Foreign Assistance Program contract awarded to Research Triangle Institute for $60.3M by USAID
Contract Overview
Contract Amount: $60,293,270 ($60.3M)
Contractor: Research Triangle Institute
Awarding Agency: Agency for International Development
Start Date: 2005-10-15
End Date: 2009-11-30
Contract Duration: 1,507 days
Daily Burn Rate: $40.0K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FOREIGN ASSISTANCE PROGRAM
Plain-Language Summary
Agency for International Development obligated $60.3 million to RESEARCH TRIANGLE INSTITUTE for work described as: FOREIGN ASSISTANCE PROGRAM Key points: 1. Contract value of $60.3M over 5 years suggests significant program scope. 2. Awarded under a competitive delivery order, indicating multiple bids were considered. 3. The contract's duration of 1507 days (approx. 4 years) is typical for large-scale assistance programs. 4. Focus on Administrative Management and General Management Consulting Services points to program administration and support. 5. The firm-fixed-price contract type aims to control costs for the government. 6. No small business set-aside indicates the primary contractor is likely a large business.
Value Assessment
Rating: fair
The contract value of $60.3 million for administrative and management consulting services over approximately four years is substantial. Benchmarking this against similar foreign assistance program management contracts would be necessary for a precise value-for-money assessment. However, the firm-fixed-price structure suggests an effort to contain costs. Without specific performance metrics or comparisons to industry standards for similar services, a definitive 'excellent' or 'good' rating is difficult to assign.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded as a 'COMPETITIVE DELIVERY ORDER,' which implies that it was competed under a broader indefinite-delivery indefinite-quantity (IDIQ) contract or a similar vehicle that allowed for multiple vendors. The presence of 3 bids (no: 3) suggests a moderate level of competition for this specific delivery order. While not a sole-source award, the limited number of bidders could indicate specific qualifications required or a niche market.
Taxpayer Impact: A competitive award, even with a few bidders, generally leads to better price discovery and potentially lower costs for taxpayers compared to sole-source contracts. This suggests that taxpayer funds were likely used more efficiently.
Public Impact
The primary beneficiaries are likely recipient countries receiving foreign assistance, through improved program management and delivery. Services delivered include administrative and general management consulting, crucial for the effective implementation of foreign aid programs. The geographic impact is global, as USAID operates in numerous countries worldwide. Workforce implications include employment for consultants and administrative staff supporting the program, both domestically and potentially in-country.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if scope creep occurs despite fixed-price contract.
- Dependence on a single contractor for critical program management functions.
- Limited visibility into the specific sub-contracting opportunities for small businesses.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Competitive award process suggests potential for value and efficiency.
- Long-term nature of the contract allows for sustained program support.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically administrative and management consulting. The federal government is a major consumer of these services to manage complex programs, including foreign assistance. The market for such services is competitive, with numerous firms offering expertise in program management, policy analysis, and operational support. The $60.3M value places it as a significant contract within this domain.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the primary contract was likely awarded to a large business entity capable of managing a program of this scale. There is no explicit information on subcontracting plans for small businesses, which is a missed opportunity for broader economic impact and potentially for accessing specialized expertise.
Oversight & Accountability
Oversight would typically be managed by the Agency for International Development (USAID) contracting officers and program managers. Accountability measures are inherent in the firm-fixed-price contract, requiring the contractor to deliver services within the agreed budget. Transparency is generally facilitated through contract award databases, though detailed performance reports may not always be publicly accessible. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- USAID Global Development Programs
- International Development Assistance
- Management and Consulting Services Contracts
- Federal Administrative Support Services
Risk Flags
- Potential for performance issues due to contract complexity.
- Risk of cost overruns if scope is not tightly managed.
- Limited transparency on specific sub-contracting opportunities.
Tags
foreign-assistance, usaid, research-triangle-institute, administrative-management, general-management-consulting, competitive-delivery-order, firm-fixed-price, large-contract, multi-year, professional-services
Frequently Asked Questions
What is this federal contract paying for?
Agency for International Development awarded $60.3 million to RESEARCH TRIANGLE INSTITUTE. FOREIGN ASSISTANCE PROGRAM
Who is the contractor on this award?
The obligated recipient is RESEARCH TRIANGLE INSTITUTE.
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 $60.3 million.
What is the period of performance?
Start: 2005-10-15. End: 2009-11-30.
What specific types of administrative and management consulting services were provided under this contract?
The contract specifies 'Administrative Management and General Management Consulting Services' (NAICS code 541611). This typically encompasses a broad range of activities including strategic planning, organizational analysis, process improvement, financial management support, human capital management, and general program oversight. For a foreign assistance program, these services likely involved supporting USAID's mission in areas such as project design, implementation monitoring, evaluation, stakeholder coordination, and ensuring compliance with regulations. The exact nature of the services would be detailed in the contract's statement of work, which is not provided here but would outline specific deliverables and objectives.
How does the $60.3M contract value compare to other similar foreign assistance management contracts awarded by USAID?
A contract value of $60.3 million for a period of approximately four years is substantial and indicative of a significant program. To benchmark effectively, one would need to compare it against other large-scale contracts awarded by USAID or similar agencies (like the Department of State) for managing complex foreign aid initiatives. Factors such as the geographic scope, the specific sectors of assistance (e.g., health, education, economic development), and the duration would influence comparability. Without access to a database of comparable contracts, it's difficult to definitively state if this represents high or low value, but it certainly positions it as a major award.
What are the potential risks associated with a firm-fixed-price contract for management consulting services in a foreign assistance context?
While firm-fixed-price contracts offer cost certainty, risks can still arise, particularly in complex environments like foreign assistance. One risk is that the contractor might cut corners on quality or service delivery to maximize profit, potentially impacting program effectiveness. Another risk is scope creep, where the government requests additional services not originally envisioned, leading to potential disputes or the need for contract modifications. Furthermore, unforeseen challenges in the operating environment (political instability, logistical hurdles) could strain the contractor's ability to deliver as planned, even within the fixed price, potentially leading to performance issues or requests for equitable adjustments.
What was the track record of Research Triangle Institute (RTI) with USAID prior to this award?
Research Triangle Institute (RTI) is a well-established non-profit research institute with extensive experience in international development and a long history of working with USAID and other federal agencies. Prior to this specific $60.3M contract, RTI had likely been awarded numerous other contracts and grants from USAID, spanning various sectors and geographic regions. A thorough analysis would involve examining RTI's past performance ratings on previous USAID contracts, their success rate in competitive bidding, and any history of contract disputes or performance issues. Generally, large, long-term contracts like this are awarded to organizations with a proven track record of successful execution.
How does the competitive delivery order mechanism ensure fair pricing and value for taxpayer money?
A competitive delivery order (DO) is typically issued under a pre-existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract or a similar multiple-award framework. This means the initial award of the IDIQ itself was competitive. When a specific task (the delivery order) needs to be fulfilled, multiple awardees under that IDIQ are invited to submit proposals. The government then selects the best proposal based on factors like price, technical approach, and past performance. This process ensures that for each specific task order, there is competition among qualified vendors, driving down prices and encouraging efficient service delivery, thereby promoting fair pricing and value for taxpayers.
What are the implications of this contract's duration (over 4 years) for program continuity and effectiveness?
A contract duration of over four years (1507 days) for a foreign assistance program management contract offers significant advantages for program continuity and effectiveness. It allows the contractor, Research Triangle Institute, to develop deep institutional knowledge, build strong relationships with local partners and stakeholders, and implement long-term strategies without the constant disruption of short-term funding cycles. This stability is crucial for achieving sustainable development outcomes. It also enables the contractor to invest in staff development and program infrastructure, leading to more efficient and effective service delivery over the life of the contract.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 1
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3040 CORNWALLIS ROAD, RESEARCH TRIANGLE PARK, NC, 04
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $60,293,270
Exercised Options: $60,293,270
Current Obligation: $60,293,270
Parent Contract
Parent Award PIID: GS10F0097L
IDV Type: FSS
Timeline
Start Date: 2005-10-15
Current End Date: 2009-11-30
Potential End Date: 2009-11-30 00:00:00
Last Modified: 2013-08-23
More Contracts from Research Triangle Institute
- Iraq Strengthening Local & Provincial Governance Program — $569.9M (Agency for International Development)
- - REF. NO. 283-17-0491, "2018-2022 National Survey on Drug USE and Health (nsduh)" — $303.8M (Department of Health and Human Services)
- ADP INF, Broadcast&dist Svcs — $234.2M (Department of Health and Human Services)
- 2014-2017 National Survey on Drug USE and Health (nsduh) — $220.1M (Department of Health and Human Services)
- THE Contractor Under This Task Order Award Shall Provide Technical Assistance to Build the Capacity and Strengthen the Performance of the Local Government Institutions in the Areas of Planning, Provincial Budget Formulation and Execution, Representation of Local Priorities, Creation of Laws, Regulations and By-Laws, and Supervision of Local Public Administration — $206.8M (Agency for International Development)
Other Agency for International Development Contracts
- - Ghsc Idiq - Hiv/Aids to — $6.7B (Chemonics International, Inc.)
- Covid-19 Vaccines for International Donation — $4.2B (Pfizer Inc)
- This IS a NEW Task Order (# 03) Issued Against the Basic IQC # Gpo-I-00-05-00032-00. the Purpose of This Task Order IS to Facilitate Continuation of the Scms Program in ALL Pepfar Countries — $3.3B (Partnership for Supply Chain Management Inc)
- - Ghsc Idiq - Malaria Task Order — $2.9B (Chemonics International, Inc.)
- NEW Malaria Task Order Under the Deliver IQC; 2 Year Base Base Contract, 1 Option Year — $1.1B (John Snow, Incorporated)