DHS's $117.6M Records Operations Support Services contract awarded to Summit Technical Solutions, LLC
Contract Overview
Contract Amount: $117,579,644 ($117.6M)
Contractor: Summit Technical Solutions, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2009-10-27
End Date: 2015-10-31
Contract Duration: 2,195 days
Daily Burn Rate: $53.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: RECORDS OPERATIONS SUPPORT SERVICES
Place of Performance
Location: LEES SUMMIT, JACKSON County, MISSOURI, 64064
State: Missouri Government Spending
Plain-Language Summary
Department of Homeland Security obligated $117.6 million to SUMMIT TECHNICAL SOLUTIONS, LLC for work described as: RECORDS OPERATIONS SUPPORT SERVICES Key points: 1. The contract value of $117.6 million over its life cycle represents a significant investment in administrative services. 2. Summit Technical Solutions, LLC, secured this large contract, indicating a strong position in the federal administrative support market. 3. The contract's duration of approximately 6 years (2195 days) suggests a need for sustained operational support. 4. The award was made under 'Full and Open Competition After Exclusion of Sources,' a specific procurement method. 5. The contract type is 'Firm Fixed Price,' which typically aims to control costs for the government. 6. The presence of 7 bids suggests a competitive environment, though the specific exclusion of sources warrants further examination.
Value Assessment
Rating: fair
Benchmarking the value of this $117.6 million contract is challenging without specific performance metrics or comparable service contracts. The firm fixed-price structure suggests an attempt to cap costs, but the long duration means potential for cost overruns if not managed effectively. The per-unit cost is not readily available, making direct value-for-money assessment difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' with 7 bids received. This procurement method implies that while the competition was open, certain sources were intentionally excluded, potentially limiting the breadth of competition. The number of bidders (7) suggests a reasonable level of interest, but the exclusion aspect raises questions about whether the most competitive pricing was achieved.
Taxpayer Impact: The exclusion of certain sources, even with 7 bidders, may have prevented the government from accessing the absolute lowest prices available in the market, potentially costing taxpayers more than a truly unrestricted full and open competition might have yielded.
Public Impact
Citizens and immigrants benefit from efficient processing and management of their records by USCIS. The contract supports essential office administrative services for U.S. Citizenship and Immigration Services. Operations are likely concentrated in Missouri, where the contract was awarded. The contract supports jobs within the administrative services sector, contributing to the federal workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'Exclusion of Sources' in the procurement process could limit competition and potentially increase costs for taxpayers.
- The long contract duration (approx. 6 years) increases the risk of performance degradation or cost escalation if not closely monitored.
- Lack of readily available per-unit cost data makes it difficult to assess true value for money.
Positive Signals
- The firm fixed-price contract type provides cost certainty for the government.
- Receiving 7 bids indicates a degree of market interest and potential for competitive pricing.
- The contract supports critical administrative functions for a key agency within DHS.
Sector Analysis
The federal administrative services sector is a broad category encompassing a wide range of support functions for government agencies. This contract falls under NAICS code 561110 (Office Administrative Services). Spending in this sector is consistent across many agencies requiring operational support. Comparable spending benchmarks are difficult to establish without more granular data on the specific services provided.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a small business set-aside. The prime contractor, Summit Technical Solutions, LLC, is likely a mid-to-large-sized business.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's contracting officer and program managers. Transparency is generally facilitated through contract award databases like FPDS. Accountability measures are inherent in the firm fixed-price contract type, with penalties for non-performance. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Records Management Services
- Administrative Support Services
- Office Operations Support
- Federal Contract Administration
- Department of Homeland Security Contracts
Risk Flags
- Potential for limited competition due to source exclusion.
- Risk of performance degradation over a long contract duration.
- Data security and integrity concerns in records operations.
- Lack of detailed performance metrics for value assessment.
Tags
dhs, uscis, administrative-services, records-operations, summit-technical-solutions, firm-fixed-price, limited-competition, definitive-contract, missouri, office-administrative-services, federal-spending, contract-award
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $117.6 million to SUMMIT TECHNICAL SOLUTIONS, LLC. RECORDS OPERATIONS SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is SUMMIT TECHNICAL SOLUTIONS, LLC.
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 $117.6 million.
What is the period of performance?
Start: 2009-10-27. End: 2015-10-31.
What is the track record of Summit Technical Solutions, LLC with federal contracts, particularly within DHS?
Summit Technical Solutions, LLC has a history of securing federal contracts, including those with the Department of Homeland Security. Analyzing their past performance on similar contracts, especially those involving records operations or administrative support, would provide insight into their reliability and efficiency. A review of their contract history might reveal patterns in contract values, durations, and any performance issues or awards received. Understanding their experience with firm fixed-price contracts and their ability to meet deadlines and quality standards is crucial for assessing their suitability for this significant award.
How does the $117.6 million contract value compare to similar records operations support services contracts awarded by DHS or other agencies?
Direct comparison of the $117.6 million contract value for records operations support services is challenging without specific details on the scope of work and service levels. However, this figure represents a substantial investment. To benchmark effectively, one would need to identify contracts with similar objectives, such as large-scale document management, data entry, archival, and retrieval services, across agencies like USCIS, FBI, or SSA. The duration of the contract (approx. 6 years) also influences the annual spending, which would be around $19.6 million per year. Comparing this annual figure to similar contracts would offer a more relevant value assessment.
What are the primary risks associated with a contract of this magnitude and duration for records operations support?
The primary risks associated with a $117.6 million, 6-year contract for records operations support include performance degradation over time, potential for cost overruns if not managed tightly (despite being fixed-price), data security breaches, and vendor lock-in. For records operations, ensuring data integrity, timely retrieval, and secure storage is paramount. A long duration increases the risk of technological obsolescence in support systems or processes. Furthermore, the 'Exclusion of Sources' in the procurement could indicate underlying risks related to market dynamics or specific vendor capabilities that were deemed essential, potentially limiting future flexibility or competitive options.
How effective has Summit Technical Solutions, LLC been in delivering records operations support services based on past performance?
Assessing the effectiveness of Summit Technical Solutions, LLC in delivering records operations support services requires access to performance evaluations, past performance reviews, and any contract modifications or disputes. Without this specific data, a definitive judgment cannot be made. However, the fact that they were awarded a contract of this size and duration suggests a level of confidence from the awarding agency. Further investigation into their performance metrics on previous contracts, client feedback, and adherence to service level agreements would be necessary to gauge their actual effectiveness.
What are the historical spending patterns for records operations support services within USCIS or DHS?
Historical spending patterns for records operations support services within USCIS or DHS can be analyzed by examining contract awards over several fiscal years. This would involve looking at the total amount spent on similar services, the number of contracts awarded, and the primary contractors involved. Understanding these patterns can reveal trends in agency needs, budget allocations for administrative support, and the evolution of outsourcing strategies. For instance, a consistent increase in spending might indicate growing needs or a shift towards external support, while fluctuations could reflect changes in agency priorities or budget constraints.
What is the significance of the 'Full and Open Competition After Exclusion of Sources' procurement method for this contract?
The 'Full and Open Competition After Exclusion of Sources' method is a specific procurement strategy where the competition is open to all responsible sources, but certain sources are intentionally excluded. This exclusion is typically based on specific criteria, such as national security concerns, proprietary technology, or unique capabilities. For this $117.6 million contract, it implies that while multiple vendors could bid, the agency had reasons to limit the pool of potential offerors. This could impact the level of competition and potentially the final price, as the excluded sources might have offered more competitive bids. The rationale behind the exclusion is critical to understanding the full competitive landscape.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Office Administrative Services › Office Administrative Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSSCCG-09-R-00003
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 405 S CASCADE AVE STE 201, COLORADO SPRINGS, CO, 80903
Business Categories: 8(a) Program Participant, Category Business, Limited Liability Corporation, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $117,579,644
Exercised Options: $117,579,644
Current Obligation: $117,579,644
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Timeline
Start Date: 2009-10-27
Current End Date: 2015-10-31
Potential End Date: 2015-10-31 00:00:00
Last Modified: 2017-01-25
More Contracts from Summit Technical Solutions, LLC
- Operations, Maintenance,&support of Parcs Radar AT Cavalier AIR Force Station ND — $49.5M (Department of Defense)
- THE U.S. Army Space and Missile Defense Command, HAS Contractual Support Requirements for Applicable On-Site/On-Call, Information Technology/Information Management Systems and Infrastructure Support Services on a Contingency Basis — $7.1M (Department of Defense)
- THE U.S. Army Space and Missile Defense Command (usasmdc), HAS Contractual Support Requirements for Applicable Onsite, Remote and On-Call, Enterprise/Security Systems Technical Support and Administration Services on a Contingency Basis — $5.6M (Department of Defense)
View all Summit Technical Solutions, LLC 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)