DHS awarded $12.7M for acquisition support, with Netstar-1 consulting services over 3 years
Contract Overview
Contract Amount: $12,676,731 ($12.7M)
Contractor: Netstar-1 Government Consulting, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2007-01-18
End Date: 2010-04-28
Contract Duration: 1,196 days
Daily Burn Rate: $10.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: NOT REPORTED
Sector: Other
Official Description: ACQUISITION AND PROGRAM MANAGEMENT SUPPORT SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20001
Plain-Language Summary
Department of Homeland Security obligated $12.7 million to NETSTAR-1 GOVERNMENT CONSULTING, INC. for work described as: ACQUISITION AND PROGRAM MANAGEMENT SUPPORT SERVICES Key points: 1. Contract value of $12.7M for acquisition and program management support over a 3-year period. 2. Services provided by Netstar-1 Government Consulting, Inc., a single contractor. 3. The contract was awarded under full and open competition. 4. The contract duration was 1,196 days. 5. The North American Industry Classification System (NAICS) code is 541611 for Administrative Management and General Management Consulting Services. 6. The contract was awarded as a Blanket Purchase Agreement (BPA).
Value Assessment
Rating: fair
The total award of $12.7M over approximately three years suggests a moderate annual spend for acquisition and program management support. Benchmarking this against similar contracts is challenging without more granular data on the specific services rendered and the complexity of the support. However, the duration and total value indicate a sustained need for these services within U.S. Immigration and Customs Enforcement (ICE).
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 a bid. The specific number of bidders is not provided, but the designation suggests a competitive process was intended. Full and open competition generally aims to achieve the best value for the government by encouraging a wide range of offers.
Taxpayer Impact: A full and open competition process is favorable for taxpayers as it promotes a competitive environment, which can lead to lower prices and better quality services.
Public Impact
Benefits the Department of Homeland Security, specifically U.S. Immigration and Customs Enforcement (ICE), by providing essential acquisition and program management support. Ensures the continuity and efficiency of critical government programs through expert consulting services. The services likely support various operational and administrative functions within ICE, contributing to national security and law enforcement efforts. The contract's impact on the workforce is indirect, primarily supporting government program managers and acquisition specialists rather than directly employing a large external workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or outcomes makes it difficult to assess the true value for money.
- Limited transparency on the number of bidders and the evaluation criteria used in the competition.
- The duration of the contract (over 3 years) could lead to potential cost overruns if not closely managed.
Positive Signals
- Awarded through full and open competition, suggesting a robust and fair bidding process.
- The contract provides essential support services to a critical agency (DHS/ICE).
- The use of a Blanket Purchase Agreement (BPA) can streamline procurement for recurring needs.
Sector Analysis
This contract falls within the professional services sector, specifically management consulting. The market for acquisition and program management support services is substantial, with numerous firms offering specialized expertise to government agencies. This contract represents a portion of the broader federal spending on consulting services, which is often driven by the need for specialized skills, temporary surge capacity, or objective advice in complex procurement processes.
Small Business Impact
The data indicates that this contract was not set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem appears limited unless Netstar-1 Government Consulting, Inc. voluntarily engages small businesses as subcontractors. Further investigation into subcontracting plans would be needed to fully assess the impact.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the Department of Homeland Security's contracting officers and program managers. The Inspector General's office within DHS may also conduct audits or investigations into the contract's performance and financial integrity. Transparency is enhanced through contract award databases, but detailed performance reports are often internal.
Related Government Programs
- Acquisition Management Support
- Program Management Services
- Consulting Services
- Department of Homeland Security Contracts
- Blanket Purchase Agreements
Risk Flags
- Contract duration exceeds typical short-term needs, requiring careful monitoring.
- Limited public information on specific deliverables and performance metrics.
- Single contractor award may limit competitive pressure on pricing over time.
Tags
acquisition-support, program-management, consulting-services, department-of-homeland-security, u-s-immigration-and-customs-enforcement, netstar-1-government-consulting, full-and-open-competition, blanket-purchase-agreement, administrative-management, general-management, district-of-columbia, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $12.7 million to NETSTAR-1 GOVERNMENT CONSULTING, INC.. ACQUISITION AND PROGRAM MANAGEMENT SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is NETSTAR-1 GOVERNMENT CONSULTING, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).
What is the total obligated amount?
The obligated amount is $12.7 million.
What is the period of performance?
Start: 2007-01-18. End: 2010-04-28.
What specific acquisition and program management support services were rendered under this contract?
The provided data categorizes the contract under NAICS code 541611 (Administrative Management and General Management Consulting Services) and describes the purpose as 'ACQUISITION AND PROGRAM MANAGEMENT SUPPORT SERVICES'. However, it does not detail the specific tasks performed. These services could range from strategic planning, policy development, procurement process optimization, program analysis, risk management, to budget and financial management support for acquisition programs within U.S. Immigration and Customs Enforcement (ICE). Without a detailed statement of work, the precise nature of the support remains general.
How does the $12.7 million award compare to similar acquisition support contracts within DHS or other agencies?
Comparing the $12.7 million award requires context on the duration and scope. This contract spanned approximately three years (1,196 days). Annualized, this represents roughly $4.2 million per year. This figure needs to be benchmarked against contracts for similar services (acquisition and program management consulting) awarded to agencies of comparable size and complexity to DHS/ICE. Factors like the specific programs supported, the level of expertise required, and the prevailing market rates for consulting services would influence comparability. Without access to a detailed database of comparable contract values and scopes, a precise comparison is difficult, but the amount suggests a significant, ongoing need for specialized support.
What is the track record of Netstar-1 Government Consulting, Inc. in delivering acquisition and program management services?
The provided data identifies Netstar-1 Government Consulting, Inc. as the contractor. To assess their track record, one would need to examine their past performance on federal contracts, particularly those involving acquisition and program management support. This includes reviewing past performance evaluations, any documented issues or disputes, and the successful completion of similar projects. Information on their experience with agencies like DHS/ICE, their ability to meet deadlines, and client satisfaction would be crucial. A review of federal procurement databases and past performance information repositories would be necessary for a comprehensive assessment.
What were the key performance indicators (KPIs) or success metrics for this contract?
The provided data does not include specific Key Performance Indicators (KPIs) or success metrics for this contract. Typically, such metrics are defined in the contract's Statement of Work (SOW) and are used to evaluate the contractor's performance. For acquisition and program management support, KPIs might include timeliness of deliverables, adherence to budget, quality of analysis, successful implementation of recommendations, or efficiency improvements in procurement processes. The absence of this information in the summary data limits the ability to quantitatively assess the contract's effectiveness.
How has federal spending on acquisition and program management support services evolved over the years, and where does this contract fit in?
Federal spending on acquisition and program management support services has generally been substantial, reflecting the complexity and scale of government operations and procurement. Agencies like DHS rely heavily on these services to manage large-scale projects, ensure compliance, and optimize resource allocation. This $12.7 million contract, awarded between 2007 and 2010, represents a specific instance of this broader spending trend. Analyzing historical spending patterns would involve looking at aggregate data for NAICS code 541611 and related service categories across the federal government to understand market growth, agency priorities, and the overall demand for such 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: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: NOT REPORTED (NO)
Evaluated Preference: NONE
Contractor Details
Parent Company: Netstar-1 Inc. (UEI: 024234004)
Address: 7926 JONES BRANCH DR STE 900, MC LEAN, VA, 90
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business
Parent Contract
Parent Award PIID: HSCEOP06AAQ009
IDV Type: BPA
Timeline
Start Date: 2007-01-18
Current End Date: 2010-04-28
Last Modified: 2010-09-15
More Contracts from Netstar-1 Government Consulting, Inc.
- Ocio PMO Acquisition Support Services — $65.9M (Department of Homeland Security)
- Federal Contract — $31.5M (Office of Personnel Management)
- Financial Support Services — $16.2M (Department of Homeland Security)
- Acquisition and Program Management Support Services — $13.6M (Department of Homeland Security)
View all Netstar-1 Government Consulting, Inc. federal contracts →
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)