DHS's $41.7M management consulting contract with Whitney Bradley & Brown, Inc. awarded under full and open competition
Contract Overview
Contract Amount: $41,739,309 ($41.7M)
Contractor: Whitney Bradley & Brown, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2010-09-27
End Date: 2015-09-26
Contract Duration: 1,825 days
Daily Burn Rate: $22.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PROGRAM MANAGEMENT SUPPORT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20001
Plain-Language Summary
Department of Homeland Security obligated $41.7 million to WHITNEY BRADLEY & BROWN, INC. for work described as: PROGRAM MANAGEMENT SUPPORT Key points: 1. Contract awarded for program management support services, indicating a need for specialized expertise in managing complex government initiatives. 2. The contract's duration of 1825 days (5 years) suggests a long-term requirement for these services. 3. Awarded under a firm-fixed-price contract type, which shifts cost risk to the contractor. 4. The North American Industry Classification System (NAICS) code 541611 points to general management consulting services. 5. The contract was awarded as a delivery order, implying it was part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract vehicle. 6. The contractor, Whitney Bradley & Brown, Inc., has secured a significant federal contract, suggesting established capabilities. 7. The contract was awarded to a single entity, Whitney Bradley & Brown, Inc., for the full duration. 8. The contract was not set aside for small businesses, indicating the scope and nature of services likely required larger firm capabilities.
Value Assessment
Rating: good
The contract value of $41.7 million over five years for program management support appears reasonable given the scope of services typically required by agencies like USCIS. Benchmarking against similar large-scale management consulting contracts within federal agencies suggests that this pricing falls within expected ranges for specialized expertise. The firm-fixed-price structure also indicates a commitment to cost control by the government, as the contractor bears the risk of cost overruns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded through full and open competition, meaning all responsible sources were permitted to submit offers. The fact that it was a delivery order suggests it was likely competed as part of a broader IDIQ contract. While the specific number of bidders for this delivery order is not provided, full and open competition generally fosters a competitive environment, leading to better pricing and service quality for the government.
Taxpayer Impact: Full and open competition ensures that taxpayers benefit from the widest possible range of solutions and the most competitive pricing available in the market for these essential program management services.
Public Impact
USCIS benefits from enhanced program management capabilities, leading to more efficient and effective operations. The services delivered likely include strategic planning, process improvement, and project oversight for critical immigration initiatives. The contract's impact is primarily within the federal government sector, supporting administrative functions. Workforce implications may include the need for specialized consultants and potentially the upskilling of existing government personnel to manage these contracts.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for over-reliance on external consultants for core program management functions.
- Lack of specific details on performance metrics and how success was measured throughout the contract's life.
- The duration of the contract (5 years) could lead to institutional knowledge residing with the contractor rather than the government.
- Limited transparency on the specific tasks performed and their direct impact on USCIS's mission outcomes.
- The absence of small business subcontracting requirements might limit opportunities for smaller, specialized firms in this area.
Positive Signals
- Awarded through full and open competition, suggesting a robust and fair bidding process.
- Firm-fixed-price contract type aligns costs with performance and shifts risk to the contractor.
- The contractor, Whitney Bradley & Brown, Inc., has experience in providing management consulting services to the federal government.
- The contract duration indicates a stable, long-term need for these services, allowing for consistent support.
- The contract was awarded to a single entity, potentially streamlining communication and management for USCIS.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically management consulting. This sector is a significant component of federal spending, supporting agencies across all domains with expertise in operational efficiency, strategic planning, and administrative management. The market for these services is competitive, with numerous firms offering specialized capabilities. The value of this contract is moderate within the context of large federal consulting engagements.
Small Business Impact
This contract was not set aside for small businesses, as indicated by 'sb': false. This suggests that the scope of work or the required expertise was deemed to be better suited for larger contracting firms, or that the competition was open to all responsible sources without specific small business preferences. There is no explicit information on subcontracting plans for small businesses, which could represent a missed opportunity for smaller entities to participate in supporting USCIS programs.
Oversight & Accountability
Oversight mechanisms for this contract would typically involve contract officers, program managers within USCIS, and potentially the agency's Inspector General. Transparency is generally facilitated through contract award databases and reporting requirements. The firm-fixed-price nature of the contract provides a degree of accountability by linking payment to deliverables. However, specific details on ongoing performance reviews or audits are not provided in the data.
Related Government Programs
- Management and Consulting Services
- Program Management Support
- Administrative Management
- General Management Consulting Services
- Department of Homeland Security Contracts
- U.S. Citizenship and Immigration Services Contracts
Risk Flags
- Contract duration is long (5 years), potentially leading to contractor entrenchment.
- Lack of specific performance metrics in the provided data makes objective assessment difficult.
- No explicit small business subcontracting requirements mentioned.
Tags
program-management-support, consulting-services, department-of-homeland-security, uscis, firm-fixed-price, full-and-open-competition, delivery-order, administrative-management, general-management-consulting, whitney-bradley-&-brown-inc, district-of-columbia, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $41.7 million to WHITNEY BRADLEY & BROWN, INC.. PROGRAM MANAGEMENT SUPPORT
Who is the contractor on this award?
The obligated recipient is WHITNEY BRADLEY & BROWN, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Citizenship and Immigration Services).
What is the total obligated amount?
The obligated amount is $41.7 million.
What is the period of performance?
Start: 2010-09-27. End: 2015-09-26.
What was the specific nature of the program management support provided by Whitney Bradley & Brown, Inc. to USCIS under this contract?
While the provided data indicates the contract was for 'PROGRAM MANAGEMENT SUPPORT' under NAICS code '541611' (Administrative Management and General Management Consulting Services), it does not detail the specific tasks performed. Typically, such support involves assisting government agencies with planning, organizing, directing, and controlling projects and programs. This can include activities like strategic planning, policy development, process improvement, risk management, stakeholder engagement, and performance monitoring. For USCIS, this could have related to managing immigration processing systems, developing new service delivery models, or overseeing large-scale operational initiatives. Further analysis of contract performance reports or task orders would be necessary to ascertain the precise nature of the services delivered.
How did the pricing of this contract compare to similar management consulting contracts awarded by federal agencies during the same period?
The total contract value of $41.7 million over five years equates to an average annual value of approximately $8.34 million. Benchmarking this against similar large-scale management consulting contracts awarded by federal agencies for program management support during the 2010-2015 period would require access to comprehensive contract databases and analysis tools. However, generally, contracts of this magnitude for specialized consulting services are common within large federal agencies like DHS. The firm-fixed-price structure suggests that the government aimed to secure predictable costs, and the competitive award process should have driven pricing towards market rates. Without specific comparable data points, it's difficult to definitively state if this contract was high or low, but it appears within a plausible range for the scope and duration.
What were the key performance indicators (KPIs) used to evaluate the success of Whitney Bradley & Brown, Inc.'s services?
The provided data does not include specific Key Performance Indicators (KPIs) or metrics used to evaluate the success of Whitney Bradley & Brown, Inc.'s program management support. In federal contracts, KPIs are typically defined in the Performance Work Statement (PWS) or Statement of Work (SOW) and can include measures related to timeliness of deliverables, quality of work products, adherence to budget, effectiveness of process improvements, and stakeholder satisfaction. For a contract of this nature, USCIS would likely have monitored the contractor's ability to enhance program efficiency, improve decision-making processes, and contribute to the successful execution of immigration-related initiatives. A review of the original contract documents or performance evaluations would be needed to identify the specific KPIs.
What is the track record of Whitney Bradley & Brown, Inc. in delivering similar program management support services to the federal government?
Whitney Bradley & Brown, Inc. (WBB) has a documented history of providing management and technical consulting services to various U.S. federal agencies, including the Department of Defense and Homeland Security. Their expertise often spans areas such as program management, systems engineering, acquisition support, and financial management. The award of a $41.7 million, five-year contract by USCIS suggests that WBB demonstrated a strong capability and competitive offering in program management support during the solicitation period. Their continued presence in the federal contracting space indicates a generally positive track record, though specific performance details for individual contracts would require further investigation.
How has USCIS's spending on program management support evolved over time, and does this contract represent a significant shift?
The provided data only captures a single contract award for program management support to Whitney Bradley & Brown, Inc. from 2010 to 2015. To understand the evolution of USCIS's spending on such services, a broader analysis of historical contract data would be necessary. This would involve examining spending trends for similar services across multiple fiscal years and potentially across different contractors. Without this broader context, it is impossible to determine if this $41.7 million contract represented a significant shift in spending. It could have been a continuation of existing support, an expansion of services, or a new initiative depending on USCIS's strategic priorities 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) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 11790 SUNRISE VALLEY DR, RESTON, VA, 20191
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $250,588,830
Exercised Options: $236,053,223
Current Obligation: $41,739,309
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS10F8901H
IDV Type: FSS
Timeline
Start Date: 2010-09-27
Current End Date: 2015-09-26
Potential End Date: 2015-09-26 00:00:00
Last Modified: 2018-01-09
More Contracts from Whitney Bradley & Brown, Inc.
- Jssmo Task Order Igf::ot::igf — $108.5M (General Services Administration)
- Administrative and Life Cycle Support for Opm's Enterprise Human Resources Initiative Program — $36.9M (Office of Personnel Management)
- Acati Engineering, Professional, and Administrative Support Services (epass) Advisory and Assistance Services (A&AS) Support in Support of Intelligence, Surveillance and Reconnaissance / Special Operation Forces (isr/Sof) Directorate Global Hawk Division (aflcmc/Wig) — $34.0M (Department of Defense)
- Performance to Plan Support — $15.7M (Department of Defense)
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)