HHS awards $5M for NCI relocation services to Jones Lang LaSalle under full and open competition

Contract Overview

Contract Amount: $4,999,939 ($5.0M)

Contractor: Jones Lang Lasalle Americas, Inc.

Awarding Agency: Department of Health and Human Services

Start Date: 2012-07-16

End Date: 2018-01-31

Contract Duration: 2,025 days

Daily Burn Rate: $2.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IGF::CT::IGF CRITICAL FUNCTIONS RELOCATION MANAGEMENT AND RELOCATION SERVICES FOR THE NATIONAL CANCER INSTITUTE

Place of Performance

Location: ROCKVILLE, MONTGOMERY County, MARYLAND, 20857

State: Maryland Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $5.0 million to JONES LANG LASALLE AMERICAS, INC. for work described as: IGF::CT::IGF CRITICAL FUNCTIONS RELOCATION MANAGEMENT AND RELOCATION SERVICES FOR THE NATIONAL CANCER INSTITUTE Key points: 1. Contract awarded to a single vendor, Jones Lang LaSalle Americas, Inc. 2. The contract spans over 5 years, indicating a long-term need for services. 3. Services fall under logistics consulting, a common area for federal procurement. 4. The award value is significant, requiring careful oversight.

Value Assessment

Rating: fair

The contract value of $4,999,939.34 over 5 years suggests an annual spend of approximately $1M. Benchmarking against similar logistics consulting contracts is difficult without more granular data on the scope of services provided.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a robust price discovery process. However, the award to a single entity implies that Jones Lang LaSalle was the most competitive bidder.

Taxpayer Impact: Taxpayer funds are being used for relocation services, which are necessary for government operations but represent a cost that could potentially be optimized.

Public Impact

Ensures continuity of critical functions for the National Cancer Institute. Supports the physical relocation and management of facilities. Potential impact on employee morale and productivity during the transition.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Logistics consulting services are essential for managing complex moves and facility operations. Federal spending in this sector can vary widely based on agency size and infrastructure needs.

Small Business Impact

The data indicates this contract was not set aside for small businesses and was awarded to a large corporation, Jones Lang LaSalle. There is no indication of small business participation in this specific award.

Oversight & Accountability

The contract's duration and value warrant regular oversight to ensure performance standards are met and costs remain justified. Performance reviews and audits would be crucial.

Related Government Programs

Risk Flags

Tags

process-physical-distribution-and-logist, department-of-health-and-human-services, md, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $5.0 million to JONES LANG LASALLE AMERICAS, INC.. IGF::CT::IGF CRITICAL FUNCTIONS RELOCATION MANAGEMENT AND RELOCATION SERVICES FOR THE NATIONAL CANCER INSTITUTE

Who is the contractor on this award?

The obligated recipient is JONES LANG LASALLE AMERICAS, INC..

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Office of the Assistant Secretary for Administration).

What is the total obligated amount?

The obligated amount is $5.0 million.

What is the period of performance?

Start: 2012-07-16. End: 2018-01-31.

What specific services are included in the 'relocation management and relocation services' to justify the $5M cost over five years?

The provided data lacks specificity on the exact services. Typically, such contracts encompass planning, logistics coordination, moving services, IT infrastructure setup, and facility management during transitions. A detailed breakdown of labor hours, material costs, and overhead is needed to fully assess the value proposition.

What are the key performance indicators (KPIs) used to measure the success of this relocation contract?

The data does not specify the KPIs. Effective oversight would require clearly defined metrics such as on-time completion of milestones, adherence to budget, minimal disruption to NCI operations, and successful transfer of critical infrastructure. Without these, assessing the contractor's performance and the overall effectiveness of the spending is challenging.

How does the cost of these services compare to industry benchmarks for similar large-scale relocations?

Benchmarking is difficult without detailed service scope. However, an average annual spend of $1M for comprehensive relocation management suggests a significant undertaking. Comparing this to private sector projects of similar scale, considering federal overhead and compliance, would be necessary to determine if the pricing is competitive and represents good value for taxpayer dollars.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesProcess, Physical Distribution, and Logistics Consulting Services

Product/Service Code: TRANSPORT, TRAVEL, RELOCATIONRELOCATION OR TRAVEL AGENT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 12233SOL00115

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Jones Lang Lasalle Incorporated

Address: 200 E RANDOLPH DR FL 43-48, CHICAGO, IL, 60601

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $4,999,939

Exercised Options: $4,999,939

Current Obligation: $4,999,939

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: GS29F0024N

IDV Type: FSS

Timeline

Start Date: 2012-07-16

Current End Date: 2018-01-31

Potential End Date: 2018-01-31 00:00:00

Last Modified: 2026-03-24

More Contracts from Jones Lang Lasalle Americas, Inc.

View all Jones Lang Lasalle Americas, Inc. federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending