FEMA's $28.2M contract for program management support awarded to ICF Incorporated, L.L.C
Contract Overview
Contract Amount: $28,225,632 ($28.2M)
Contractor: ICF Incorporated, L.L.C.
Awarding Agency: Department of Homeland Security
Start Date: 2007-06-18
End Date: 2012-01-05
Contract Duration: 1,662 days
Daily Burn Rate: $17.0K/day
Competition Type: COMPETED UNDER SAP
Sector: Other
Official Description: REP EXERCISE AND PROGRAM MANAGEMENT SUPPORT
Place of Performance
Location: EMMITSBURG, FREDERICK County, MARYLAND, 21727
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $28.2 million to ICF INCORPORATED, L.L.C. for work described as: REP EXERCISE AND PROGRAM MANAGEMENT SUPPORT Key points: 1. Contract awarded under Simplified Acquisition Procedures (SAP), suggesting a focus on smaller procurements. 2. The contract duration of 1662 days indicates a long-term need for these services. 3. Awarded to a single contractor, ICF Incorporated, L.L.C., for the entirety of the contract period. 4. The North American Industry Classification System (NAICS) code 541611 points to administrative and management consulting services. 5. The contract was a Best Acquisition (BPA CALL), indicating it was likely part of a pre-negotiated agreement. 6. The contract was competed, suggesting some level of market engagement. 7. The contract was awarded in 2007 and completed in 2012, providing historical context for FEMA's procurement practices.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without more specific details on the services rendered and comparable contracts. The total value of $28.2 million over approximately 4.5 years suggests an average annual spend of around $6.3 million. This figure needs to be compared against the scope and complexity of the program management support provided to determine if it represents good value for money. Without access to detailed performance metrics or cost breakdowns, a definitive assessment of cost-effectiveness is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a broader range of potential offerors compared to sole-source awards. While the specific number of bidders is not provided, the 'COMPETED UNDER SAP' designation implies that multiple companies had the opportunity to bid. This competitive process is generally expected to foster price discovery and encourage competitive pricing.
Taxpayer Impact: A competed award under SAP suggests that taxpayers likely benefited from a more competitive pricing environment compared to a sole-source procurement, potentially leading to cost savings.
Public Impact
The primary beneficiaries of this contract are the Department of Homeland Security and specifically the Federal Emergency Management Agency (FEMA). The services delivered likely involved program management and administrative support crucial for FEMA's operational effectiveness. The geographic impact is likely national, given FEMA's role in disaster response and management across the United States. Workforce implications could include the direct employment of individuals by ICF Incorporated, L.L.C. to fulfill the contract requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics makes it difficult to assess the effectiveness and efficiency of the services provided.
- The absence of specific cost breakdowns hinders a thorough value-for-money analysis.
- Limited information on the competitive landscape beyond 'competed under SAP' makes it hard to gauge the intensity of competition.
- The contract's age (2007-2012) means current market rates and best practices may have evolved significantly.
Positive Signals
- The contract was competed, indicating an effort to engage the market and potentially achieve competitive pricing.
- Awarded under SAP suggests adherence to procedures designed for efficient procurement of goods and services.
- The long contract duration (1662 days) implies a sustained need and potentially a stable, reliable service provider.
Sector Analysis
This contract falls within the professional services sector, specifically administrative management and general management consulting. This sector is characterized by a wide range of firms, from large established consultancies to smaller specialized providers. Federal spending in this area supports a variety of government functions, including policy development, program implementation, and operational efficiency. Comparable spending benchmarks would involve analyzing other federal contracts for similar management and administrative support services across various agencies.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, ICF Incorporated, L.L.C., is likely a large business. There is no explicit information regarding subcontracting plans or performance related to small businesses within this specific award. The impact on the small business ecosystem would depend on whether ICF Incorporated, L.L.C. engaged small businesses as subcontractors, which is not detailed here.
Oversight & Accountability
Oversight mechanisms for this contract would have been managed by the Department of Homeland Security, Federal Emergency Management Agency. Accountability measures would be tied to the contract's performance work statement and deliverables. Transparency is generally facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected during the contract's lifecycle.
Related Government Programs
- FEMA Program Management Support
- Administrative Management Consulting Services
- Department of Homeland Security Contracts
- Federal Emergency Management Agency Operations
Risk Flags
- Contract awarded under SAP may limit the scope of competition compared to larger, full-and-open procurements.
- Lack of detailed performance metrics makes it difficult to assess the true value and effectiveness of the services rendered.
- The age of the contract (awarded 2007, completed 2012) means current market conditions and pricing may differ significantly.
Tags
fema, department-of-homeland-security, administrative-management-consulting, program-management-support, competed, sap, bpa-call, maryland, professional-services, consulting, long-term-contract, historical-data
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $28.2 million to ICF INCORPORATED, L.L.C.. REP EXERCISE AND PROGRAM MANAGEMENT SUPPORT
Who is the contractor on this award?
The obligated recipient is ICF INCORPORATED, L.L.C..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Federal Emergency Management Agency).
What is the total obligated amount?
The obligated amount is $28.2 million.
What is the period of performance?
Start: 2007-06-18. End: 2012-01-05.
What specific program management and administrative support services did ICF Incorporated, L.L.C. provide under this contract?
The provided data indicates the contract was for 'REP EXERCISE AND PROGRAM MANAGEMENT SUPPORT' under NAICS code 541611 (Administrative Management and General Management Consulting Services). While specific deliverables are not detailed, this typically encompasses a range of activities such as strategic planning, operational support, policy development, process improvement, and potentially support for exercises and training related to disaster preparedness and response. The 'REP' likely refers to 'Repetitive' or 'Reporting' exercises, suggesting a focus on recurring drills and evaluations for FEMA's programs. The contract's duration and value suggest a significant and ongoing role in supporting FEMA's core functions.
How does the $28.2 million contract value compare to other FEMA contracts for similar services during the 2007-2012 period?
Comparing the $28.2 million value requires access to historical contract data for FEMA and similar agencies during the 2007-2012 timeframe. Without that specific comparative data, it's difficult to definitively state whether this was a high, low, or average value. However, considering it was awarded under Simplified Acquisition Procedures (SAP), which has spending limits (though these have evolved), it suggests the individual task orders or the overall scope might have been managed within those parameters. The contract's duration of over four years means the annual average spend was approximately $6.3 million, which provides a more granular figure for comparison against other annual service contracts.
What were the key performance indicators (KPIs) used to evaluate ICF Incorporated, L.L.C.'s performance on this contract?
The provided data does not specify the Key Performance Indicators (KPIs) used for this contract. Typically, for program management and administrative support contracts, KPIs would relate to the timeliness of deliverables, accuracy of reports, effectiveness of support provided to FEMA programs, adherence to budget, and overall client satisfaction. Without the contract's Performance Work Statement (PWS) or task orders, these specific metrics remain unknown. The success of the contract would have been measured against these unstated criteria by the Contracting Officer's Representative (COR) at FEMA.
What is the significance of the contract being awarded as a 'BPA CALL'?
A 'BPA CALL' signifies that the contract was awarded under a Blanket Purchase Agreement (BPA). BPAs are established to streamline the procurement process for recurring needs. Instead of issuing individual contracts for each purchase, agencies can establish a BPA with one or more vendors, and then issue 'calls' or orders against that agreement. This 'BPA CALL' indicates that FEMA had a pre-existing BPA with ICF Incorporated, L.L.C., and this specific award was an order placed against that agreement. This method is often used for efficiency and to leverage pre-negotiated pricing and terms.
What was the total spending by FEMA on administrative management and general management consulting services (NAICS 541611) during the contract period (2007-2012)?
To determine FEMA's total spending on NAICS 541611 during 2007-2012, one would need to query federal procurement databases (like FPDS or USASpending) for all contracts awarded by FEMA under this specific NAICS code within that timeframe. This contract with ICF Incorporated, L.L.C. for $28.2 million represents a portion of that total spending. Analyzing the broader spending patterns would reveal the extent to which FEMA relies on external consultants for administrative and management support and identify other major contractors in this space during that period.
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: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Evaluated Preference: NONE
Contractor Details
Parent Company: ICF International, Inc. (UEI: 139001544)
Address: 9300 LEE HWY, FAIRFAX, VA, 22031
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $28,225,632
Exercised Options: $28,225,632
Current Obligation: $28,225,632
Parent Contract
Parent Award PIID: GS10F06LPA0007
IDV Type: BPA
Timeline
Start Date: 2007-06-18
Current End Date: 2012-01-05
Potential End Date: 2012-01-05 00:00:00
Last Modified: 2021-11-25
More Contracts from ICF Incorporated, L.L.C.
- THE Strategic Objective of the Idds Activity IS to Strengthen the Detection of Diseases of Public Health Importance and Identification of AMR in Priority Infectious Diseases, and Improve the Quality of Real-Time Surveillance Systems for Existing and Emerging Pathogens. Idds Activity Will Directly Contribute to the Goals and Strategic Objectives of Usaids Infectious Disease Office in the GH Bureau. the Contractor Will Contribute to This Purpose by Addressing the Following Three of the Idds Activities IR 1 National Diagnostic Network Strengthened to BE Accessible, Accurate, Adaptable, Timely and Integrated, IR 2 National Indicator- and Event-Based Surveillance System Developed and Capable of Detecting Events of Significance for Public Health, Animal Health and Health Security, and IR 3 Evidence-Based Guidance and Innovative Solutions Developed and Applied to Strengthen In-Country Diagnostic Networks and Surveillance Systems — $135.6M (Agency for International Development)
- Defense Cyber Operations Research and Supporting Elements — $106.1M (Department of Defense)
- Child Welfare Capacity Building Center for States — $99.9M (Department of Health and Human Services)
- ACF Children's Bureau Cwig - ICF Base Award Hybrid Cpff/Ffp 09/25/2020 -09/24/2020 69 Clins — $95.3M (Department of Health and Human Services)
- Saqmma09l0811 IS Awarded to ICF to Provide a Wide Array of IT Project Management Services. BPA Call Objective IS to Acquire Support Services to Improve CST S Continuous Improvement and Program Management Processes and to Assist in Relevant Operational Areas for CST. BPA Call Scope IS to Provide a Wide Array of IT Project Management Services in Support of CST S Mission — $65.3M (Department of State)
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)