DHS's $78.3M task order for consulting services awarded to ManTech Advanced Systems International, Inc

Contract Overview

Contract Amount: $78,300,517 ($78.3M)

Contractor: Mantech Advanced Systems International, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2008-02-01

End Date: 2014-12-15

Contract Duration: 2,509 days

Daily Burn Rate: $31.2K/day

Competition Type: COMPETITIVE DELIVERY ORDER

Number of Offers Received: 1

Pricing Type: COST PLUS AWARD FEE

Sector: Other

Official Description: INFOZEN TASK ORDER 7

Place of Performance

Location: ROCKVILLE, MONTGOMERY County, MARYLAND, 20850

State: Maryland Government Spending

Plain-Language Summary

Department of Homeland Security obligated $78.3 million to MANTECH ADVANCED SYSTEMS INTERNATIONAL, INC. for work described as: INFOZEN TASK ORDER 7 Key points: 1. The contract's cost-plus award fee structure allows for performance-based incentives, potentially driving efficiency. 2. Competition dynamics for this task order are not detailed, but the contract type suggests a focus on performance. 3. The long duration (2,509 days) indicates a significant, ongoing need for the services provided. 4. The services fall under 'Other Scientific and Technical Consulting Services,' a broad category. 5. The contract was awarded by the Department of Homeland Security, specifically the Transportation Security Administration. 6. The task order was a competitive delivery order, suggesting multiple bids were considered.

Value Assessment

Rating: fair

Benchmarking the value of this specific task order is challenging without more granular data on the services rendered and comparable contracts. The Cost Plus Award Fee (CPAF) structure can lead to costs exceeding initial estimates if performance targets are not well-defined or achieved. However, it also incentivizes contractors to perform efficiently to earn award fees. The total award amount of $78.3 million over its duration suggests a substantial investment in consulting services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This was a competitive delivery order, indicating that the contract was competed among multiple potential offerors. The specific number of bidders is not provided, but the 'full-and-open' competition suggests a robust process was intended. This level of competition is generally expected to promote price discovery and ensure fair market pricing for the services required by the TSA.

Taxpayer Impact: Taxpayers benefit from a competitive process as it is designed to secure the best value and pricing for the government, reducing the risk of overpayment for consulting services.

Public Impact

The Transportation Security Administration (TSA) is the primary beneficiary, receiving specialized consulting services. These services likely support critical functions within TSA related to security, operations, or technology. The geographic impact is primarily within the scope of TSA's national operations, potentially affecting airports and transportation hubs nationwide. The contract may have implications for the workforce by requiring specialized expertise, potentially impacting federal employees or contractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The 'Other Scientific and Technical Consulting Services' category (NAICS 541690) encompasses a wide range of advisory and assistance services. This sector is characterized by a mix of large, established firms and smaller, specialized consultancies. Federal spending in this area often supports agency operations, policy development, and technical modernization. Comparable spending benchmarks are difficult to establish due to the heterogeneity of services within this category, but federal agencies consistently rely on external expertise for specialized needs.

Small Business Impact

Information regarding small business set-asides or subcontracting plans for this specific task order was not provided. As a competitive delivery order, it's possible that large businesses were the primary awardees. Further analysis would be needed to determine if small businesses had opportunities to participate either as prime contractors or subcontractors.

Oversight & Accountability

Oversight for this contract would fall under the Department of Homeland Security's procurement and program management offices. Accountability measures are typically embedded within the Cost Plus Award Fee structure, linking payment to performance. Transparency is generally maintained through contract award databases, though specific performance metrics and evaluations may not be publicly disclosed. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

dhs, transportation-security-administration, consulting-services, scientific-and-technical-services, competitive-delivery-order, cost-plus-award-fee, long-term-contract, maryland, mantech-advanced-systems-international-inc

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $78.3 million to MANTECH ADVANCED SYSTEMS INTERNATIONAL, INC.. INFOZEN TASK ORDER 7

Who is the contractor on this award?

The obligated recipient is MANTECH ADVANCED SYSTEMS INTERNATIONAL, INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Transportation Security Administration).

What is the total obligated amount?

The obligated amount is $78.3 million.

What is the period of performance?

Start: 2008-02-01. End: 2014-12-15.

What specific types of consulting services were provided under this task order?

The provided data classifies this task order under 'Other Scientific and Technical Consulting Services' (NAICS 541690). This is a broad category that can encompass a wide array of services, including but not limited to, management consulting, scientific research and development consulting, environmental consulting, and engineering consulting. Without more specific details from the contract award documentation, it is difficult to pinpoint the exact nature of the services rendered to the Transportation Security Administration (TSA). These services likely supported TSA's mission in areas such as operational efficiency, technology implementation, security protocols, or policy development, but the precise scope remains undefined by the available data.

How does the Cost Plus Award Fee (CPAF) structure compare to other contract types for similar services?

Cost Plus Award Fee (CPAF) contracts are often used when the government requires a high level of performance and innovation, but the exact scope or cost is difficult to define upfront. Unlike fixed-price contracts, CPAF allows for reimbursement of actual costs incurred plus a base fee, with an additional award fee determined by the government based on performance against specific criteria. This contrasts with Cost Plus Fixed Fee (CPFF), where the fee is fixed, or firm-fixed-price (FFP) contracts, where the price is set regardless of costs. For consulting services, CPAF can incentivize contractors to exceed minimum requirements to earn higher fees, potentially leading to better outcomes than FFP. However, it also requires robust government oversight to ensure fair evaluation for award fees and can sometimes lead to higher overall costs than FFP if not managed effectively.

What is the typical duration for 'Other Scientific and Technical Consulting Services' contracts awarded by DHS?

The typical duration for 'Other Scientific and Technical Consulting Services' contracts awarded by the Department of Homeland Security (DHS) can vary significantly depending on the nature and complexity of the services. While this specific task order had a long duration of 2,509 days (approximately 6.8 years), it is not uncommon for large, complex consulting engagements supporting critical agency functions to extend over multiple years. Shorter-term contracts might focus on specific projects or studies, whereas longer durations often indicate ongoing support, program management, or strategic advisory roles. Without a broader dataset of comparable DHS contracts in this category, it's difficult to establish a precise average, but multi-year engagements are standard for substantial consulting needs.

What are the potential risks associated with a long-duration contract like this task order?

Long-duration contracts, such as this 2,509-day task order, present several potential risks. Firstly, there's the risk of scope creep, where the requirements may expand beyond the original intent over time, leading to increased costs and potential delays if not managed carefully. Secondly, the rapidly evolving technological landscape and policy environment means that the services required might become outdated or less relevant by the end of the contract period, potentially diminishing the value delivered. Thirdly, maintaining consistent contractor performance and engagement over an extended period can be challenging. Finally, long-term reliance on a single contractor could stifle internal expertise development within the agency and reduce flexibility to adapt to unforeseen changes in agency needs or priorities.

How does the 'competitive delivery order' designation impact pricing and value?

A 'competitive delivery order' signifies that the task order was awarded through a competitive bidding process, meaning multiple vendors submitted proposals. This designation generally implies that the government sought to obtain the best value and pricing by fostering competition. The presence of multiple bidders typically drives down prices as companies vie for the contract. It also allows the awarding agency, in this case, the Transportation Security Administration (TSA), to compare different approaches and technical solutions, potentially leading to a more innovative and cost-effective outcome. The competitive nature is a key indicator that the government likely received fair market pricing for the 'Other Scientific and Technical Consulting Services' procured.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesOther Scientific and Technical Consulting Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSADP AND TELECOMMUNICATIONS

Competition & Pricing

Extent Competed: COMPETITIVE DELIVERY ORDER

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 1

Pricing Type: COST PLUS AWARD FEE (R)

Evaluated Preference: NONE

Contractor Details

Parent Company: Mantech International Corporation

Address: 2251 CORPORATE PARK DR STE 600, HERNDON, VA, 20171

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $82,547,895

Exercised Options: $78,300,517

Current Obligation: $78,300,517

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: HSTS0206DTTC028

IDV Type: IDC

Timeline

Start Date: 2008-02-01

Current End Date: 2014-12-15

Potential End Date: 2014-12-15 12:00:00

Last Modified: 2025-04-16

More Contracts from Mantech Advanced Systems International, Inc.

View all Mantech Advanced Systems International, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending