GSA awards $67.5M task order to HII Mission Technologies for Air Forces Central program management support

Contract Overview

Contract Amount: $67,477,347 ($67.5M)

Contractor: HII Mission Technologies Corp

Awarding Agency: General Services Administration

Start Date: 2010-02-05

End Date: 2015-09-01

Contract Duration: 2,034 days

Daily Burn Rate: $33.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THE OBJECTIVE OF THIS TASK ORDER IS TO ACQUIRE PROGRAM MANAGEMENT, ORGANIZATIONAL PLANNING & TECHNICAL CONSULTING EXPERTISE SUPPORTING U.S. AIR FORCES CENTRAL

Place of Performance

Location: SHAW AFB, SUMTER County, SOUTH CAROLINA, 29152

State: South Carolina Government Spending

Plain-Language Summary

General Services Administration obligated $67.5 million to HII MISSION TECHNOLOGIES CORP for work described as: THE OBJECTIVE OF THIS TASK ORDER IS TO ACQUIRE PROGRAM MANAGEMENT, ORGANIZATIONAL PLANNING & TECHNICAL CONSULTING EXPERTISE SUPPORTING U.S. AIR FORCES CENTRAL Key points: 1. Contract provides critical program management and technical consulting for U.S. Air Forces Central. 2. Task order awarded under a full and open competition. 3. Firm-fixed-price contract type suggests defined scope and predictable costs. 4. Duration of over 5 years indicates a long-term need for these services. 5. Contractor, HII Mission Technologies Corp, has a significant presence in defense contracting. 6. Services fall under Administrative Management and General Management Consulting. 7. Awarded by GSA's Federal Acquisition Service, indicating a centralized procurement approach.

Value Assessment

Rating: good

The contract value of $67.5 million over approximately 5.5 years averages to about $12.2 million annually. Benchmarking this against similar large-scale management consulting contracts for defense agencies, this appears to be within a reasonable range, especially considering the specialized nature of supporting U.S. Air Forces Central. The firm-fixed-price structure helps control costs, but detailed cost breakdowns are not provided to assess profit margins or specific labor rates.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This task order was awarded under a full and open competition, suggesting that multiple qualified vendors had the opportunity to bid. The presence of two bids indicates a moderate level of competition for this specific requirement. While full and open competition is generally preferred for maximizing price discovery, the exact number of bidders can influence the intensity of competition and its impact on final pricing.

Taxpayer Impact: A full and open competition, even with two bidders, generally provides a better opportunity for taxpayers to receive competitive pricing compared to sole-source or limited competitions. This approach helps ensure that the government is not overpaying for the services rendered.

Public Impact

The primary beneficiaries are the U.S. Air Forces Central, receiving essential program management and technical expertise. Services delivered include organizational planning and technical consulting to enhance operational effectiveness. The geographic impact is focused on supporting U.S. Air Forces Central operations, likely with a global reach. Workforce implications include the potential for skilled consultants to be employed by HII Mission Technologies Corp to fulfill this contract.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically management consulting. The federal government is a major consumer of these services, particularly within the Department of Defense, to manage complex programs and operations. The market for defense consulting is substantial, with numerous firms competing for contracts that support military branches and agencies. This task order represents a portion of the broader government spending on advisory and assistance services.

Small Business Impact

The contract was not set aside for small businesses, and there is no indication of specific subcontracting requirements for small businesses in the provided data. This suggests that the prime contractor, HII Mission Technologies Corp, will likely perform the majority of the work. The absence of small business set-asides means that opportunities for small businesses to participate in this specific contract are limited unless they are part of the prime contractor's supply chain.

Oversight & Accountability

The contract is managed by the General Services Administration (GSA), which has established procurement regulations and oversight processes. As a task order under a larger contract vehicle, it is subject to GSA's oversight. The firm-fixed-price nature of the contract provides a degree of financial accountability. Transparency would be enhanced by public access to performance reports and detailed cost justifications, which are not fully available in this summary.

Related Government Programs

Risk Flags

Tags

gsa, federal-acquisition-service, hii-mission-technologies-corp, us-air-forces-central, administrative-management-consulting, general-management-consulting, full-and-open-competition, firm-fixed-price, delivery-order, defense, program-management, technical-consulting

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $67.5 million to HII MISSION TECHNOLOGIES CORP. THE OBJECTIVE OF THIS TASK ORDER IS TO ACQUIRE PROGRAM MANAGEMENT, ORGANIZATIONAL PLANNING & TECHNICAL CONSULTING EXPERTISE SUPPORTING U.S. AIR FORCES CENTRAL

Who is the contractor on this award?

The obligated recipient is HII MISSION TECHNOLOGIES CORP.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $67.5 million.

What is the period of performance?

Start: 2010-02-05. End: 2015-09-01.

What is the track record of HII Mission Technologies Corp in delivering similar program management and consulting services to the Department of Defense?

HII Mission Technologies Corp, a division of Huntington Ingalls Industries, has a substantial track record in providing a wide array of services to the Department of Defense and other federal agencies. This includes program management, systems engineering, IT support, and strategic consulting. Their experience often involves supporting complex military operations and modernization efforts. For instance, they have been involved in large-scale projects for naval systems, intelligence, and cyber operations. Their performance on previous contracts, particularly those involving similar scope and complexity to this task order for Air Forces Central, would be a key indicator of their capability and reliability. A review of past performance evaluations and contract awards would provide further insight into their success rates and client satisfaction.

How does the annual cost of this contract compare to other similar program management support contracts for military branches?

The annual cost of this task order, averaging approximately $12.2 million ($67.5M / 5.5 years), needs to be benchmarked against comparable contracts. Large-scale program management and technical consulting for military branches can vary significantly based on the specific mission, scope of services, and duration. Contracts supporting major commands like U.S. Air Forces Central, which have broad operational responsibilities, often command higher values. When compared to contracts for similar advisory and assistance services (A&AS) within the DoD, this value appears to be within a reasonable range, assuming the scope of work is extensive and requires specialized expertise. However, without specific details on the deliverables and labor mix, a precise value-for-money assessment is challenging. GSA's procurement data and other contract databases can offer comparative data points for similar services.

What are the primary risks associated with a long-term, firm-fixed-price contract for consulting services?

A primary risk with long-term, firm-fixed-price (FFP) contracts for consulting services is the potential for the contractor to reduce the quality or scope of services to maintain profitability if costs increase unexpectedly, or if the initial pricing was too aggressive. Conversely, if the contractor underbid, they might seek to expand the scope to justify their costs, leading to potential cost overruns if not managed carefully. For the government, the risk lies in the potential for the contractor to become entrenched, making it difficult to switch providers even if performance is subpar. Additionally, the fixed price might not adequately account for unforeseen changes in requirements or market conditions over the contract's extended duration, potentially leading to a less-than-optimal value proposition for the government if the contractor's efficiency gains are not passed on.

How effective is the full and open competition process in ensuring competitive pricing for specialized consulting services like these?

The full and open competition process is generally considered the most effective method for ensuring competitive pricing, as it allows any interested and qualified vendor to submit a bid. This broad participation increases the likelihood of receiving multiple competitive offers, driving down prices and encouraging innovation. For specialized consulting services, the effectiveness depends on how well the solicitation clearly defines the requirements and evaluation criteria. If the requirements are too narrow or technical, it might inadvertently limit the pool of qualified bidders, reducing competition. In this case, with two bids received, the competition was present but perhaps not as robust as it could have been with more participants. However, compared to limited or sole-source procurements, full and open competition still offers a significant advantage in price discovery for taxpayers.

What are the implications of this contract being awarded under GSA's Federal Acquisition Service?

Awarding this task order under the General Services Administration's (GSA) Federal Acquisition Service (FAS) implies that the procurement was likely conducted using established GSA contract vehicles or schedules. GSA FAS aims to provide efficient and cost-effective procurement solutions for federal agencies. This approach often leverages pre-negotiated pricing and streamlined acquisition processes, potentially reducing administrative burden and lead times for the ordering agency (U.S. Air Forces Central). It also suggests adherence to GSA's procurement policies and oversight. For taxpayers, using GSA vehicles can lead to cost savings through bulk purchasing power and standardized terms, although the specific value depends on the underlying contract terms and the level of competition achieved for the task order itself.

What is the historical spending trend for Administrative Management and General Management Consulting Services (NAICS 541611) by the U.S. Air Force or related entities?

Historical spending on NAICS code 541611 (Administrative Management and General Management Consulting Services) by the U.S. Air Force and related entities has been substantial and generally increasing over the past decade, reflecting a growing reliance on external expertise for program management, strategic planning, and operational efficiency improvements. This trend is common across the Department of Defense as agencies face complex technological shifts, evolving geopolitical landscapes, and budget pressures that necessitate specialized advisory support. While specific figures fluctuate annually based on program priorities and budget allocations, the overall demand for these services remains robust. Analyzing historical spending patterns for this NAICS code within the Air Force can provide context for the current $67.5 million task order, indicating whether it represents a typical investment or a significant deviation.

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: 4QAP57102004

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Alion Science and Technology Corporation (UEI: 119162332)

Address: 1000 BURR RIDGE PKWY, BURR RIDGE, IL, 60527

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $67,731,549

Exercised Options: $67,477,347

Current Obligation: $67,477,347

Contract Characteristics

Commercial Item: COMMERCIAL ITEM

Parent Contract

Parent Award PIID: GS10F0282M

IDV Type: FSS

Timeline

Start Date: 2010-02-05

Current End Date: 2015-09-01

Potential End Date: 2015-09-01 00:00:00

Last Modified: 2016-11-10

More Contracts from HII Mission Technologies Corp

View all HII Mission Technologies Corp federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending