USAID awards $76.2M for FEWS NET activities, extending services through 2020
Contract Overview
Contract Amount: $76,210,430 ($76.2M)
Contractor: Domestic Awardees (undisclosed)
Awarding Agency: Agency for International Development
Start Date: 2016-12-05
End Date: 2020-01-01
Contract Duration: 1,122 days
Daily Burn Rate: $67.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: IGF::CL::IGF - REQUEST AWARD OF NEW TASK ORDER FOR FEWS NET FY17 ACTIVITIES AND BRIDGE FOR FEWS NET7.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20006
Plain-Language Summary
Agency for International Development obligated $76.2 million to DOMESTIC AWARDEES (UNDISCLOSED) for work described as: IGF::CL::IGF - REQUEST AWARD OF NEW TASK ORDER FOR FEWS NET FY17 ACTIVITIES AND BRIDGE FOR FEWS NET7. Key points: 1. Contract focuses on critical food security monitoring and early warning systems. 2. Full and open competition suggests a robust bidding process. 3. Cost-plus-fixed-fee structure allows for flexibility but requires careful cost management. 4. Long duration (1122 days) indicates a need for sustained support. 5. Geographic focus on District of Columbia for administrative services. 6. No small business set-aside noted, potentially limiting small business participation.
Value Assessment
Rating: fair
The contract value of $76.2 million over approximately three years for professional, scientific, and technical services related to food security early warning systems appears to be within a reasonable range for such specialized work. Benchmarking against similar contracts for international development support and technical services would be necessary for a definitive value assessment. The cost-plus-fixed-fee (CPFF) pricing structure, while common for complex projects where costs are not fully predictable, can sometimes lead to higher overall costs compared to fixed-price contracts if not managed diligently. The absence of specific performance metrics in the provided data makes a direct value-for-money assessment challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. This approach generally fosters a competitive environment, which can lead to better pricing and service quality. The number of bidders is not disclosed, but the method of competition suggests that multiple entities likely vied for this award, promoting price discovery and innovation.
Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it maximizes the pool of potential offerors, increasing the likelihood of receiving competitive bids and potentially lowering the overall cost to the government.
Public Impact
The primary beneficiaries are populations in regions vulnerable to food insecurity, who receive the benefit of early warning systems. Services delivered include monitoring, analysis, and reporting on food security conditions. Geographic impact is global, focusing on areas monitored by the Famine Early Warning Systems Network (FEWS NET). Workforce implications include employment for scientific, technical, and analytical professionals.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost-plus-fixed-fee contracts can incentivize cost overruns if not closely monitored.
- Lack of specific performance metrics makes it difficult to assess efficiency and effectiveness.
- Undisclosed domestic awardees prevent a review of contractor past performance and capacity.
- The long contract duration may reduce flexibility to adapt to changing needs or technologies.
Positive Signals
- Full and open competition suggests a competitive award process, potentially leading to better value.
- The contract supports a critical mission of food security monitoring, addressing a significant global challenge.
- The sustained funding indicated by the contract duration provides stability for essential services.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically supporting international development and humanitarian aid efforts. The Famine Early Warning Systems Network (FEWS NET) is a crucial program for global food security. Spending in this area is driven by the need for continuous monitoring and analysis of environmental and socio-economic factors affecting food availability in vulnerable regions. Comparable spending benchmarks would typically be found within agencies like USAID, the Department of State, and international organizations focused on development and disaster relief.
Small Business Impact
The data indicates that this contract was not awarded as a small business set-aside. This means that large businesses were eligible to compete and potentially win the entire award. While full and open competition can be efficient, it may limit opportunities for small businesses to participate directly unless they are part of a subcontracting plan. Further investigation into subcontracting requirements would be needed to understand the impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would typically be managed by the Agency for International Development (USAID) contracting officers and program managers. The cost-plus-fixed-fee structure necessitates rigorous oversight to ensure costs are reasonable and allocable, and that the fixed fee is earned. Transparency would be enhanced through regular reporting requirements and potentially through public access to non-sensitive performance data. Inspector General jurisdiction would apply for any investigations into fraud, waste, or abuse.
Related Government Programs
- Famine Early Warning Systems Network (FEWS NET)
- USAID International Development Assistance
- Global Food Security Programs
- Disaster Preparedness and Response Contracts
Risk Flags
- Contract Type Risk (CPFF)
- Lack of Performance Metrics
- Undisclosed Contractor Identity
- Potential for Cost Overruns
Tags
usaid, professional-scientific-technical-services, full-and-open-competition, delivery-order, cost-plus-fixed-fee, food-security, international-development, district-of-columbia, long-term-contract, non-small-business
Frequently Asked Questions
What is this federal contract paying for?
Agency for International Development awarded $76.2 million to DOMESTIC AWARDEES (UNDISCLOSED). IGF::CL::IGF - REQUEST AWARD OF NEW TASK ORDER FOR FEWS NET FY17 ACTIVITIES AND BRIDGE FOR FEWS NET7.
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 $76.2 million.
What is the period of performance?
Start: 2016-12-05. End: 2020-01-01.
What is the specific track record of the awarded contractor(s) in managing similar large-scale, international technical service contracts, particularly those related to food security monitoring?
The provided data does not disclose the identity of the awarded contractor(s), making it impossible to assess their specific track record. To evaluate this, one would need to identify the prime contractor and review their past performance history with USAID and other federal agencies. This would involve examining contract databases for similar awards, reviewing past performance evaluations (if publicly available), and looking for any documented issues or successes in managing complex projects, adhering to budgets, and meeting performance objectives. Without this information, the contractor's capability and reliability remain unknown.
How does the estimated annual cost of this contract compare to the operational costs of similar food security monitoring programs managed by other international organizations or government agencies?
The total award is $76.2 million over approximately 3.7 years (December 2016 to January 2020), averaging roughly $20.6 million per year. To benchmark this, one would need to identify comparable programs. For instance, comparing it to the annual budgets of similar early warning systems run by the UN's World Food Programme, FAO, or other national meteorological and hydrological services involved in food security analysis would be informative. Factors such as geographic scope, the intensity of monitoring, the types of data collected (e.g., satellite imagery, ground-level surveys), and the analytical sophistication required would influence cost. A preliminary assessment suggests this figure is substantial but potentially justified given the critical nature and global reach of FEWS NET's mission.
What are the key performance indicators (KPIs) and metrics used to measure the success and effectiveness of the FEWS NET activities funded by this contract?
The provided data does not specify the key performance indicators (KPIs) or metrics for this contract. Typically, contracts for services like FEWS NET would include metrics related to the timeliness and accuracy of food security assessments, the dissemination of early warnings, the usability of reports by decision-makers, and potentially the impact of these warnings on mitigating food crises. A thorough review of the contract's Statement of Work (SOW) and performance work statement (PWS) would be necessary to identify these specific KPIs. Without them, assessing the contractor's performance and the overall effectiveness of the program is challenging.
What is the historical spending trend for FEWS NET activities, and how does this $76.2 million award fit within that pattern?
The provided data only pertains to this specific task order award. To understand the historical spending trend for FEWS NET activities, one would need to access broader contract data for the FEWS NET program over multiple fiscal years. This would involve searching federal procurement databases (like FPDS or USASpending.gov) for all contracts associated with FEWS NET, potentially filtering by agency (USAID) and relevant North American Industry Classification System (NAICS) codes. Analyzing this historical data would reveal whether this $76.2 million award represents a typical level of funding, an increase, or a decrease compared to previous years, providing context on the program's sustained investment or evolving needs.
What are the potential risks associated with the cost-plus-fixed-fee (CPFF) contract type for this specific service, and what mitigation strategies are in place?
The primary risk with a CPFF contract is the potential for cost overruns, as the contractor is reimbursed for allowable costs plus a negotiated fixed fee. This structure can reduce the incentive for the contractor to control costs rigorously. For FEWS NET activities, risks could include unforeseen environmental events, political instability in monitored regions, or fluctuations in commodity prices that increase the complexity and cost of analysis. Mitigation strategies typically involve robust government oversight, detailed cost accounting standards, regular audits, clear definition of allowable costs, and strong negotiation of the fixed fee. USAID's contracting officer would be responsible for closely monitoring expenditures and ensuring compliance with contract terms to manage these risks.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
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, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $76,210,430
Exercised Options: $76,210,430
Current Obligation: $76,210,430
Actual Outlays: $13,206,743
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: AIDOAAI1200006
IDV Type: IDC
Timeline
Start Date: 2016-12-05
Current End Date: 2020-01-01
Potential End Date: 2020-01-01 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)