DHS awards $20M for NIPP PMO Support Services to ICF, raising questions on value and competition
Contract Overview
Contract Amount: $19,998,697 ($20.0M)
Contractor: ICF Incorporated, L.L.C.
Awarding Agency: Department of Homeland Security
Start Date: 2007-02-22
End Date: 2012-08-28
Contract Duration: 2,014 days
Daily Burn Rate: $9.9K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 4
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: NATIONAL INFRASTRUCTURE PROTECTION PLAN (NIPP) PROGRAM MANAGEMENT OFFICE (PMO) SUPPORT SERVICES
Place of Performance
Location: FAIRFAX, FAIRFAX County, VIRGINIA, 22031
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $20.0 million to ICF INCORPORATED, L.L.C. for work described as: NATIONAL INFRASTRUCTURE PROTECTION PLAN (NIPP) PROGRAM MANAGEMENT OFFICE (PMO) SUPPORT SERVICES Key points: 1. The contract awarded to ICF Incorporated, L.L.C. for NIPP PMO Support Services totals $19.99M. 2. This award was a competitive delivery order, suggesting some level of market engagement. 3. The contract type is Time and Materials, which can pose risks for cost control. 4. The services fall under Administrative Management and General Management Consulting, a broad category. 5. The duration of the contract extends over five years, from 2007 to 2012.
Value Assessment
Rating: fair
The $19.99M award over five years for management consulting services appears within a reasonable range for complex program support. However, without specific deliverables or performance metrics, a precise value assessment is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Awarded as a competitive delivery order, indicating it was sourced from a pre-existing contract vehicle. The competitive nature likely facilitated price discovery, but the specific competition details are not provided.
Taxpayer Impact: Taxpayer funds are utilized for program management support, the efficiency of which impacts overall program effectiveness and resource allocation.
Public Impact
Ensures continuity of operations for critical national infrastructure protection planning. Supports the Department of Homeland Security's mission in safeguarding the nation. Potential for improved coordination and effectiveness in infrastructure security initiatives. The use of Time and Materials contracts requires diligent oversight to prevent cost overruns.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type can lead to uncontrolled costs.
- Lack of specific performance metrics makes value assessment challenging.
- Limited insight into the competitive landscape beyond 'competitive delivery order'.
Positive Signals
- Supports a critical national security function (NIPP).
- Awarded through a competitive process, suggesting some market vetting.
- Long-term support ensures program stability and knowledge retention.
Sector Analysis
This contract falls within the professional services sector, specifically management consulting. Benchmarks for similar government contracts in this area vary widely based on scope and duration, but $20M over five years for PMO support is substantial.
Small Business Impact
The data does not indicate whether small businesses were involved in this contract, either as prime contractors or subcontractors. Further investigation would be needed to determine small business participation.
Oversight & Accountability
The contract was awarded by the Office of Procurement Operations within DHS, suggesting established procurement processes. However, the Time and Materials nature necessitates robust oversight to ensure accountability and prevent waste.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Risk of cost overruns due to Time and Materials contract type.
- Potential for insufficient competition or transparency in the delivery order process.
- Difficulty in measuring contractor performance and value without clear metrics.
- Lack of information on small business participation.
Tags
administrative-management-and-general-ma, department-of-homeland-security, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $20.0 million to ICF INCORPORATED, L.L.C.. NATIONAL INFRASTRUCTURE PROTECTION PLAN (NIPP) PROGRAM MANAGEMENT OFFICE (PMO) SUPPORT SERVICES
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 (Office of Procurement Operations).
What is the total obligated amount?
The obligated amount is $20.0 million.
What is the period of performance?
Start: 2007-02-22. End: 2012-08-28.
What specific deliverables and performance metrics were established to ensure the value for money in this $20M contract?
The provided data lacks specific details on deliverables and performance metrics. A thorough review of the contract documentation would be necessary to ascertain these. Without them, assessing the true value for money is challenging, as it relies heavily on the contractor's self-reporting and the agency's oversight effectiveness.
How effectively did the competitive delivery order process ensure the best possible pricing and service quality for the NIPP PMO support?
While a 'competitive delivery order' implies some level of competition, the specifics of that competition are unknown. The effectiveness in achieving best pricing and quality depends on the number of bidders, the clarity of the requirements, and the evaluation criteria used. Without this information, it's difficult to definitively assess the outcome.
What is the long-term impact of this Time and Materials contract on the Department of Homeland Security's budget and program effectiveness?
Time and Materials contracts carry inherent risks of cost escalation if not meticulously managed. The long-term impact hinges on the agency's ability to control scope creep and monitor labor hours effectively. If managed well, it provides flexibility; if not, it can lead to budget overruns and reduced program effectiveness due to misallocated resources.
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) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 4
Pricing Type: TIME AND MATERIALS (Y)
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: $20,120,836
Exercised Options: $20,120,836
Current Obligation: $19,998,697
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS23F8182H
IDV Type: FSS
Timeline
Start Date: 2007-02-22
Current End Date: 2012-08-28
Potential End Date: 2012-08-28 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)