CACI-ISS LLC awarded $27.4M for DMLSS support, highlighting administrative management consulting services

Contract Overview

Contract Amount: $27,401,192 ($27.4M)

Contractor: Caci-Iss, LLC

Awarding Agency: Department of Defense

Start Date: 2013-08-05

End Date: 2016-08-31

Contract Duration: 1,122 days

Daily Burn Rate: $24.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IGF::CT::IGF DMLSS SUPPORT - LABOR

Place of Performance

Location: LACKLAND AFB, BEXAR County, TEXAS, 78236

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $27.4 million to CACI-ISS, LLC for work described as: IGF::CT::IGF DMLSS SUPPORT - LABOR Key points: 1. Contract value of $27.4M for administrative management and general management consulting services. 2. Awarded to CACI-ISS, LLC, a significant player in government contracting. 3. Contract duration of 1122 days, indicating a medium-term engagement. 4. Firm Fixed Price contract type suggests predictable costs for the government. 5. Delivery Order under a larger contract vehicle, common for task-specific needs. 6. Services fall under NAICS code 541611, focusing on management consulting. 7. Geographic location of performance is Texas (TX).

Value Assessment

Rating: good

The contract value of $27.4 million for administrative management and general management consulting services appears reasonable for a multi-year engagement. Benchmarking against similar contracts for DMLSS support or broader defense IT/logistics management services would provide a clearer picture of value for money. The firm fixed-price structure helps control costs, but the specific unit costs or labor rates are not detailed here, making a precise value assessment challenging without further data.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The fact that it was a delivery order suggests it was part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract that was itself competed. The number of bidders is not specified, but full and open competition generally promotes a competitive environment, which can lead to better pricing and service.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it encourages a wider range of potential contractors to bid, potentially driving down prices and improving the quality of services offered.

Public Impact

The Department of Defense, specifically the Department of the Air Force, benefits from enhanced administrative management and general management consulting services. Services delivered likely support the Defense Medical Logistics Standard System (DMLSS), crucial for military healthcare logistics. Geographic impact is centered in Texas, where the performance is noted. Workforce implications include the employment of consultants and potentially government personnel involved in managing the contract and utilizing the services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the administrative management and general management consulting services sector, a broad category encompassing advisory services for organizations. The federal government is a major consumer of these services, particularly within defense and IT support functions. The market for such services is competitive, with numerous large and small businesses vying for contracts. This specific award supports a critical defense logistics system, placing it within the broader context of government IT and operational support spending.

Small Business Impact

The data indicates this contract was awarded under full and open competition and does not specify any small business set-aside. There is no explicit information regarding subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem is not evident from this data alone, though larger prime contractors often utilize small businesses for specialized support.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the administrative contracting officer within the Department of the Air Force. Performance monitoring, invoice review, and compliance checks are standard accountability measures. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, air-force, administrative-management-consulting, general-management-consulting, firm-fixed-price, full-and-open-competition, delivery-order, it-support, logistics-support, texas, caci-iss-llc

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $27.4 million to CACI-ISS, LLC. IGF::CT::IGF DMLSS SUPPORT - LABOR

Who is the contractor on this award?

The obligated recipient is CACI-ISS, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $27.4 million.

What is the period of performance?

Start: 2013-08-05. End: 2016-08-31.

What is the historical spending trend for DMLSS support services by the Department of Defense?

Analyzing historical spending on DMLSS support requires accessing comprehensive federal procurement data over several fiscal years. While this specific contract represents $27.4 million awarded to CACI-ISS, LLC from 2013 to 2016, it is only one piece of the puzzle. To understand the trend, one would need to aggregate all contracts related to DMLSS support, including labor, software, hardware, and maintenance, across all branches of the DoD. This would involve filtering procurement databases by keywords like 'DMLSS', relevant NAICS codes (e.g., 541611 for management consulting, 541512 for computer systems design), and the relevant agencies (e.g., Air Force, Navy, Army). A trend analysis would then reveal whether spending has increased, decreased, or remained stable over time, potentially influenced by system upgrades, changes in military operations, or shifts in contracting strategies. Without this broader data aggregation, it's impossible to establish a definitive historical trend.

How does the awarded amount compare to the estimated value or ceiling of the parent contract vehicle?

The provided data indicates this is a 'Delivery Order' (awarded as 'DELIVERY ORDER') with a value of $27,401,192.38. This implies it was issued under a larger, pre-existing contract vehicle, likely an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. To compare this awarded amount to the parent contract's ceiling, one would need to identify the specific IDIQ contract number associated with this delivery order. This information is typically found in the detailed contract award documentation. The ceiling of the parent IDIQ contract represents the maximum amount the government can obligate across all delivery orders issued under it. If this $27.4 million represents a significant portion of the parent contract's ceiling, it suggests this was a major task order. Conversely, if the ceiling is substantially higher, this award represents a smaller component of the overall contract. Without the parent contract details, a direct comparison is not possible.

What specific administrative management and general management consulting services were rendered under this contract?

The contract description 'IGF::CT::IGF DMLSS SUPPORT - LABOR' and the NAICS code '541611' (Administrative Management and General Management Consulting Services) suggest the services provided were focused on supporting the Defense Medical Logistics Standard System (DMLSS). This likely involved a range of consulting activities aimed at improving the efficiency, effectiveness, and management of the DMLSS. Examples could include process analysis and re-engineering for logistics operations, strategic planning for system utilization, organizational development advice, policy development and implementation support, performance management consulting, and potentially project management for DMLSS-related initiatives. The 'LABOR' designation implies that the contract primarily covered the personnel costs for consultants performing these advisory and support functions, rather than procuring specific software or hardware.

What is the track record of CACI-ISS, LLC in providing similar services to the Department of Defense?

CACI-ISS, LLC is a well-established government contractor with a significant history of providing IT and professional services to the Department of Defense (DoD) and other federal agencies. Their track record in areas relevant to this contract (administrative management, general management consulting, and defense logistics IT support) is extensive. Publicly available contract databases (like FPDS or USAspending) would show numerous awards to CACI and its subsidiaries for similar work, including support for various defense systems and logistical operations. Reviews of past performance, if available through official channels or past performance questionnaires, would offer insights into their reliability, quality of service, and ability to meet deadlines and budgets. Generally, CACI is considered a major player capable of handling large, complex contracts within the defense sector.

Were there any performance issues or contract disputes associated with this $27.4M award?

Information regarding performance issues or contract disputes for this specific $27.4 million delivery order awarded to CACI-ISS, LLC (2013-2016) is not readily available in the summarized data provided. To ascertain this, one would need to delve into more detailed contract administration records, potentially including contract performance reports, cure notices, show cause letters, or any formal dispute resolution filings. Such information might be accessible through agency-specific contract management systems or potentially through Freedom of Information Act (FOIA) requests if the details are not publicly archived. Without access to these deeper records, it is presumed the contract was completed without significant, publicly documented disputes or performance failures that would typically be flagged in summary data.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative 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

Solicitation ID: FA805213R0003

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: CACI International Inc (UEI: 045534641)

Address: 14151 PARK MEADOW DRIVE, CHANTILLY, VA, 20151

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $27,401,192

Exercised Options: $27,401,192

Current Obligation: $27,401,192

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: GS10F0528N

IDV Type: FSS

Timeline

Start Date: 2013-08-05

Current End Date: 2016-08-31

Potential End Date: 2016-08-31 00:00:00

Last Modified: 2017-12-05

More Contracts from Caci-Iss, LLC

View all Caci-Iss, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending