DHS awarded $20.6M for occupational health support, with CACI Technologies securing the contract
Contract Overview
Contract Amount: $20,660,242 ($20.7M)
Contractor: CACI Technologies, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2006-10-02
End Date: 2013-07-02
Contract Duration: 2,465 days
Daily Burn Rate: $8.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 7
Pricing Type: FIXED PRICE AWARD FEE
Sector: Other
Official Description: OCCUPATIONAL HEALTH SUPPORT SERVICES
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $20.7 million to CACI TECHNOLOGIES, LLC for work described as: OCCUPATIONAL HEALTH SUPPORT SERVICES Key points: 1. The contract's value of $20.6 million over its duration suggests a significant investment in occupational health services. 2. Awarded under full and open competition, the contract saw 7 bidders, indicating a healthy level of market interest. 3. The fixed-price award fee structure aims to incentivize performance while managing cost risks. 4. The 2006 award date places this contract in a historical context, allowing for comparison with contemporary service agreements. 5. Services fall under 'Other Scientific and Technical Consulting Services,' a broad category that requires specific performance metrics for evaluation. 6. The contract's duration of approximately 6.7 years (2465 days) implies a need for sustained support in occupational health.
Value Assessment
Rating: fair
Benchmarking the value of this $20.6 million contract requires more granular data on the specific services rendered. However, given the duration of nearly seven years, the average annual spend of approximately $3 million appears moderate for comprehensive occupational health support services for a federal agency like DHS. Without specific performance metrics or comparisons to similar contracts for agencies of comparable size and scope, a definitive value-for-money assessment is challenging. The fixed-price award fee structure suggests an attempt to balance cost control with quality incentives, but the ultimate value depends heavily on the contractor's performance and the effectiveness of the fee structure in driving desired outcomes.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded through full and open competition, which is the preferred method for ensuring the widest possible participation and the best possible prices. The fact that seven bidders vied for this contract suggests a competitive market for occupational health support services. A higher number of bidders generally leads to more robust price discovery and a greater likelihood that the government receives competitive pricing. The agency's decision to use full and open competition indicates confidence in its ability to define requirements clearly enough to attract multiple qualified vendors.
Taxpayer Impact: Taxpayers benefit from full and open competition through potentially lower prices due to market forces and a wider selection of qualified contractors, ensuring services are delivered efficiently.
Public Impact
Federal employees within the Department of Homeland Security, particularly those served by the Transportation Security Administration, are the primary beneficiaries of these occupational health services. The services delivered likely encompass a range of health and safety programs designed to maintain a healthy and productive federal workforce. The geographic impact is primarily focused on locations where DHS and TSA personnel are stationed, potentially nationwide. Workforce implications include ensuring the well-being of federal employees, which can contribute to reduced absenteeism and improved morale.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics makes it difficult to assess the true effectiveness and value of the services provided.
- The broad categorization of 'Other Scientific and Technical Consulting Services' may obscure the specific nature and quality of occupational health support.
- The fixed-price award fee structure can sometimes lead to disputes or challenges in objectively determining award fees.
- Limited information on the contractor's specific track record for this type of service within DHS hinders a full assessment.
Positive Signals
- Awarded under full and open competition with multiple bidders, indicating a competitive process.
- The contract duration suggests a stable, long-term need for these services, implying consistent support.
- The fixed-price award fee structure is designed to provide cost certainty while incentivizing performance.
- The contract is managed by the Department of Homeland Security, a major federal agency with established oversight processes.
Sector Analysis
Occupational health services within the federal sector are a critical component of ensuring workforce safety and productivity. This contract falls under the broader professional services category, specifically consulting. The market for such services is diverse, ranging from large, established government contractors to specialized health and safety firms. Benchmarking this $20.6 million contract requires comparison with similar contracts for occupational health, medical surveillance, and safety consulting services awarded to agencies of similar size and complexity. The federal government is a significant purchaser of these services, with spending often concentrated in areas requiring specialized expertise to manage health risks associated with federal employment.
Small Business Impact
This contract does not appear to have been specifically set aside for small businesses, as indicated by 'sb': false. The prime contractor, CACI TECHNOLOGIES, LLC, is a large business. There is no explicit information provided regarding subcontracting plans or goals for small businesses. Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal unless CACI has voluntarily included small business subcontractors in its execution of the contract. Further investigation into subcontracting reports would be necessary to determine any indirect benefits to small businesses.
Oversight & Accountability
Oversight for this contract would fall under the Department of Homeland Security (DHS) and its respective contracting and program management offices. As a fixed-price award fee contract, performance monitoring and the determination of award fees would be key oversight activities. Transparency is generally facilitated through contract award databases and reporting requirements. While specific oversight mechanisms are not detailed here, federal contracts of this magnitude are typically subject to review by agency Inspector Generals and potentially GAO audits to ensure accountability and proper use of funds.
Related Government Programs
- Federal Occupational Health Services
- Department of Homeland Security Consulting Contracts
- Transportation Security Administration Support Services
- Professional and Technical Services Contracts
- Health and Safety Consulting
Risk Flags
- Contract duration is long, requiring sustained performance monitoring.
- Fixed-price award fee structure necessitates clear performance metrics and objective evaluation.
- Broad NAICS code may obscure specific service quality.
Tags
occupational-health, consulting-services, department-of-homeland-security, transportation-security-administration, caci-technologies-llc, fixed-price-award-fee, full-and-open-competition, scientific-and-technical-consulting, federal-agency, health-support, virginia
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $20.7 million to CACI TECHNOLOGIES, LLC. OCCUPATIONAL HEALTH SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is CACI TECHNOLOGIES, LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $20.7 million.
What is the period of performance?
Start: 2006-10-02. End: 2013-07-02.
What specific occupational health services were included in this $20.6 million contract?
The provided data indicates the contract was for 'OCCUPATIONAL HEALTH SUPPORT SERVICES' under the North American Industry Classification System (NAICS) code 541690, 'Other Scientific and Technical Consulting Services.' While the specific services are not itemized in the summary data, typical occupational health support includes services such as medical surveillance programs, health and wellness initiatives, injury and illness prevention, ergonomic assessments, workplace safety evaluations, and compliance with health-related regulations (e.g., OSHA). The 'award fee' component suggests that performance metrics related to the quality and effectiveness of these services were established and would be evaluated to determine additional compensation.
How does the $20.6 million contract value compare to other similar occupational health support contracts awarded by federal agencies?
Comparing this $20.6 million contract value requires a benchmark against similar contracts for occupational health support services awarded to agencies of comparable size and scope. Federal agencies like the Department of Defense, Veterans Affairs, or large civilian agencies often procure similar services. Without access to a comprehensive database of federal contracts filtered by service type, agency size, and duration, a precise comparison is difficult. However, for a contract spanning approximately 6.7 years (2465 days), the average annual value of roughly $3 million appears to be within a reasonable range for comprehensive occupational health support, considering the complexities of managing federal employee health and safety across potentially numerous locations.
What were the key performance indicators (KPIs) used to determine the 'award fee' for CACI TECHNOLOGIES, LLC?
The provided summary data does not specify the key performance indicators (KPIs) used to determine the award fee for CACI TECHNOLOGIES, LLC. For a fixed-price award fee contract, these KPIs are typically outlined in the contract's Performance Work Statement (PWS) or Statement of Objectives (SOO). They would likely relate to the quality, timeliness, and effectiveness of the occupational health support services delivered. Examples could include metrics related to employee health outcomes, reduction in workplace injuries, compliance rates with health regulations, client satisfaction surveys, or the successful implementation of specific health programs. The contracting officer's representative (COR) would be responsible for monitoring performance against these KPIs and recommending the award fee.
What is the historical spending pattern for occupational health support services by the Department of Homeland Security?
The provided data only details one specific contract awarded in 2006. To understand the historical spending pattern for occupational health support services by the Department of Homeland Security (DHS), one would need to analyze contract awards over a longer period, from 2006 to the present, and potentially beyond this specific contract's end date in 2013. This would involve searching federal procurement databases (like FPDS or USASpending.gov) for contracts awarded by DHS and its sub-agencies (like TSA) that fall under relevant NAICS codes related to health services, consulting, and safety. Analyzing trends in spending, contract types, and awarded amounts would reveal DHS's investment in this area over time.
What is the track record of CACI TECHNOLOGIES, LLC in providing occupational health support services to the federal government?
CACI TECHNOLOGIES, LLC is a large, well-established government contractor with a broad portfolio of services, including IT, engineering, and professional services. While they have extensive experience supporting various federal agencies, their specific track record in delivering 'occupational health support services' as the prime contractor requires a deeper dive into their contract history. This particular contract (awarded in 2006) is one data point. To assess their broader track record, one would need to examine other contracts they have held for similar services, looking at performance reviews, past performance questionnaires, and any reported issues or successes. Their overall size and experience suggest a capability to manage complex contracts, but the specific expertise in occupational health needs to be verified through detailed contract analysis.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Other Scientific and Technical Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 7
Pricing Type: FIXED PRICE AWARD FEE (M)
Evaluated Preference: NONE
Contractor Details
Parent Company: CACI International Inc (UEI: 045534641)
Address: 14151 PARK MEADOW DRIVE, CHANTILLY, VA, 90
Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $21,347,359
Exercised Options: $20,660,242
Current Obligation: $20,660,242
Timeline
Start Date: 2006-10-02
Current End Date: 2013-07-02
Potential End Date: 2013-07-02 00:00:00
Last Modified: 2013-07-16
More Contracts from CACI Technologies, LLC
- Award of Task Order 0127 (S3R-043) PWS Titled, "engineering, Installation/Integration, Technology Insertion and Logistical Support to the Quick Reaction&battle Command Support Division" Funding IS Provided for Engineering, Logistical and Training Seta Support for Centcom, and C2D SPO Personnel on Slin 0008AA — $238.5M (Department of Defense)
- THE Purpose of This Action IS to Award a NEW Five (5) Year Task Order Under the RS3 Contract for Modeling and Simulation, Analysis, Engineering, Networking, and Experimentation Support — $202.0M (Department of Defense)
- Award of Task Order 0092, W15p7t-06-D-E402 Title, "PEO C3T System Engineering Technical Assistance Support. Funding IS Provided for Seta Support on Slin 0001AA $12,000,000.00, on Slin 0001AB $5,500,000.00 and on Slin 0001AC $7,000,000.00 — $196.3M (Department of Defense)
- 200512!052533!1700!n00024!naval SEA Systems Command !N0017804D4026 !A!N! !Y!EH01 ! !20050901!20050930!057364507!094107844!045534641!n!caci Technologies, Inc !14151 Park Meadow Drive !chantilly !va!20151!50000!001!11!washington !district of Columbia !D.C. !+000000120139!n!n!000000000000!r408!program Management/Support Services !S1 !services !000 !* !541330!E! !5!B!M! !A!D!20090331!B! ! !A! !a!n!u!2!021!b! !Z!N!Z! ! !N!C!N! ! ! !c!c!a!a!000!a!c!n! ! ! ! !1700!N00178!0001! ! — $184.5M (Department of Defense)
- Naval Forces Logistics Support — $178.8M (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)