USAID's $59.9M Interior Outfitting Contract Awarded to TALU LLC for Project Management Support

Contract Overview

Contract Amount: $55,580,372 ($55.6M)

Contractor: Talu LLC

Awarding Agency: Agency for International Development

Start Date: 2018-07-13

End Date: 2024-08-13

Contract Duration: 2,223 days

Daily Burn Rate: $25.0K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIXED PRICE LEVEL OF EFFORT

Sector: Other

Official Description: IGF::CL::IGF - THE CONTRACTOR SHALL PROVIDE PROJECT MANAGEMENT SUPPORT SERVICES FOR INTERIOR OUTFITTING, COMMODITIES&TRANSITION PRODUCTS AND SERVICES AS OUTLINED IN THE PERFORMANCE WORK STATEMENT (PWS) INCORPORATED HEREIN AND MADE A PART OF THIS CONTRACT. SERVICES AND PRODUCTS WILL BE PERFORMED/DELIVERED IN ACCORDANCE WITH WORK ORDERS ISSUED UNDER THIS CONTRACT IN RESPECTIVE OF THE PERFORMANCE WORK STATEMENT. THE TOTAL ESTIMATED CEILING (TEC) PRICE OF $59.9 IS THE UNITED STATES AGENCY FOR INTERNATIONAL DEVELOPMENT (USAID) ESTIMATED PRICE FOR THE WASHINGTON REAL ESTATE STRATEGY AND SPACE INITIATIVE AND SHALL NOT BE EXCEEDED UNLESS AUTHORIZED AND APPROVE BY THE CONTRACTING OFFICER. THIS CONTRACT IS INCREMENTALLY FUNDED AS APPROPRIATED FUNDS ARE MADE AVAILABLE. DEFINITIZATION OF COST WILL BE IN ACCORDANCE WITH ISSUED WORK ORDERS AND SUBMITTED INVOICES SHALL BE IN ACCORDANCE WITH ACTUAL WORK PERFORMED. IN PERFORMANCE WITH THIS CONTRACT, THE CONTRACTOR SHALL PERFORMED ALL IOC&T SERVICES AS DIRECTED BY THE CONTRACTING OFFICER, THE PWS AND EACH INDIVIDUAL ISSUED WORK ORDER.

Place of Performance

Location: HERNDON, FAIRFAX County, VIRGINIA, 20171

State: Virginia Government Spending

Plain-Language Summary

Agency for International Development obligated $55.6 million to TALU LLC for work described as: IGF::CL::IGF - THE CONTRACTOR SHALL PROVIDE PROJECT MANAGEMENT SUPPORT SERVICES FOR INTERIOR OUTFITTING, COMMODITIES&TRANSITION PRODUCTS AND SERVICES AS OUTLINED IN THE PERFORMANCE WORK STATEMENT (PWS) INCORPORATED HEREIN AND MADE A PART OF THIS CONTRACT. SERVICES AND PRODUCTS W… Key points: 1. Contract focuses on project management for interior outfitting, commodities, and transition products/services. 2. Services are delivered via work orders against a Performance Work Statement (PWS). 3. Total Estimated Ceiling (TEC) price is $59.9 million, not to be exceeded without approval. 4. Contract is incrementally funded as appropriations become available. 5. The contract type is Fixed Price Level of Effort. 6. This is a definitive contract with an estimated ceiling price. 7. The contract has been active since July 2018 and is set to end in August 2024. 8. The contractor, TALU LLC, is responsible for delivering these services.

Value Assessment

Rating: fair

The contract's value is benchmarked against the Total Estimated Ceiling (TEC) of $59.9 million over its duration. Without specific details on the services rendered per work order or comparable contracts for similar project management support in real estate strategy and space initiatives, a precise value-for-money assessment is challenging. The fixed price level of effort structure suggests that the contractor is paid for a defined amount of effort, which can provide cost predictability if the effort is well-defined. However, the lack of detailed performance metrics or cost breakdowns makes it difficult to ascertain if the pricing is competitive or if the agency is receiving optimal value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicated by 'NOT AVAILABLE FOR COMPETITION'. This suggests that the award was made without soliciting bids from multiple vendors. Sole-source awards can occur for various reasons, such as when only one vendor possesses the necessary unique capabilities, or in situations where urgency or specific circumstances preclude a competitive process. The lack of competition means that price discovery through market forces was limited, potentially leading to higher costs for the government.

Taxpayer Impact: Taxpayers may not have received the benefit of competitive pricing, as the government did not explore offers from multiple potential providers. This could result in a higher overall cost for the services rendered compared to what might have been achieved through a competitive bidding process.

Public Impact

The primary beneficiaries are the U.S. Agency for International Development (USAID), which receives project management support for its real estate and space initiatives. The contract facilitates the efficient outfitting of interior spaces, management of commodities, and transition of products and services. Services are likely concentrated in Washington D.C., given the mention of the 'Washington Real Estate Strategy and Space Initiative'. The contract supports the workforce involved in project management, interior outfitting, and related services, though specific numbers are not provided.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional services sector, specifically focusing on project management and facilities support. The market for such services is broad, encompassing numerous firms capable of providing interior outfitting, space management, and related project coordination. While specific benchmarks for 'interior outfitting project management support' are not readily available, general government spending on professional services and facilities management runs into billions annually. This contract represents a portion of USAID's operational spending aimed at optimizing its physical infrastructure and workspace.

Small Business Impact

The provided data does not indicate any small business set-aside provisions for this contract, nor does it mention any subcontracting requirements specifically aimed at small businesses. The contract's status as 'NOT AVAILABLE FOR COMPETITION' further complicates the assessment of small business participation. Without explicit set-asides or subcontracting goals, the direct impact on the small business ecosystem is likely minimal, unless TALU LLC voluntarily engages small businesses as subcontractors.

Oversight & Accountability

Oversight for this contract would primarily reside with the contracting officer and relevant program officials within USAID. The contract's structure, with services delivered via work orders, allows for oversight at the task level. However, the limited information on performance metrics and the sole-source nature of the award necessitate robust oversight to ensure that the government receives fair value and that the contractor meets all PWS requirements. Transparency is moderate, as the contract details are publicly available, but the justification for the sole-source award and detailed performance data are not readily accessible.

Related Government Programs

Risk Flags

Tags

project-management, interior-outfitting, talullc, usaid, definitive-contract, fixed-price-level-of-effort, sole-source, washington-dc, professional-services, facilities-management, real-estate-strategy

Frequently Asked Questions

What is this federal contract paying for?

Agency for International Development awarded $55.6 million to TALU LLC. IGF::CL::IGF - THE CONTRACTOR SHALL PROVIDE PROJECT MANAGEMENT SUPPORT SERVICES FOR INTERIOR OUTFITTING, COMMODITIES&TRANSITION PRODUCTS AND SERVICES AS OUTLINED IN THE PERFORMANCE WORK STATEMENT (PWS) INCORPORATED HEREIN AND MADE A PART OF THIS CONTRACT. SERVICES AND PRODUCTS WILL BE PERFORMED/DELIVERED IN ACCORDANCE WITH WORK ORDERS ISSUED UNDER THIS CONTRACT IN RESPECTIVE OF THE PERFORMANCE WORK STATEMENT. THE TOTAL ESTIMATED CEILING (TEC) PRICE OF $59.9 IS THE UNITED STATES AGENCY FOR INTE

Who is the contractor on this award?

The obligated recipient is TALU LLC.

Which agency awarded this contract?

Awarding agency: Agency for International Development (Agency for International Development).

What is the total obligated amount?

The obligated amount is $55.6 million.

What is the period of performance?

Start: 2018-07-13. End: 2024-08-13.

What is the track record of TALU LLC in performing similar project management support services for federal agencies?

Assessing TALU LLC's track record requires a review of their past performance on federal contracts, particularly those involving project management for interior outfitting, commodities, and space initiatives. Information on past performance, including client satisfaction, adherence to schedules and budgets, and quality of deliverables, is typically documented in federal procurement databases and through past performance evaluations. Without access to these specific records for TALU LLC, it is difficult to definitively assess their capabilities and reliability for this particular contract. However, the award of this contract by USAID suggests that the agency had some basis for confidence in TALU LLC's ability to perform the required services, even if the award was sole-source.

How does the estimated ceiling price of $59.9 million compare to similar project management support contracts for real estate and space initiatives?

Benchmarking the $59.9 million estimated ceiling price requires identifying comparable contracts awarded by federal agencies for similar project management support services related to real estate strategy and space initiatives. Factors such as contract duration, scope of work, geographic location, and the specific services provided (e.g., design, procurement, installation oversight) are crucial for a meaningful comparison. Without access to a database of such comparable contracts, it is challenging to determine if this ceiling price is competitive or represents a fair market value. The sole-source nature of this award further complicates direct price comparisons, as competitive market forces were not utilized to establish the price.

What are the primary risks associated with a sole-source award for project management support services?

The primary risks associated with a sole-source award for project management support services include a lack of competitive pricing, potentially leading to higher costs for the government. Without competition, there is less incentive for the contractor to offer the most cost-effective solutions. Additionally, a sole-source award may limit the government's access to a wider range of innovative approaches or specialized expertise that could be available from other qualified vendors. There's also a risk that the justification for the sole-source award might be weak, raising concerns about fairness and transparency in the procurement process. Effective oversight becomes even more critical to mitigate these risks and ensure value for taxpayer money.

How effective is the current contract in supporting USAID's Washington Real Estate Strategy and Space Initiative?

The effectiveness of the current contract in supporting USAID's Washington Real Estate Strategy and Space Initiative can be assessed by examining key performance indicators (KPIs) outlined in the Performance Work Statement (PWS) and tracking the contractor's performance against these metrics. Since the contract is active and ongoing, its effectiveness is likely being monitored by USAID program officials. However, without access to specific performance reports, project milestones achieved, or feedback on the quality of project management support provided by TALU LLC, a definitive judgment on its effectiveness cannot be made. The contract's duration and incremental funding suggest a continued need and perceived utility for the services.

What has been the historical spending pattern for interior outfitting and project management support services at USAID?

Analyzing historical spending patterns for interior outfitting and project management support services at USAID would involve reviewing procurement data over several fiscal years. This would help identify trends in contract awards, average contract values, types of services procured, and the contractors frequently engaged for such work. Understanding these patterns can provide context for the current $59.9 million contract, indicating whether this represents a significant increase or decrease in spending for these services. It could also reveal if USAID typically uses competitive or sole-source strategies for these types of procurements. Without access to USAID's historical contract databases, this analysis remains speculative.

Are there any specific performance metrics or deliverables tied to the work orders issued under this contract?

The contract specifies that services and products will be performed/delivered in accordance with the Performance Work Statement (PWS) and issued work orders. While the PWS is incorporated by reference, the specific performance metrics and deliverables are not detailed in the provided summary. Typically, a PWS for project management support would include metrics related to on-time completion of tasks, budget adherence, quality of reports, stakeholder satisfaction, and successful coordination of various project elements. The effectiveness of the contract hinges on these metrics being clearly defined, measurable, and actively monitored by USAID to ensure accountability and successful project outcomes.

Industry Classification

NAICS: ManufacturingHousehold and Institutional Furniture and Kitchen Cabinet ManufacturingInstitutional Furniture Manufacturing

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 7200AA18500057

Offers Received: 1

Pricing Type: FIXED PRICE LEVEL OF EFFORT (B)

Evaluated Preference: NONE

Contractor Details

Address: 13873 PARK CENTER ROAD, SUITE 400N-250, HERNDON, VA, 20171

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: $59,618,143

Exercised Options: $59,618,143

Current Obligation: $55,580,372

Actual Outlays: $40,863,857

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2018-07-13

Current End Date: 2024-08-13

Potential End Date: 2024-08-13 00:00:00

Last Modified: 2024-08-12

More Contracts from Talu LLC

View all Talu LLC federal contracts →

Other Agency for International Development Contracts

View all Agency for International Development contracts →

Explore Related Government Spending