USAID's $374M DELIVER II Task Order to John Snow, Inc. for Technical Services, Awarded Non-Competitively
Contract Overview
Contract Amount: $374,383,496 ($374.4M)
Contractor: John Snow, Incorporated
Awarding Agency: Agency for International Development
Start Date: 2006-09-29
End Date: 2013-04-30
Contract Duration: 2,405 days
Daily Burn Rate: $155.7K/day
Competition Type: NON-COMPETITIVE DELIVERY ORDER
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: DELIVER II TASK ORDER AGREEMENTTAS::72 1037::TAS
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22209
State: Virginia Government Spending
Plain-Language Summary
Agency for International Development obligated $374.4 million to JOHN SNOW, INCORPORATED for work described as: DELIVER II TASK ORDER AGREEMENTTAS::72 1037::TAS Key points: 1. Significant contract value of $374M highlights substantial investment in technical services. 2. Non-competitive award raises questions about price discovery and potential for better value. 3. Long duration (2006-2013) suggests a sustained need but also potential for scope creep. 4. The 'All Other Professional, Scientific, and Technical Services' NAICS code is broad, making direct sector benchmarks difficult.
Value Assessment
Rating: questionable
The contract's Cost Plus Fixed Fee (CPFF) structure can incentivize cost escalation. Without competitive bidding, it's difficult to assess if the $374M price reflects fair market value compared to similar services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
Awarded as a non-competitive delivery order, this limits price discovery. The absence of competition means potential savings were likely forgone, as there was no market pressure to offer the lowest possible price.
Taxpayer Impact: Taxpayers may have overpaid due to the lack of competitive bidding, as the agency did not leverage market forces to secure the best value.
Public Impact
Public funds totaling $374M were allocated without open competition, potentially impacting transparency. The long contract period suggests a critical, ongoing need for these services by USAID. The broad nature of the services provided makes it challenging for the public to assess specific outcomes or value for money.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Non-competitive award
- Broad service category
- Cost-plus contract type
Positive Signals
- Long-term engagement indicates agency reliance and potential for stable service delivery
Sector Analysis
This contract falls under 'All Other Professional, Scientific, and Technical Services,' a broad category. Benchmarking is challenging without more specific service details, but large contracts in professional services often range from 5-15% of total agency operating budgets.
Small Business Impact
The contract data indicates the awardee is John Snow, Incorporated, a large business. There is no indication that small businesses were involved as subcontractors or partners in this specific task order.
Oversight & Accountability
The non-competitive nature of this award warrants scrutiny. USAID should have robust internal controls and justification processes for sole-source awards to ensure they are necessary and provide fair value.
Related Government Programs
- All Other Professional, Scientific, and Technical Services
- Agency for International Development Contracting
- Agency for International Development Programs
Risk Flags
- Lack of competition
- Potential for cost overruns (CPFF)
- Broad and undefined service category
- Long contract duration without clear milestones
- Lack of small business participation
Tags
all-other-professional-scientific-and-te, agency-for-international-development, va, delivery-order, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
Agency for International Development awarded $374.4 million to JOHN SNOW, INCORPORATED. DELIVER II TASK ORDER AGREEMENTTAS::72 1037::TAS
Who is the contractor on this award?
The obligated recipient is JOHN SNOW, INCORPORATED.
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 $374.4 million.
What is the period of performance?
Start: 2006-09-29. End: 2013-04-30.
What specific technical services were provided under DELIVER II, and how did they align with USAID's mission objectives?
The DELIVER II Task Order Agreement was for 'All Other Professional, Scientific, and Technical Services.' While the specific deliverables are not detailed here, such services typically support agency operations, program implementation, or research. Understanding the precise nature of these services is crucial to evaluating their alignment with USAID's mission and assessing whether the $374M expenditure was justified and effective in achieving intended outcomes.
What was the justification for awarding this significant contract non-competitively, and were alternative solutions considered?
The justification for a non-competitive award is critical for accountability. Agencies typically require detailed documentation outlining why full and open competition was not feasible, such as a unique capability held by the contractor or an urgent need. Without this justification, it's impossible to assess if USAID adequately explored alternatives or if this award represented the best use of taxpayer funds, potentially indicating a missed opportunity for cost savings.
How was the 'fixed fee' component of the Cost Plus Fixed Fee (CPFF) contract determined, and did it adequately incentivize cost control?
In a CPFF contract, the fixed fee is negotiated upfront and represents the contractor's profit. Determining this fee requires careful analysis of the anticipated effort and risk. If the fee was set too high or if the 'cost plus' element allowed for excessive overhead, taxpayers may have borne unnecessary costs. Effective oversight would ensure the fee was reasonable and that the contractor was motivated to manage costs efficiently.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: RESEARCH AND DEVELOPMENT › N – Health R&D Services
Competition & Pricing
Extent Competed: NON-COMPETITIVE DELIVERY ORDER
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: M/OAA/GH/POP-06-944
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 44 FARNSWORTH ST FL 7, BOSTON, MA, 02210
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $2,373,714,430
Exercised Options: $2,373,714,430
Current Obligation: $374,383,496
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: AIDGPOI000600007
IDV Type: IDC
Timeline
Start Date: 2006-09-29
Current End Date: 2013-04-30
Potential End Date: 2013-04-30 00:00:00
Last Modified: 2019-09-11
More Contracts from John Snow, Incorporated
- NEW Malaria Task Order Under the Deliver IQC; 2 Year Base Base Contract, 1 Option Year — $1.1B (Agency for International Development)
- Gh/Prh - 3057, NEW TO#5 (commodities and Public Health Supplies) and ADD Incremental Funds — $578.9M (Agency for International Development)
- Provide Malaria Commodities Worldwide — $418.9M (Agency for International Development)
- Prh/Csl - 3089 Award NEW Task Order #4 for TA and ADD Incremental Funds — $258.1M (Agency for International Development)
- Supporting an Aids-Free ERA (safe) to Reduce HIV Mortality, Morbidity and Transmission, While Improving Nutrition Outcomes and Family Planning Integration in the SIX Usaid-Supported Provinces AS Detailed in Section C, Statement of Work — $153.7M (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)