DHS awards $205M for office administrative services to Longview - Fedconsulting, JV LLC
Contract Overview
Contract Amount: $205,094,385 ($205.1M)
Contractor: Longview - Fedconsulting, JV LLC
Awarding Agency: Department of Homeland Security
Start Date: 2010-11-29
End Date: 2015-07-31
Contract Duration: 1,705 days
Daily Burn Rate: $120.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: LABOR HOURS
Sector: Other
Official Description: SCOSS - AWARD B
Place of Performance
Location: SAINT ALBANS, FRANKLIN County, VERMONT, 05478
State: Vermont Government Spending
Plain-Language Summary
Department of Homeland Security obligated $205.1 million to LONGVIEW - FEDCONSULTING, JV LLC for work described as: SCOSS - AWARD B Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract duration of 1705 days (approx. 4.6 years) indicates a significant, long-term need for these services. 3. The North American Industry Classification System (NAICS) code 561110 points to a focus on general office administrative support. 4. The award was a delivery order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar vehicle. 5. The contract was not set aside for small businesses, suggesting the scope or nature of services may not have been conducive to smaller enterprise participation. 6. The contract was not awarded to a small business, indicating the prime contractor is likely a larger entity.
Value Assessment
Rating: fair
Benchmarking the value of this $205 million contract for office administrative services is challenging without specific performance metrics or comparable contract data. The pricing structure, based on labor hours, can be variable and dependent on the actual hours worked and labor rates applied. Without insight into the specific tasks performed and the efficiency of service delivery, a definitive value-for-money assessment is difficult. However, the scale of the award suggests a substantial requirement and potentially significant operational support for USCIS.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which typically means that proposals were solicited from all responsible sources, but certain sources were excluded prior to the solicitation. The presence of 5 bidders indicates a moderate level of competition. While full and open competition is generally preferred for maximizing price discovery and ensuring fair access for potential contractors, the exclusion of sources might limit the breadth of competition.
Taxpayer Impact: The competitive nature of the bidding process, even with exclusions, likely helped ensure a reasonable price for taxpayers. However, understanding the rationale behind the source exclusions is key to fully assessing the competitive landscape and its impact on cost.
Public Impact
The primary beneficiaries of this contract are the U.S. Citizenship and Immigration Services (USCIS) within the Department of Homeland Security, which will receive essential office administrative support. The services delivered are expected to encompass a wide range of administrative functions necessary for the smooth operation of USCIS offices. The geographic impact is likely concentrated where USCIS offices are located, supporting their day-to-day administrative needs. Workforce implications include the direct employment of individuals by the contractor, Longview - Fedconsulting, JV LLC, to perform these administrative tasks.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if labor hours are not managed efficiently.
- Risk of service quality degradation if contractor performance is not closely monitored.
- Dependence on a single contractor for critical administrative functions could pose a risk if performance issues arise.
Positive Signals
- Awarded through a competitive process, suggesting potential for cost-effectiveness.
- Long contract duration implies a stable and reliable source of administrative support.
- The contractor's JV structure might bring together diverse expertise for comprehensive service delivery.
Sector Analysis
The office administrative services sector is a broad category encompassing support functions essential to government operations. This contract falls within the professional, scientific, and technical services industry. Government spending in this area is consistent, as administrative support is a perpetual requirement across all agencies. Comparable spending benchmarks would typically involve analyzing other large-scale administrative support contracts awarded by federal agencies, looking at per-labor-hour rates and overall contract values relative to the scope of services.
Small Business Impact
This contract was not set aside for small businesses, and the prime contractor is not a small business. This indicates that the primary award went to a larger entity. There is no explicit information provided regarding subcontracting plans for small businesses. The absence of a small business set-aside suggests that the scope of work may have been deemed too large or complex for small business participation as the prime, or that the competition strategy did not prioritize such a set-aside.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the program office within USCIS. Accountability measures would be defined in the contract's performance work statement (PWS), with potential for performance-based payments or penalties. Transparency is generally facilitated through contract award databases like FPDS, which provide basic information on contract value, duration, and contractor. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract is suspected.
Related Government Programs
- General Services Administration (GSA) Schedules
- Other Administrative Support Services Contracts
- Department of Homeland Security (DHS) IT and Professional Services
Risk Flags
- Potential for limited competition due to source exclusions.
- Contract duration may lead to vendor lock-in.
- Labor hour pricing can be susceptible to scope creep and inefficient hour utilization.
Tags
dhs, uscis, office-administrative-services, full-and-open-competition, delivery-order, professional-scientific-and-technical-services, long-term-contract, labor-hours, joint-venture, vermont
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $205.1 million to LONGVIEW - FEDCONSULTING, JV LLC. SCOSS - AWARD B
Who is the contractor on this award?
The obligated recipient is LONGVIEW - FEDCONSULTING, JV 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 $205.1 million.
What is the period of performance?
Start: 2010-11-29. End: 2015-07-31.
What specific administrative services are covered under this contract?
The contract, identified by NAICS code 561110, pertains to Office Administrative Services. While the specific details are not fully elaborated in the provided data, this typically includes a broad range of support functions such as general office management, record keeping, mail processing, scheduling, data entry, document preparation, and potentially basic human resources or financial administration support. The exact scope would be detailed in the Performance Work Statement (PWS) of the contract, outlining the precise tasks, deliverables, and performance standards expected from the contractor, Longview - Fedconsulting, JV LLC, for the U.S. Citizenship and Immigration Services (USCIS).
How does the $205 million award compare to typical spending on office administrative services by DHS?
Comparing this $205 million award to typical DHS spending on office administrative services requires access to historical DHS procurement data. However, as a single award for a duration of approximately 4.6 years, it represents a significant investment. Large agencies like DHS often have substantial needs for administrative support across various components, including USCIS. Without specific benchmarks for similar-sized contracts or an agency-wide spending profile for administrative services, it's difficult to definitively state if this is high or low. The scale suggests it covers a substantial portion of USCIS's administrative needs or a critical set of functions.
What are the potential risks associated with a 4.6-year contract for administrative services?
A contract duration of approximately 4.6 years for administrative services carries several potential risks. Firstly, there's the risk of vendor lock-in, where the agency becomes heavily reliant on the incumbent contractor, potentially reducing leverage for future renegotiations or transitions. Secondly, the dynamic nature of administrative needs means that the services required might evolve over the contract period; if the contract is not flexible enough to adapt, it could become outdated or inefficient. Thirdly, maintaining consistent service quality and performance over such a long period requires robust oversight and contractor accountability mechanisms. Finally, there's always a risk of contractor performance degradation or financial instability over an extended period, which could disrupt essential operations.
What does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' designation imply for cost and efficiency?
The designation 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' implies a competitive process where proposals were solicited from all responsible sources, but certain pre-identified sources were excluded from the outset. This can lead to cost efficiencies by fostering competition among eligible bidders, driving down prices. However, the exclusion of specific sources might limit the overall competitive pool, potentially impacting the extent of price discovery and the range of innovative solutions available. The efficiency and cost-effectiveness ultimately depend on the number of bidders, the quality of proposals received, and the effectiveness of the evaluation criteria used by the agency.
What is the significance of the contractor being a Joint Venture (JV)?
The contractor, Longview - Fedconsulting, JV LLC, being a Joint Venture (JV) signifies a strategic alliance between two or more entities to pool resources, expertise, and capabilities. In the context of government contracting, JVs are often formed to meet specific requirements, such as combining large prime capabilities with small business participation, or merging specialized technical skills. For this contract, the JV structure might indicate that Longview and Fedconsulting combined their strengths to offer a more comprehensive and competitive solution for USCIS's administrative needs than either could provide individually. This can potentially lead to better service delivery and innovation.
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: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 5
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 11767 ROCKVILLE PIKE, ROCKVILLE, MD, 20852
Business Categories: Category Business, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $205,094,385
Exercised Options: $205,094,385
Current Obligation: $205,094,385
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSHQDC09D00020
IDV Type: IDC
Timeline
Start Date: 2010-11-29
Current End Date: 2015-07-31
Potential End Date: 2015-07-31 00:00:00
Last Modified: 2020-04-16
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)