USAID's $65.7M Haiti Recovery Contract with Chemonics Faces Scrutiny for Limited Competition
Contract Overview
Contract Amount: $65,681,018 ($65.7M)
Contractor: Domestic Awardees (undisclosed)
Awarding Agency: Agency for International Development
Start Date: 2011-03-14
End Date: 2013-11-11
Contract Duration: 973 days
Daily Burn Rate: $67.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: M/OAA IS REQUESTED TO NEGOTIATE A NEW SWIFT III RFTOP WITH CHEMONICS TO SUPPORT THE HAITI RECOVERY INITIATIVE II. COTR:ANITA SACHARIAH ; CO:CRIS SYLVIA
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20523
Plain-Language Summary
Agency for International Development obligated $65.7 million to DOMESTIC AWARDEES (UNDISCLOSED) for work described as: M/OAA IS REQUESTED TO NEGOTIATE A NEW SWIFT III RFTOP WITH CHEMONICS TO SUPPORT THE HAITI RECOVERY INITIATIVE II. COTR:ANITA SACHARIAH ; CO:CRIS SYLVIA Key points: 1. The contract, valued at $65.7 million, supports Haiti's recovery initiative. 2. Competition details are undisclosed, raising questions about fairness. 3. The contract type is Cost Plus Fixed Fee, which can incentivize cost overruns. 4. Administrative Management and General Management Consulting Services are the primary focus.
Value Assessment
Rating: questionable
The contract's Cost Plus Fixed Fee structure, while common for complex projects, offers less incentive for cost control compared to fixed-price contracts. Benchmarking against similar USAID consulting contracts is difficult without more detailed cost breakdowns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded via Full and Open Competition, but the specific awardee is undisclosed, suggesting potential limitations or a non-competitive follow-on. This lack of transparency hinders price discovery and comparison.
Taxpayer Impact: The significant value of this contract means that any inefficiencies or lack of competitive pricing directly impacts taxpayer funds allocated for critical recovery efforts.
Public Impact
Taxpayers may be overpaying due to limited transparency in awardee selection and pricing. The effectiveness of Haiti's recovery efforts could be impacted if resources are not optimally utilized. Lack of clear competition metrics makes it difficult to assess if the best value was achieved.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Undisclosed awardee raises transparency concerns.
- Cost Plus Fixed Fee contract type can lead to higher costs.
- Limited public data on competition effectiveness.
Positive Signals
- Supports critical Haiti recovery efforts.
- Awarded by a reputable agency (USAID).
Sector Analysis
This contract falls under Administrative Management and General Management Consulting Services. Spending in this sector can vary widely, but large, complex international development contracts like this represent a significant portion of agency budgets.
Small Business Impact
The data does not indicate whether small businesses were involved in this contract, either as prime contractors or subcontractors. Further investigation would be needed to determine small business participation.
Oversight & Accountability
USAID's Contracting Officer's Representative (COR) and Contracting Officer (CO) are listed, indicating internal oversight. However, the lack of public detail on the awardee and specific performance metrics limits external accountability.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Agency for International Development Contracting
- Agency for International Development Programs
Risk Flags
- Lack of transparency regarding the specific awardee.
- Potential for cost overruns due to CPFF contract type.
- Limited public information on competition details and justification.
- Difficulty in assessing value for money without performance metrics.
Tags
administrative-management-and-general-ma, agency-for-international-development, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Agency for International Development awarded $65.7 million to DOMESTIC AWARDEES (UNDISCLOSED). M/OAA IS REQUESTED TO NEGOTIATE A NEW SWIFT III RFTOP WITH CHEMONICS TO SUPPORT THE HAITI RECOVERY INITIATIVE II. COTR:ANITA SACHARIAH ; CO:CRIS SYLVIA
Who is the contractor on this award?
The obligated recipient is DOMESTIC AWARDEES (UNDISCLOSED).
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 $65.7 million.
What is the period of performance?
Start: 2011-03-14. End: 2013-11-11.
What specific factors justified the selection of Chemonics for this follow-on contract, and how was fair and open competition ensured?
The provided data states 'FULL AND OPEN COMPETITION' but also mentions a 'NEW SWIFT III RFTOP WITH CHEMONICS'. This suggests Chemonics may have been selected through a prior competitive process under SWIFT III, and this is a follow-on task order. However, the lack of disclosed awardee details prevents a thorough assessment of the competition's fairness and the justification for selecting Chemonics over other potential bidders for this specific task.
How does the Cost Plus Fixed Fee structure impact the overall cost-effectiveness of the Haiti Recovery Initiative II, given the potential for cost overruns?
The Cost Plus Fixed Fee (CPFF) contract type reimburses the contractor for allowable costs plus a fixed fee representing profit. While suitable for R&D or uncertain scope projects, CPFF inherently lacks strong cost-control incentives for the contractor. This means USAID must implement robust monitoring and control mechanisms to prevent cost overruns and ensure the fixed fee remains a fair profit, not an inflated one, for the services rendered in Haiti.
What are the key performance indicators (KPIs) for this contract, and how is their achievement being measured to ensure effective use of taxpayer funds?
The provided data does not include specific Key Performance Indicators (KPIs) or details on how contract performance is measured. Effective oversight would require clearly defined, measurable KPIs tied to the goals of the Haiti Recovery Initiative II. USAID's COR and CO would be responsible for tracking progress against these KPIs and ensuring that the contractor's performance justifies the expenditure of $65.7 million in taxpayer funds.
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: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 4
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 1800 F ST NW, WASHINGTON, DC, 20405
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $69,977,724
Exercised Options: $69,977,724
Current Obligation: $65,681,018
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: AIDDOTI000800033
IDV Type: IDC
Timeline
Start Date: 2011-03-14
Current End Date: 2013-11-11
Potential End Date: 2013-11-11 00:00:00
Last Modified: 2021-08-26
More Contracts from Domestic Awardees (undisclosed)
- Overseas Contract — $920.0M (Agency for International Development)
- Afghanistan Ministry of Interior/Afghan National Police Mentoring&training With Life Support Services — $876.2M (Department of Defense)
- Tasm-O Aviation Field Maintenance Igf::ot::igf — $870.9M (Department of Defense)
- Overseas Contract — $817.4M (Department of State)
- Overseas Contract — $806.0M (Department of State)
View all Domestic Awardees (undisclosed) federal contracts →
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)