Transportation Department awards $21.1M contract for administrative management and general consulting services to Westat, Inc
Contract Overview
Contract Amount: $21,148,058 ($21.1M)
Contractor: Westat, Inc.
Awarding Agency: Department of Transportation
Start Date: 2007-09-28
End Date: 2011-01-31
Contract Duration: 1,221 days
Daily Burn Rate: $17.3K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: OTHER SPECIAL STUDIES & ANALYSES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590
Plain-Language Summary
Department of Transportation obligated $21.1 million to WESTAT, INC. for work described as: OTHER SPECIAL STUDIES & ANALYSES Key points: 1. Contract awarded for specialized consulting services, indicating a need for external expertise in administrative and management functions. 2. The contract duration of 1221 days suggests a significant, long-term project requiring sustained support. 3. Fixed-price contract type aims to control costs and provide predictability for the agency. 4. Competition level for this specific delivery order is not detailed, but the overall contract vehicle may have been competed. 5. The North American Industry Classification System (NAICS) code 541611 points to a focus on management consulting services. 6. Geographic focus on the District of Columbia suggests services are likely centered around federal agency operations in the capital.
Value Assessment
Rating: fair
The total award amount of $21.1 million over approximately 3.3 years for administrative management and general consulting services appears to be within a reasonable range for large-scale federal consulting engagements. Benchmarking against similar contracts for management consulting services would provide a more precise value-for-money assessment. Without specific deliverables or performance metrics, it is difficult to definitively assess the efficiency of the pricing. However, the fixed-price nature of the contract suggests an effort to manage costs upfront.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The provided data indicates this is a 'COMPETITIVE DELIVERY ORDER' (CT: COMPETITIVE DELIVERY ORDER, AW: DO). This suggests that while the overarching contract vehicle may have been competed, the specific delivery order's competition level is not explicitly detailed. Typically, competitive delivery orders imply a degree of competition among pre-qualified vendors on a larger contract. The number of bids received for this specific order is not provided, making it challenging to assess the intensity of the competition.
Taxpayer Impact: The level of competition for this delivery order directly impacts taxpayer value. Higher competition generally leads to better pricing and more innovative solutions. If this order was indeed competitively bid among multiple qualified vendors, it suggests taxpayers are likely receiving a fair price. However, without more transparency on the bidding process, the full benefit of competition cannot be confirmed.
Public Impact
Federal agencies, particularly within the Department of Transportation, benefit from enhanced administrative and management capabilities. Services delivered likely include strategic planning, operational efficiency improvements, and general management support. The geographic impact is primarily focused on the District of Columbia, where the Federal Highway Administration is located. Workforce implications may involve the utilization of specialized consulting expertise to augment agency staff or address specific project needs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed competition metrics for the specific delivery order hinders a full assessment of price discovery.
- The long contract duration could present risks if project scope or agency needs evolve significantly.
- Transparency regarding specific performance metrics and outcomes achieved under this contract is limited in the provided data.
Positive Signals
- The use of a competitive delivery order mechanism suggests an intent to leverage competition for task orders.
- A fixed-price contract type provides cost certainty for the agency and taxpayers.
- The contract is awarded to a known entity (Westat, Inc.), potentially indicating a track record of performance.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically management consulting. This sector is a significant component of federal spending, supporting a wide array of agency functions. The market for these services is competitive, with numerous firms offering expertise in administrative and general management. The $21.1 million award is substantial for a single contract, reflecting the complexity and duration of the services required by the Federal Highway Administration.
Small Business Impact
The provided data does not indicate if this contract included small business set-asides or subcontracting goals. Westat, Inc. is a large research and evaluation firm, suggesting that the primary award is unlikely to be a small business set-aside. Further investigation would be needed to determine if any subcontracting opportunities were mandated or utilized for small businesses.
Oversight & Accountability
Oversight for this contract would typically reside with the Federal Highway Administration contracting officers and program managers. The fixed-price nature of the contract provides a degree of financial oversight by establishing a ceiling cost. Transparency regarding specific performance reviews, audits, or Inspector General involvement is not detailed in the provided data, but standard federal procurement regulations would apply.
Related Government Programs
- Federal Management Consulting Services
- Administrative Support Contracts
- Department of Transportation IT and Management Services
- General Services Administration (GSA) Schedule Contracts
Risk Flags
- Potential for cost overruns if contractor's estimates are inaccurate.
- Risk of scope creep without proper change control.
- Difficulty in measuring specific ROI for consulting services.
- Dependency on contractor expertise may limit internal capacity building.
Tags
transportation, department-of-transportation, federal-highway-administration, consulting-services, administrative-management, general-management, fixed-price, competitive-delivery-order, district-of-columbia, large-contract, westat-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $21.1 million to WESTAT, INC.. OTHER SPECIAL STUDIES & ANALYSES
Who is the contractor on this award?
The obligated recipient is WESTAT, INC..
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Highway Administration).
What is the total obligated amount?
The obligated amount is $21.1 million.
What is the period of performance?
Start: 2007-09-28. End: 2011-01-31.
What is Westat, Inc.'s track record with federal contracts, particularly within the Department of Transportation?
Westat, Inc. has a substantial history of performing federal contracts across various agencies, including the Department of Transportation. Their expertise often lies in research, evaluation, and data analysis. A review of their contract history would reveal the types of services provided, their performance ratings on past contracts, and their success in securing and completing work. For this specific contract, the award suggests they met the requirements for administrative management and general consulting services. Further analysis would involve examining past performance evaluations and any reported issues or successes on similar DOT engagements to gauge their reliability and effectiveness in this domain.
How does the $21.1 million award compare to similar administrative management consulting contracts awarded by the Department of Transportation?
The $21.1 million award for administrative management and general consulting services over approximately 3.3 years is a significant sum, indicative of a large-scale, long-term engagement. To benchmark this value, one would compare it to other contracts for similar services (NAICS 541611) awarded by the DOT or other large federal agencies. Factors such as contract duration, scope of work, and the specific expertise required heavily influence contract value. If similar contracts for comparable services and durations are in the tens of millions, then this award appears within a reasonable range. However, if comparable contracts are significantly lower, it might suggest this award is on the higher side, warranting closer scrutiny of the deliverables and necessity.
What are the primary risks associated with a fixed-price contract of this magnitude and duration?
The primary risks associated with a fixed-price contract of this magnitude ($21.1 million) and duration (1221 days) include potential scope creep, contractor underestimation of costs, and unforeseen market changes. For the government, the risk is paying a premium if the contractor's actual costs are significantly lower than anticipated, or if the contractor fails to deliver the expected quality or scope within the fixed price. For the contractor, the risk is incurring losses if costs exceed the fixed price due to poor estimation, inefficiencies, or unexpected challenges. Given the long duration, there's also a risk that the agency's needs may evolve, requiring contract modifications that could negate some of the initial cost certainty.
What specific performance metrics or deliverables were expected under this contract to ensure program effectiveness?
The provided data does not specify the exact performance metrics or deliverables expected under this contract. However, for administrative management and general consulting services, typical deliverables might include strategic plans, operational assessments, process improvement recommendations, organizational structure analyses, and implementation support. Performance would likely be evaluated based on the quality of these deliverables, adherence to timelines, achievement of defined objectives (e.g., efficiency gains, cost savings), and overall client satisfaction. Without access to the contract statement of work (SOW), a detailed assessment of program effectiveness based on specific metrics is not possible.
How has the Department of Transportation's spending on administrative management and consulting services trended over the past five years?
Analyzing the historical spending trends of the Department of Transportation (DOT) on administrative management and consulting services (NAICS 541611) would provide valuable context for this $21.1 million award. If DOT's spending in this category has been consistently high or increasing, it suggests a sustained need for such services. Conversely, a declining trend might raise questions about the necessity or efficiency of current spending levels. This specific contract represents a significant portion of annual spending if the historical average is lower. Understanding these trends helps assess whether this award is an anomaly or part of a larger pattern of investment in external consulting expertise.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1650 RESEARCH BLVD, ROCKVILLE, MD, 08
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $21,148,058
Exercised Options: $21,148,058
Current Obligation: $21,148,058
Parent Contract
Parent Award PIID: GS23F8144H
IDV Type: FSS
Timeline
Start Date: 2007-09-28
Current End Date: 2011-01-31
Potential End Date: 2011-01-31 00:00:00
Last Modified: 2013-04-02
More Contracts from Westat, Inc.
- THE Population Assessment of Tobacco and Health (path) Study Period of Performance: 04/01/2016-11/30/2016 Base Award — $505.3M (Department of Health and Human Services)
- "critical Functions" Igf::ct::igf the Sampling and Data Collection Contractor Designs and Conducts the Sampling and Data Collection Activities and Prepares the Sampling and Variance Estimation Weights for the Operational Assessments, Pilot Tests, and Special Studies Required by the National Assessment of Educational Progress (naep) for the 2013-2017 Assessment Cycles. Additionally, the SDC Contractor Conducts the Naep High School Transcript Study (hsts). the SDC Contractor Shall Pursue Creative and Innovative Lines of Methodological and Operational Inquiry for Improving Sampling, Data Collection and Weighting Methodologies That Will Strategically Position Naep and the Hsts to Meet the Upcoming Challenges in the Next Decade Such AS Technology-Based and Multi-Stage Adaptive Testing; Making Naep More Educationally Relevant by Linking With Other State, National, and International Assessments; and Improving Access to the Broadest Range of Students Including Students With Disabilities and English Language Learners — $344.4M (Department of Education)
- National Health and Nutrition Examination Survey — $302.2M (Department of Health and Human Services)
- R&d-Other R & D-B RES — $292.6M (Department of Health and Human Services)
- Nhanes Contract — $279.2M (Department of Health and Human Services)
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)