DHS's $303.8M Field Office Support Services contract awarded to FCI Federal, LLC, ran for nearly 8 years
Contract Overview
Contract Amount: $303,819,004 ($303.8M)
Contractor: FCI Federal, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2009-10-16
End Date: 2017-08-20
Contract Duration: 2,865 days
Daily Burn Rate: $106.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FIELD OFFICE SUPPORT SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20001
Plain-Language Summary
Department of Homeland Security obligated $303.8 million to FCI FEDERAL, LLC for work described as: FIELD OFFICE SUPPORT SERVICES Key points: 1. The contract's value of over $300 million over its lifespan suggests significant operational support needs for USCIS field offices. 2. Awarded under full and open competition, the contract saw 8 bidders, indicating a competitive market for these services. 3. The firm-fixed-price structure aims to control costs, but the long duration could present risks if requirements evolve significantly. 4. Performance context is limited without specific metrics, but the contract's duration implies a level of sustained satisfaction. 5. This contract falls within the broader 'Administrative and Support Services' sector, a common area for federal outsourcing. 6. The absence of small business set-aside suggests the primary contractor was expected to handle the bulk of the work, with subcontracting potential unclear.
Value Assessment
Rating: fair
Benchmarking this contract's value is challenging without specific service details and comparable contracts. However, a nearly $304 million spend over eight years for field office support services indicates a substantial investment. The firm-fixed-price contract type suggests an attempt to manage cost predictability, but the long duration means the initial pricing may not reflect current market conditions or evolving needs. Without detailed performance data or cost breakdowns, a definitive value-for-money assessment is difficult, but the scale suggests significant operational reliance.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, with 8 bidders participating. This level of competition is generally positive, suggesting that multiple capable vendors were interested in providing these services. A higher number of bidders typically leads to better price discovery and potentially more favorable terms for the government. The agency likely benefited from a range of proposals and pricing structures, allowing for selection of the best value.
Taxpayer Impact: The robust competition for this contract likely resulted in a more competitive price for taxpayers compared to a sole-source or limited competition award. It indicates that taxpayer funds were likely used efficiently by leveraging market forces.
Public Impact
USCIS field offices across the nation benefited from essential support services, enabling smoother operations and service delivery to the public. The contract facilitated the functioning of immigration services, indirectly impacting individuals seeking immigration benefits. Geographic impact is nationwide, supporting USCIS operations wherever field offices are located. Workforce implications include direct employment by the prime contractor and potential indirect employment through subcontractors, supporting the administrative services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration (nearly 8 years) increases the risk of cost escalation if market rates change significantly or if requirements evolve beyond initial scope.
- Lack of specific performance metrics makes it difficult to assess the true effectiveness and efficiency of the services provided.
- Firm-fixed-price contracts can sometimes lead to contractors cutting corners on quality if not adequately monitored, especially over extended periods.
- Limited information on subcontracting practices makes it hard to gauge the extent of small business participation and its impact.
Positive Signals
- Awarded through full and open competition with 8 bidders, indicating a healthy and competitive market for these services.
- Firm-fixed-price contract type provides cost certainty for the government, assuming the scope remains stable.
- The contract's long duration suggests a stable, ongoing need for these support services by USCIS.
- The prime contractor, FCI Federal, LLC, has a track record of performing large federal contracts, implying some level of established capability.
Sector Analysis
This contract falls under the broad 'Administrative and Support Services' sector, specifically NAICS code 561990 (All Other Support Services). This sector encompasses a wide range of non-professional, non-technical support activities. Federal spending in this area is substantial, as agencies frequently outsource functions like facilities management, administrative support, and logistical assistance to optimize operations and leverage specialized expertise. Comparable spending benchmarks are difficult without granular service details, but the scale of this contract suggests it was a significant award within its sub-sector.
Small Business Impact
The contract was not set aside for small businesses, and there is no explicit indication of mandatory subcontracting goals. This suggests that the primary focus was on securing the best overall solution from any qualified vendor. While FCI Federal, LLC may have utilized small businesses as subcontractors, the lack of a specific set-aside or reporting requirement makes it difficult to assess the direct impact on the small business ecosystem or the extent of their participation in this particular contract.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Homeland Security (DHS) and specifically U.S. Citizenship and Immigration Services (USCIS). As a definitive contract awarded under full and open competition, standard contract management procedures, including performance monitoring and financial oversight, would apply. The firm-fixed-price nature shifts some risk to the contractor but still requires diligent oversight to ensure deliverables meet requirements. Transparency is generally facilitated by the contract award data, but detailed operational oversight mechanisms are internal to the agency.
Related Government Programs
- Federal Office Support Services
- Administrative Support Contracts
- USCIS Operational Support
- Department of Homeland Security Contracts
- Support Services for Federal Agencies
Risk Flags
- Long contract duration may lead to cost misalignment with current market rates.
- Lack of specific performance metrics hinders objective evaluation of service quality and efficiency.
- Potential for scope creep or requirement evolution over an extended period without corresponding price adjustments.
- Limited transparency on subcontracting practices impacts assessment of small business utilization.
Tags
administrative-support, homeland-security, uscis, definitive-contract, large-contract, full-and-open-competition, firm-fixed-price, district-of-columbia, support-services, federal-contractor
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $303.8 million to FCI FEDERAL, LLC. FIELD OFFICE SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is FCI FEDERAL, 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 $303.8 million.
What is the period of performance?
Start: 2009-10-16. End: 2017-08-20.
What was the specific nature of the 'Field Office Support Services' provided under this contract?
The contract, identified by NAICS code 561990 (All Other Support Services), suggests a broad range of administrative and operational support functions. While specific details are not provided in the summary data, typical services under such a designation could include facilities management, mailroom operations, records management, general administrative assistance, logistical support, and potentially some level of IT support or maintenance coordination for field office equipment and infrastructure. The scale of the contract ($303.8M) implies these services were critical and likely provided across multiple USCIS field locations nationwide, supporting the agency's core mission of processing immigration and citizenship applications.
How does the per-unit cost of these services compare to industry benchmarks or similar federal contracts?
A precise per-unit cost comparison is not feasible with the provided data, as 'Field Office Support Services' is a broad category and specific units of service (e.g., per square foot of facility managed, per document processed, per hour of administrative support) are not detailed. Furthermore, the contract spanned nearly eight years (2009-2017), during which market rates and service delivery models likely evolved. To perform a meaningful benchmark, one would need to identify comparable contracts with similar scopes of work, geographic coverage, and service level agreements, and then normalize pricing data for inflation and specific service components. Without this granular data, any comparison would be speculative.
What were the key performance indicators (KPIs) used to evaluate FCI Federal, LLC's performance?
The provided summary data does not include specific Key Performance Indicators (KPIs) or performance metrics associated with this contract. For a firm-fixed-price contract of this magnitude and duration, agencies typically establish metrics related to timeliness of service delivery, quality standards, cost control (within the fixed price), customer satisfaction (from USCIS personnel using the services), and compliance with regulations. Effective oversight would involve regular performance reviews against these (unspecified) KPIs. The absence of readily available performance data makes it difficult to independently assess the contractor's success beyond the fact that the contract was extended and ultimately completed.
What is FCI Federal, LLC's overall track record with federal contracts, particularly within DHS?
FCI Federal, LLC has a history of performing federal contracts, including those with the Department of Homeland Security (DHS). While this specific contract for Field Office Support Services was substantial, their portfolio likely includes other service contracts across various agencies. A comprehensive assessment of their track record would involve reviewing their performance history on other awards, including any past performance evaluations, contract modifications, disputes, or terminations. The fact that they were awarded and executed this large, long-term contract suggests they met the necessary qualifications and demonstrated capability to the satisfaction of USCIS at the time of award and during its performance.
How did the total spending on this contract compare to historical spending patterns for similar support services at USCIS?
Comparing the $303.8 million spent on this contract to historical patterns requires access to USCIS's historical spending data for administrative and operational support services. Without that data, it's difficult to definitively state whether this amount represents an increase, decrease, or stable level of investment. However, the contract's duration (nearly 8 years) and its award under full and open competition suggest a consistent and significant need for these services. It's plausible that USCIS consolidated various support functions under this single large contract, potentially reflecting a strategic decision to streamline procurement and management of these essential operational elements over time.
What risks were associated with the firm-fixed-price (FFP) contract type over its nearly 8-year duration?
The primary risk associated with an FFP contract, especially one lasting nearly eight years, is the potential for the fixed price to become misaligned with current market rates or the evolving scope of work. If inflation outpaces projections or if USCIS requirements change significantly, the contractor might be locked into providing services at a rate that is no longer profitable, potentially leading to reduced service quality or requests for modification. Conversely, if market rates decrease, the government might be overpaying. Effective contract management, including regular reviews and potential modifications for scope changes, is crucial to mitigate these risks and ensure continued value.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Other Support Services › All Other Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: PAE Holding Corporation (UEI: 968071493)
Address: 602 S KING ST STE 102, LEESBURG, VA, 20175
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $314,344,822
Exercised Options: $303,819,004
Current Obligation: $303,819,004
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL ITEM
Timeline
Start Date: 2009-10-16
Current End Date: 2017-08-20
Potential End Date: 2017-10-20 00:00:00
Last Modified: 2018-05-29
More Contracts from FCI Federal, LLC
- National Benefits Center (NBC) Records Operations Contract (ROC) — $382.7M (Department of Homeland Security)
- Operation of the National Visa Center and Kentucky Consular Center Igf::ot::igf — $358.7M (Department of State)
- Warehouse Support Services — $42.3M (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)