HHS Awards $3M+ for OA Awsi ORG Assessment/Staffing Study, Program Roadmap & Technical Support Services to Summome Native Ventures LLC

Contract Overview

Contract Amount: $3,032,668 ($3.0M)

Contractor: Summome Native Ventures LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2023-09-15

End Date: 2026-09-14

Contract Duration: 1,095 days

Daily Burn Rate: $2.8K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: OA AWSI ORG ASSESSMENT/STAFFING STUDY, PROGRAM ROADMAP & TECHNICAL SUPPORT SERVICES

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20201

State: District of Columbia Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $3.0 million to SUMMOME NATIVE VENTURES LLC for work described as: OA AWSI ORG ASSESSMENT/STAFFING STUDY, PROGRAM ROADMAP & TECHNICAL SUPPORT SERVICES Key points: 1. The contract's value of over $3 million for a staffing study and technical support appears reasonable given the duration and scope. 2. As a sole-source award, the absence of a competitive bidding process limits price discovery and potentially impacts value for money. 3. The contract's 'not available for competition' status raises questions about whether alternative solutions or more competitive approaches were fully explored. 4. The 'Other Management Consulting Services' category suggests a focus on strategic planning and organizational efficiency. 5. The contract is positioned within the administrative support and consulting services sector for the Department of Health and Human Services. 6. The duration of 1095 days (3 years) indicates a need for sustained support in program roadmap development and technical assistance.

Value Assessment

Rating: fair

The contract value of approximately $3 million over three years for management consulting services is within a typical range for such engagements. However, without a competitive bidding process, it is difficult to benchmark the pricing against market rates or assess if it represents the best possible value. The 'time and materials' pricing structure can sometimes lead to cost overruns if not closely managed.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, indicated as 'not available for competition.' This means that only one vendor, Summome Native Ventures LLC, was solicited. The lack of competition means there was no opportunity for multiple companies to bid, which typically drives down prices and encourages innovation. The rationale for this sole-source award is not provided in the data.

Taxpayer Impact: For taxpayers, a sole-source award means there is a higher risk of paying a premium for services, as the government did not benefit from the price competition that usually occurs in open solicitations.

Public Impact

The primary beneficiaries are the Department of Health and Human Services (HHS) and its various programs, which will receive support for organizational assessments, staffing studies, and program roadmaps. The services delivered will focus on improving organizational efficiency, strategic planning, and technical support within HHS. The geographic impact is primarily within the District of Columbia, where the contractor is located and likely where the services will be performed or managed. Workforce implications may include the utilization of specialized consulting expertise to analyze and potentially restructure staffing and program strategies within HHS.

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 management consulting. This sector is characterized by a wide range of services aimed at improving organizational performance, strategy, and operations. Spending in this area within federal agencies is often driven by needs for specialized expertise, efficiency improvements, and strategic planning, particularly in complex environments like HHS.

Small Business Impact

The data indicates that small business set-aside (ss) and subcontracting (sb) flags are both false. This suggests that the contract was not specifically set aside for small businesses, nor are there explicit indications of subcontracting requirements for small businesses within this award. Therefore, the direct impact on the small business ecosystem from this specific contract appears limited, unless the prime contractor voluntarily engages small businesses.

Oversight & Accountability

Oversight for this contract would typically be managed by the Office of the Assistant Secretary for Administration (OAS) within HHS. Accountability measures would be defined in the contract's terms and conditions, focusing on deliverables, performance standards, and adherence to the time and materials basis. Transparency is limited due to the sole-source nature and lack of publicly available justification for the procurement method.

Related Government Programs

Risk Flags

Tags

management-consulting, hhs, office-of-the-assistant-secretary-for-administration, sole-source, definitive-contract, time-and-materials, staffing-study, program-roadmap, technical-support, district-of-columbia, other-management-consulting-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $3.0 million to SUMMOME NATIVE VENTURES LLC. OA AWSI ORG ASSESSMENT/STAFFING STUDY, PROGRAM ROADMAP & TECHNICAL SUPPORT SERVICES

Who is the contractor on this award?

The obligated recipient is SUMMOME NATIVE VENTURES LLC.

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Office of the Assistant Secretary for Administration).

What is the total obligated amount?

The obligated amount is $3.0 million.

What is the period of performance?

Start: 2023-09-15. End: 2026-09-14.

What is the specific justification for awarding this contract on a sole-source basis?

The provided data indicates the contract was awarded as 'NOT AVAILABLE FOR COMPETITION' and is a 'SOLE SOURCE'. However, the specific justification or rationale behind this determination is not included in the data. Typically, sole-source awards are justified when only one responsible source can provide the required supplies or services, such as in cases of urgent and compelling need, unique capabilities, or when a follow-on contract is required for compatibility. Without further information from the agency, the precise reason for this sole-source designation remains unclear.

How does the 'time and materials' pricing structure compare to fixed-price contracts for similar services?

Time and materials (T&M) contracts, like this one, are generally used when the scope of work is not clearly defined or is expected to change. They reimburse the contractor for direct labor hours at specified fixed hourly rates and for the actual cost of materials. While offering flexibility, T&M contracts carry a higher risk of cost overruns for the government compared to fixed-price contracts, where the contractor assumes more risk for cost control. For services like staffing studies and program roadmaps, where the exact effort might be uncertain, T&M can be appropriate, but it necessitates robust government oversight to manage labor hours and costs effectively.

What is Summome Native Ventures LLC's track record with federal contracts, particularly with HHS?

The provided data does not include information on Summome Native Ventures LLC's past performance or track record with federal contracts. To assess their suitability and reliability for this $3M+ award, a review of their contract history, past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any prior experience with HHS or similar projects would be necessary. This information is crucial for understanding their ability to deliver on the 'OA AWSI ORG ASSESSMENT/STAFFING STUDY, PROGRAM ROADMAP & TECHNICAL SUPPORT SERVICES'.

What are the potential risks associated with a 'not available for competition' award for management consulting services?

Awarding management consulting services on a sole-source basis ('not available for competition') presents several risks. Primarily, it eliminates the potential for cost savings that arise from competitive bidding, potentially leading to a higher price for the government. It also reduces the incentive for the contractor to be highly efficient or innovative, as they face no direct competition. Furthermore, it raises concerns about whether the chosen contractor possesses truly unique capabilities or if the agency's requirements could have been met by other qualified firms through a competitive process. This can lead to perceptions of favoritism or a lack of due diligence in procurement.

How does the contract's duration and value align with typical engagements for organizational assessment and staffing studies?

A three-year contract duration (1095 days) with a value exceeding $3 million for organizational assessment, staffing studies, and program roadmap support is substantial but not unusual for large federal agencies like HHS. Such projects often require in-depth analysis, stakeholder engagement, and iterative development of strategies and roadmaps. The 'time and materials' pricing suggests that the scope might be flexible or require significant consultant hours over the period. Benchmarking against similar, competitively awarded contracts would provide a clearer picture of whether this specific award represents optimal value for the duration and services.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesOther Management Consulting Services

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

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 100 BROOKWOOD RD, ATMORE, AL, 36502

Business Categories: Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Partnership or Limited Liability Partnership, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,032,668

Exercised Options: $3,032,668

Current Obligation: $3,032,668

Actual Outlays: $1,370,934

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2023-09-15

Current End Date: 2026-09-14

Potential End Date: 2026-09-14 00:00:00

Last Modified: 2026-01-27

More Contracts from Summome Native Ventures LLC

View all Summome Native Ventures LLC federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending