON AMERICA INC in providing program management support to federal agencies, particularly the Department of Homeland Security?

Assessing BIRDON AMERICA INC's track record requires reviewing their past performance information, which is typically available through sources like the Contractor Performance Assessment Reporting System (CPARS). As this data is not provided, a direct evaluation cannot be made. Generally, federal agencies evaluate past performance as a key factor in contract awards. A positive track record would include successful completion of similar contracts, positive performance reviews, and a history of meeting cost, schedule, and performance requirements. Conversely, negative past performance could indicate risks related to quality, timeliness, or cost control. For this specific contract, the COR and ACOR will be instrumental in monitoring performance.

What are the potential risks associated with the firm-fixed-price contract type for this program management support requirement?

The firm-fixed-price (FFP) contract type aims to provide cost certainty for the government. However, for complex services like program management, FFP can introduce risks if the scope of work is not clearly defined or if unforeseen challenges arise. The primary risk is that the contractor may be incentivized to cut corners on quality or service delivery to maintain profitability if costs exceed their estimates. Conversely, if the government's requirements change significantly, extensive change order negotiations could occur, potentially negating the cost certainty benefit. Effective management by the COR and ACOR is crucial to mitigate these risks by ensuring clear requirements, diligent oversight, and proactive communication.

How does the listed NAICS code '336611' (Ship Building and Repairing) align with the service description of 'program management support'?

The provided NAICS code 336611, 'Ship Building and Repairing,' appears to be misaligned with the service description of 'program management support.' While program management support could be *related* to shipbuilding and repair projects (e.g., managing a shipbuilding program), the code itself describes manufacturing activities. Program management services typically fall under NAICS codes like 541611 (Administrative Management and General Management Consulting Services) or 541990 (All Other Professional, Scientific, and Technical Services). This discrepancy suggests either an error in the data provided or that the program management support is specifically tied to shipbuilding/repair programs, and the code reflects the ultimate end-product sector rather than the service itself. Clarification on the specific programs being managed is needed.

What is the significance of the contract duration (1060 days) and end date (2028-06-30) in the context of the program management support requirement?

The contract duration of 1060 days, approximately 35 months, extending to June 30, 2028, signifies a long-term, stable requirement for program management support. This extended period suggests that the U.S. Coast Guard has ongoing, critical needs that necessitate consistent, dedicated program management expertise. Such a duration implies that the programs being supported are substantial and likely involve complex planning, execution, and oversight phases that extend over several years. It also indicates a level of confidence in the chosen contractor, BIRDON AMERICA INC, to provide sustained support, and allows for deeper integration into the Coast Guard's operational and strategic planning processes.

Industry Classification

NAICS: ManufacturingShip and Boat BuildingShip Building and Repairing

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4965 KINGSTON ST, DENVER, CO, 80239

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $16,774,871

Exercised Options: $16,774,871

Current Obligation: $16,774,871

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70Z02319DAML00300

IDV Type: IDC

Timeline

Start Date: 2025-08-05

Current End Date: 2028-06-30

Potential End Date: 2028-06-30 03:12:15

Last Modified: 2026-04-09

More Contracts from Birdon America Inc

View all Birdon America Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending