DHS FEMA's $15M Technical Assistance Contract Awarded to National ISTAC Raises Questions on Competition and Value
Contract Overview
Contract Amount: $14,962,715 ($15.0M)
Contractor: National Istac
Awarding Agency: Department of Homeland Security
Start Date: 2005-10-24
End Date: 2006-12-31
Contract Duration: 433 days
Daily Burn Rate: $34.6K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: PROVIDING TECHNICAL ASSISTANCE
Place of Performance
Location: FAIRFAX, FAIRFAX County, VIRGINIA, 22031
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $15.0 million to NATIONAL ISTAC for work described as: PROVIDING TECHNICAL ASSISTANCE Key points: 1. The contract's sole-source nature limits opportunities for competitive bidding and potentially higher prices. 2. Lack of competition may indicate a lack of market research or a specific need for National ISTAC's expertise. 3. The contract duration and cost warrant scrutiny to ensure efficient use of taxpayer funds. 4. Performance context is limited due to the 'NOT COMPETED' status, making direct performance comparisons difficult. 5. The award to National ISTAC, a single entity, concentrates risk and limits the potential for broader industry engagement. 6. The absence of small business set-aside provisions suggests limited focus on engaging smaller firms in this contract. 7. The contract's technical assistance focus aligns with agency needs but requires careful monitoring for effectiveness.
Value Assessment
Rating: questionable
Benchmarking the value of this $14.96 million contract is challenging due to its 'NOT COMPETED' status and the lack of detailed performance metrics. Without comparison to similar technical assistance contracts or market rates for architectural services (NAICS 541310), it's difficult to definitively assess if the pricing represents good value for money. The time and materials pricing structure, while flexible, can also lead to cost overruns if not managed tightly. Further analysis of the specific services rendered and their impact would be needed to provide a more robust value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when a specific contractor possesses unique capabilities or when urgency precludes a full and open competition. The lack of competition means that the government did not benefit from the price discovery mechanisms inherent in a competitive bidding process, potentially leading to higher costs than might have been achieved otherwise. The decision to sole-source requires strong justification to ensure it serves the government's best interest.
Taxpayer Impact: Sole-source awards mean taxpayers may not be getting the best possible price, as competition is a key driver for cost savings. This limits the government's ability to leverage the broader market for potentially more innovative or cost-effective solutions.
Public Impact
The primary beneficiary is the Federal Emergency Management Agency (FEMA), receiving technical assistance to support its operations. The services delivered are focused on architectural services, likely supporting infrastructure or facility-related projects. The geographic impact is primarily within Virginia, where the contract's administrative location is noted. Workforce implications are concentrated within the awarded contractor, National ISTAC, rather than broadly distributed across the federal workforce or small businesses.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpricing and limited innovation.
- The sole-source nature restricts opportunities for small businesses to participate.
- Time and materials contract type can lead to cost uncertainty if not closely managed.
- Limited public information on performance makes it difficult to assess effectiveness.
- The contract's duration and significant value warrant close oversight to ensure accountability.
Positive Signals
- Contract addresses a specific technical assistance need for FEMA.
- National ISTAC is identified as the contractor, implying a specific expertise.
- The contract has a defined start and end date, providing a clear timeframe for services.
- The contract is associated with the Department of Homeland Security, indicating alignment with national security objectives.
Sector Analysis
The architectural services sector (NAICS 541310) is a critical component of federal contracting, supporting a wide range of infrastructure, facility, and development projects across government agencies. Federal spending in this sector is substantial, encompassing design, planning, and technical consultation. This contract fits within that landscape by providing specialized technical assistance. Comparable spending benchmarks would typically involve analyzing the average cost of similar architectural services contracts awarded by FEMA or other agencies with comparable needs, considering factors like contract duration, scope of work, and contractor experience.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. The sole-source award further limits the direct participation of small businesses. While the prime contractor, National ISTAC, might engage small businesses as subcontractors, there is no explicit requirement or incentive within the contract details provided to ensure broad subcontracting opportunities. This suggests that the primary focus was on securing the specific services from the awarded entity, potentially overlooking opportunities to foster small business growth within the federal contracting ecosystem for this particular award.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Emergency Management Agency (FEMA) within the Department of Homeland Security. As a sole-source award, scrutiny should focus on the justification for non-competition and the ongoing management of the time and materials contract to prevent cost overruns. Transparency is limited due to the lack of competitive bidding, making it crucial for FEMA to maintain robust internal controls and performance monitoring. Inspector General jurisdiction would apply if any concerns regarding fraud, waste, or abuse arise during the contract's lifecycle.
Related Government Programs
- FEMA Technical Assistance Contracts
- Department of Homeland Security Architectural Services
- Sole-Source Federal Contracts
- Time and Materials Contracts
- Federal Emergency Management Agency Support Services
Risk Flags
- Sole-source award lacks competitive justification.
- Time and materials pricing structure poses cost control risks.
- Limited transparency on performance metrics and effectiveness.
- Absence of small business participation requirements.
- Potential for uncompetitive pricing due to lack of competition.
Tags
architectural-services, technical-assistance, department-of-homeland-security, fema, sole-source, not-competed, time-and-materials, virginia, large-contract, federal-emergency-management-agency, dhs
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $15.0 million to NATIONAL ISTAC. PROVIDING TECHNICAL ASSISTANCE
Who is the contractor on this award?
The obligated recipient is NATIONAL ISTAC.
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 $15.0 million.
What is the period of performance?
Start: 2005-10-24. End: 2006-12-31.
What specific technical assistance was provided under this contract, and how was its effectiveness measured?
The provided data indicates the contract was for 'PROVIDING TECHNICAL ASSISTANCE' under NAICS code 541310 (Architectural Services). However, specific details regarding the nature of the technical assistance, the projects supported, or the deliverables are not included. Effectiveness measurement is also not detailed. Typically, technical assistance contracts would have defined objectives, key performance indicators (KPIs), and reporting requirements to assess outcomes. Without this information, it is impossible to gauge the contract's success or the value derived from the $14.96 million expenditure. Further investigation into FEMA's internal documentation or contract performance reports would be necessary to answer this question.
Why was this contract awarded on a sole-source basis, and what was the justification for not competing it?
The contract was explicitly marked as 'NOT COMPETED' and is categorized as 'sole-source.' Federal procurement regulations allow for sole-source awards under specific circumstances, such as when only one responsible source can provide the required supplies or services, or in cases of urgent and compelling need. For a contract valued at nearly $15 million, the justification for sole-sourcing would need to be exceptionally strong, likely involving unique expertise, proprietary technology, or a critical, time-sensitive requirement that could not be met through a competitive process. The specific justification document, if publicly available, would detail the rationale behind this decision and why market research did not identify other capable sources.
How does the $14.96 million cost compare to similar technical assistance or architectural services contracts awarded by FEMA or DHS?
Direct comparison of the $14.96 million cost is difficult without more specific details on the scope of work and duration of services rendered. However, the contract ran from October 24, 2005, to December 31, 2006, a period of approximately 14 months. This suggests an average annual expenditure of roughly $10.7 million. Benchmarking this against other FEMA or DHS contracts for architectural services or technical assistance would require analyzing contracts with similar durations, complexity, and service types. Given the sole-source nature, there's a heightened need to ensure this cost was reasonable and represented fair market value, as competitive pressures were absent.
What is the track record of National ISTAC in performing federal contracts, particularly those of similar size and scope?
Information on National ISTAC's track record is not detailed in the provided data snippet. To assess their performance, one would need to examine their history of federal contract awards, including past performance evaluations, any contract disputes or terminations, and their experience with technical assistance and architectural services. Larger contracts, especially sole-source awards, often imply a level of trust or specialized capability. A review of contract databases (like FPDS or SAM.gov) and past performance information would be crucial to understand National ISTAC's reliability and expertise in fulfilling government requirements.
What are the potential risks associated with awarding a contract of this magnitude on a sole-source, time-and-materials basis?
The primary risks associated with a sole-source, time-and-materials (T&M) contract of this size ($14.96 million) are twofold. First, the lack of competition means the government may not achieve the most cost-effective solution, potentially paying a premium for services. Second, T&M contracts carry inherent cost-control risks; the contractor is reimbursed for actual labor hours and materials used, plus a fee. Without stringent oversight, robust task management, and clear ceilings, costs can escalate beyond initial estimates. This combination necessitates rigorous monitoring by the agency to ensure the contractor remains focused on efficient delivery and that the total expenditure aligns with the anticipated value and scope.
How does this contract align with FEMA's overall mission and strategic objectives, particularly concerning disaster preparedness and response?
Technical assistance in architectural services, as provided under this contract, can be crucial for FEMA's mission. This could involve support for rebuilding infrastructure after disasters, assessing facility needs for emergency operations centers, or ensuring compliance with building codes and standards in disaster-affected areas. The contract's duration (over a year) suggests a need for ongoing support rather than a short-term, immediate requirement. Understanding how this specific technical assistance contributed to FEMA's preparedness, response, or recovery efforts would require examining the project outcomes and their impact on the agency's ability to fulfill its mandate.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Architectural Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Dewberry Companies LC, the (UEI: 621316814)
Address: 8401 ARLINGTON BLVD, FAIRFAX, VA, 11
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $14,962,715
Exercised Options: $14,962,715
Current Obligation: $14,962,715
Parent Contract
Parent Award PIID: HSFEHQ04D0127
IDV Type: IDC
Timeline
Start Date: 2005-10-24
Current End Date: 2006-12-31
Potential End Date: 2006-12-31 00:00:00
Last Modified: 2012-09-20
More Contracts from National Istac
- Technical Support — $97.8M (Department of Homeland Security)
- Technical Support — $88.3M (Department of Homeland Security)
- Tech Assistance — $28.9M (Department of Homeland Security)
- Technical Support — $22.5M (Department of Homeland Security)
- Infrastructure Support Services Contract - Bridge — $19.2M (Department of Homeland Security)
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)