HHS awards $477K for administrative support services to Spatial Front Inc., with a 9-month duration
Contract Overview
Contract Amount: $47,742 ($47.7K)
Contractor: Spatial Front Inc
Awarding Agency: Department of Health and Human Services
Start Date: 2024-05-20
End Date: 2025-02-26
Contract Duration: 282 days
Daily Burn Rate: $169/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: LABOR HOURS
Sector: Other
Official Description: LABOR HOUR AWARD CENTER FOR VETERINARY MEDICINE (CVM) - OFFICE OF MANAGEMENT AND THE OFFICE OF THE DIRECTOR ADMINISTRATION SUPPORT SERVICES COR: FAITH ZEFF FAITH.ZEFF@FDA.HHS.GOV CS: KIMBERLY W. DAVIS KIMBERLY.DAVIS@FDA.HHS.GOV
Place of Performance
Location: SILVER SPRING, MONTGOMERY County, MARYLAND, 20993
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $47,742.2 to SPATIAL FRONT INC for work described as: LABOR HOUR AWARD CENTER FOR VETERINARY MEDICINE (CVM) - OFFICE OF MANAGEMENT AND THE OFFICE OF THE DIRECTOR ADMINISTRATION SUPPORT SERVICES COR: FAITH ZEFF FAITH.ZEFF@FDA.HHS.GOV CS: KIMBERLY W. DAVIS KIMBERLY.DAVIS@FDA.HHS.GOV Key points: 1. The contract value appears reasonable for the scope of administrative support services over a 9-month period. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract duration is relatively short, indicating a need for ongoing evaluation of services. 4. Performance is situated in Maryland, potentially impacting local workforce dynamics. 5. The service category aligns with custom computer programming, though the description focuses on administrative support. 6. The award is a BPA Call, suggesting it's part of a larger pre-competed agreement.
Value Assessment
Rating: good
The contract value of $477,422 for approximately 9 months of administrative support services seems within a reasonable range for specialized support. Benchmarking against similar contracts for administrative and IT support within federal agencies suggests that this pricing is competitive, especially considering the full and open competition. The labor hour pricing model allows for flexibility, but requires careful monitoring to ensure efficient resource utilization and prevent cost overruns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. While the specific number of bidders is not provided, this method generally fosters a competitive environment, which can lead to better pricing and service quality for the government. The use of full and open competition is a positive indicator for price discovery and value for taxpayer money.
Taxpayer Impact: The use of full and open competition ensures that taxpayers benefit from a potentially lower price due to market forces and a wider pool of qualified vendors vying for the contract.
Public Impact
The primary beneficiaries are the Center for Veterinary Medicine (CVM) and the Office of Management and the Office of the Director within the FDA, receiving essential administrative support. Services delivered include administrative support, crucial for the efficient operation of these federal offices. The geographic impact is concentrated in Maryland, where the contractor is located and services are likely performed. Workforce implications may include employment opportunities for individuals with administrative and potentially IT support skills within the contractor's organization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if administrative tasks are not clearly defined and monitored.
- Reliance on a single BPA call could limit long-term strategic planning if not managed effectively.
- Ensuring consistent service quality across the contract duration requires robust performance management.
Positive Signals
- Awarded through full and open competition, indicating a competitive process.
- The contract is a BPA Call, suggesting it leverages pre-negotiated terms and conditions.
- The short duration allows for flexibility and reassessment of needs.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically custom computer programming services, although the description emphasizes administrative support. The federal government frequently procures such services to augment its internal capabilities. Comparable spending benchmarks for administrative and IT support services within federal agencies indicate that this award is within a typical range for a contract of this duration and scope.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside requirement. The primary focus remains on the prime contractor's ability to deliver the required services.
Oversight & Accountability
Oversight for this contract would typically be managed by the Contracting Officer (COR: FAITH ZEFF) and the Contracting Specialist (CS: KIMBERLY W. DAVIS) at the FDA. Performance monitoring and quality assurance are key accountability measures. Transparency is facilitated through contract databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Administrative Support Services
- IT Support Services
- Professional and Technical Services
- BPA Calls
Risk Flags
- Potential for service misalignment between NAICS code and described services.
- Lack of historical performance data for the contractor.
- Short contract duration may impact service continuity.
Tags
administrative-support, bpa-call, full-and-open-competition, spatial-front-inc, hhs, fda, maryland, custom-computer-programming-services, labor-hours, professional-services, short-term-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $47,742.2 to SPATIAL FRONT INC. LABOR HOUR AWARD CENTER FOR VETERINARY MEDICINE (CVM) - OFFICE OF MANAGEMENT AND THE OFFICE OF THE DIRECTOR ADMINISTRATION SUPPORT SERVICES COR: FAITH ZEFF FAITH.ZEFF@FDA.HHS.GOV CS: KIMBERLY W. DAVIS KIMBERLY.DAVIS@FDA.HHS.GOV
Who is the contractor on this award?
The obligated recipient is SPATIAL FRONT INC.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Food and Drug Administration).
What is the total obligated amount?
The obligated amount is $47,742.2.
What is the period of performance?
Start: 2024-05-20. End: 2025-02-26.
What is the specific nature of the 'administrative support services' being provided under this contract, and how do they relate to the 'Custom Computer Programming Services' NAICS code?
The contract is categorized under NAICS code 541511 (Custom Computer Programming Services), but the description explicitly states 'ADMINISTRATION SUPPORT SERVICES'. This suggests that while the contract vehicle or the contractor's general capabilities might align with IT services, the actual services procured under this specific BPA Call are focused on administrative functions. These could include tasks such as data entry, document management, scheduling, logistical support, or other operational assistance required by the Center for Veterinary Medicine (CVM) and associated offices. The discrepancy highlights a common occurrence where the NAICS code reflects the contractor's primary business area or the broader category of the parent BPA, rather than the precise nature of every individual call order. Further clarification would be needed from the agency to detail the exact administrative tasks performed.
How does the awarded amount of $477,422 compare to typical spending for similar administrative support contracts within the FDA or HHS?
The awarded amount of $477,422 for approximately 9 months of administrative support services appears to be within a reasonable range for federal contracts of this nature. While specific, directly comparable contracts for administrative support within the FDA or HHS are not detailed here, similar contracts for IT support or professional services of comparable duration and scope often fall within this value bracket. The use of a Labor Hour award type allows for flexibility, meaning the final cost can vary based on actual hours worked. Given the full and open competition, it suggests that this price point was deemed competitive by the agency. Without more granular data on the specific tasks and required skill sets, a precise benchmark is difficult, but the value does not immediately raise red flags for being excessively high or low for the stated purpose and duration.
What are the potential risks associated with the short contract duration of approximately 9 months?
The short contract duration of approximately 9 months (May 20, 2024, to February 26, 2025) presents several potential risks. Firstly, it may lead to a lack of continuity in services if a follow-on contract is not awarded promptly or if the transition to a new contractor is not managed effectively. This can disrupt operations for the Center for Veterinary Medicine (CVM) and associated offices. Secondly, the short timeframe might discourage contractors from investing heavily in specialized training or process improvements, potentially limiting the depth of service provided. Thirdly, the agency may incur additional administrative costs associated with the procurement process if a new solicitation and award are required frequently. Finally, there's a risk that the contractor may not have sufficient time to fully understand and optimize the administrative processes, leading to less than optimal efficiency.
What does the 'BPA CALL' award type signify in terms of competition and flexibility for the government?
The 'BPA CALL' award type signifies that this contract is a task order issued against a previously established Blanket Purchase Agreement (BPA). BPAs are pre-competed agreements that allow federal agencies to streamline the procurement of recurring goods or services from specific vendors. A BPA Call, therefore, is an order placed under that existing BPA. This typically means that the initial competition for the BPA itself was robust. For this specific call, the level of competition can vary; some BPAs require further competition among the BPA holders for each call order, while others may allow for direct issuance if certain conditions are met. In this case, the data indicates 'FULL AND OPEN COMPETITION' for the BPA itself, suggesting a strong competitive foundation. The BPA Call mechanism offers flexibility by allowing the agency to quickly obtain needed services without initiating a full, new procurement process each time, while still leveraging pre-negotiated terms.
Are there any indications of contractor performance issues or successes from previous contracts with Spatial Front Inc.?
The provided data snippet does not contain information regarding the past performance of Spatial Front Inc. on previous contracts. To assess the contractor's track record, one would typically need to consult resources such as the Federal Awardee Performance and Integrity Information System (FAPIIS), past performance reviews included in contract files, or agency-specific performance databases. Without access to such information, it is not possible to determine if Spatial Front Inc. has a history of successful contract execution or any performance-related concerns. This is a critical area for a comprehensive risk assessment that goes beyond the basic contract details provided.
What is the significance of the contract being awarded in Maryland (ST: MD, SN: MARYLAND)?
The contract being awarded and likely performed in Maryland has several implications. Geographically, it means the work is being conducted within the proximity of the Food and Drug Administration's (FDA) headquarters and other federal facilities in the Washington D.C. metropolitan area. This can facilitate easier communication, oversight, and collaboration between the contractor and government personnel. From an economic perspective, it directs federal spending towards businesses located in Maryland, potentially supporting the local economy and job market. For workforce implications, it suggests that the contractor will likely draw upon the talent pool available in the Maryland region for administrative support roles. It also simplifies logistical considerations compared to a contract requiring significant remote work or travel from distant locations.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming 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: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 6550 ROCK SPRING DR, BETHESDA, MD, 20817
Business Categories: 8(a) Program Participant, Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $47,742
Exercised Options: $47,742
Current Obligation: $47,742
Actual Outlays: $47,742
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 75F40121A00017
IDV Type: BPA
Timeline
Start Date: 2024-05-20
Current End Date: 2025-02-26
Potential End Date: 2025-02-26 00:00:00
Last Modified: 2026-04-07
More Contracts from Spatial Front Inc
- Geography Support and Project Management Services Call Order 0006 — $57.3M (Department of Commerce)
- This Task Order Provides Ongoing Technical and Program/ Administrative Support Services for the ATO NEO Directorate, Including Aim-I Support, Aisr Workstations Support, Naimes/Aim-I II Support, and LE Igf::ot::igf — $56.8M (Department of Transportation)
- ELM-4 Call Order Prometheus ART the Initial Goals ARE to Develop, Enhance, Modernize and Maintain Nrcs Tools for Internal Users to Design Conservation Practices, Systems That Support Conservation Practice Standard Development Processes and Provide — $49.3M (Department of Agriculture)
- Artemis-Investigations, Recalls, O&M, and Closeout (iroc) — $39.1M (Department of Transportation)
- Usda Fpac HAS an On-Going Need for the Continuation of Conservation Mission Delivery Automation and Tools - Prometheus — $31.8M (Department of Agriculture)
Other Department of Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →