USAID Modifies Contract by $3.65M for Management Consulting Services
Contract Overview
Contract Amount: $36,053,286 ($36.1M)
Contractor: Ains, LLC
Awarding Agency: Agency for International Development
Start Date: 2008-09-30
End Date: 2013-03-31
Contract Duration: 1,643 days
Daily Burn Rate: $21.9K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF THIS MODIFICATION IS INITIATE TO 2 AND ADD FUNDING IN THE AMOUNT OF $3,654048TAS::72 1000::TAS
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20523
Plain-Language Summary
Agency for International Development obligated $36.1 million to AINS, LLC for work described as: THE PURPOSE OF THIS MODIFICATION IS INITIATE TO 2 AND ADD FUNDING IN THE AMOUNT OF $3,654048TAS::72 1000::TAS Key points: 1. Contract awarded to AINS, LLC for administrative management and general management consulting. 2. Significant funding increase of over $3.6 million. 3. Contract has been modified multiple times, extending its duration. 4. No small business participation noted.
Value Assessment
Rating: questionable
The contract's value has significantly increased through modifications, raising questions about initial pricing and scope creep. The total value is substantial, and the per-unit cost is not readily available for comparison.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source or limited competition award. This lack of competition may have limited price discovery and potentially led to higher costs for the government.
Taxpayer Impact: The modification adds $3.65 million to the contract, directly increasing taxpayer expenditure without a competitive bidding process to ensure the best value.
Public Impact
Increased spending on administrative management consulting services. Potential for less efficient use of taxpayer funds due to non-competitive award. Long contract duration suggests ongoing need for these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Significant funding increase via modification
- Extended contract duration
Positive Signals
- Services provided by a known contractor (AINS, LLC)
Sector Analysis
Administrative Management and General Management Consulting Services (NAICS 541611) are common across federal agencies. Benchmarks for this sector vary widely based on service complexity and duration, but significant modifications without competition warrant scrutiny.
Small Business Impact
The data indicates that this contract was not awarded to a small business, nor does it appear to have provisions for small business subcontracting. This represents a missed opportunity for small business engagement.
Oversight & Accountability
The repeated modifications and significant funding increases suggest a need for robust oversight to ensure the continued necessity and cost-effectiveness of the services. Accountability for the justification of non-competitive awards is crucial.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Agency for International Development Contracting
- Agency for International Development Programs
Risk Flags
- Lack of competition
- Significant funding increase via modification
- Extended contract duration
- No small business participation
Tags
administrative-management-and-general-ma, agency-for-international-development, dc, bpa-call, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Agency for International Development awarded $36.1 million to AINS, LLC. THE PURPOSE OF THIS MODIFICATION IS INITIATE TO 2 AND ADD FUNDING IN THE AMOUNT OF $3,654048TAS::72 1000::TAS
Who is the contractor on this award?
The obligated recipient is AINS, 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 $36.1 million.
What is the period of performance?
Start: 2008-09-30. End: 2013-03-31.
What is the justification for the sole-source award and the substantial funding increase through modifications?
The justification for a sole-source award and subsequent modifications requires detailed documentation from the Agency for International Development. Typically, sole-source awards are granted when only one responsible source can provide the required supplies or services. Substantial increases often stem from evolving requirements or unforeseen circumstances, but the lack of competition means these justifications are critical for ensuring taxpayer value.
How does the pricing of this contract compare to similar administrative management consulting services procured competitively?
Without access to detailed pricing structures and specific service deliverables, a direct comparison is difficult. However, the absence of competition inherently raises concerns that the pricing may not be as optimized as it could be under a competitive environment. A thorough review of the contract's historical pricing and task orders against market rates would be necessary for a definitive assessment.
What is the long-term impact of relying on non-competed contracts for essential administrative services?
Long-term reliance on non-competed contracts can stifle innovation, reduce overall government efficiency, and potentially lead to higher costs due to a lack of market pressure. It also limits opportunities for new or smaller businesses to enter the federal contracting space. This practice can create vendor lock-in and reduce the government's agility in adapting to changing needs or technological advancements.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 806 W DIAMOND AVE STE 400, GAITHERSBURG, MD, 20878
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $134,089,255
Exercised Options: $64,477,482
Current Obligation: $36,053,286
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: AIDIRME000600045
IDV Type: BPA
Timeline
Start Date: 2008-09-30
Current End Date: 2013-03-31
Potential End Date: 2019-11-21 00:00:00
Last Modified: 2021-02-18
More Contracts from Ains, LLC
- THE Purpose of This Award IS to Initiate Task Order 1AND to ADD Funding in the Amount of $1,000,000 — $23.1M (Agency for International Development)
- THE Services for This Task Order ARE in Accordance With the GSA RFQ NO.1587621, and the Ains, LLC Proposal Dated March 1, 2023 — $3.4M (Environmental Protection Agency)
- Enterprise Applications - Ains, Inc. (DBA Opexustech, INC.) Work Order 1-Eeoc - Base Year (date of Award to 12 Months) - Remainder: Pending Availability of Funds — $2.9M (Equal Employment Opportunity Commission)
- NEW Procurement for a Freedom of Information ACT Software Solution. This NEW Product Replaces the Product Previously Provided by the Environmental Protection Agency Which Will END After Fiscal Year 2023. the NEW Foia Product Meets the Office of Priva — $2.2M (Social Security Administration)
- Foiaxpress Support Bridge Order Under GSA Schedule MAS (gs-35f-576ga) — $293.3K (Department of the Treasury)
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)