DHS awards $31.6M engineering services contract to Battelle Memorial Institute for acceptance testing
Contract Overview
Contract Amount: $31,597,174 ($31.6M)
Contractor: Battelle Memorial Institute
Awarding Agency: Department of Homeland Security
Start Date: 2010-11-10
End Date: 2012-07-23
Contract Duration: 621 days
Daily Burn Rate: $50.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: ACCEPTANCE TESTING AT ORIGNAL EQUIPMENT MANUFACTURER LOCATIONS ASSOCIATED WITH TSE AS WELL AS COMMERCIAL AIRPORTS LOCATED THROUGHOUT THE CONTINENTAL UNITED STATES AND ITS TERRITORIES.
Place of Performance
Location: ARLINGTON, LOUDOUN County, VIRGINIA, 20598
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $31.6 million to BATTELLE MEMORIAL INSTITUTE for work described as: ACCEPTANCE TESTING AT ORIGNAL EQUIPMENT MANUFACTURER LOCATIONS ASSOCIATED WITH TSE AS WELL AS COMMERCIAL AIRPORTS LOCATED THROUGHOUT THE CONTINENTAL UNITED STATES AND ITS TERRITORIES. Key points: 1. Contract value of $31.6M for engineering services represents a significant investment in transportation security infrastructure. 2. The contract was awarded under full and open competition, suggesting a robust market for these specialized services. 3. The duration of 621 days indicates a substantial and complex testing requirement. 4. The use of Cost Plus Fixed Fee (CPFF) pricing structure requires careful monitoring to ensure cost control. 5. The geographic scope includes continental US and territories, highlighting the national importance of the services. 6. The contractor, Battelle Memorial Institute, is a well-established research and development organization.
Value Assessment
Rating: good
The contract value of $31.6 million for engineering services appears reasonable given the scope and duration. Benchmarking against similar large-scale acceptance testing contracts for critical infrastructure would provide further context. The CPFF structure necessitates diligent oversight to manage costs effectively and ensure value for money. Without specific per-unit cost data, a precise value-for-money assessment is challenging, but the competitive award process suggests a fair market price was likely achieved.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded through full and open competition, indicating that multiple qualified vendors had the opportunity to bid. The presence of two bidders suggests a competitive environment, which typically drives better pricing and innovation. The level of competition is a positive sign for price discovery and ensures the government receives proposals from a range of capable providers.
Taxpayer Impact: Taxpayers benefit from a competitive bidding process that is likely to result in more cost-effective solutions and a higher quality of service delivery.
Public Impact
The Transportation Security Administration (TSA) is the primary beneficiary, receiving critical acceptance testing services. Services delivered include acceptance testing at original equipment manufacturer locations and commercial airports. The geographic impact covers the continental United States and its territories, ensuring nationwide security standards. The contract supports specialized engineering and technical expertise, potentially impacting the workforce in these fields.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee (CPFF) contracts can incentivize contractors to increase costs to maximize profit, requiring robust oversight.
- The duration of the contract (621 days) may present challenges in adapting to rapidly evolving technological requirements.
- Acceptance testing at multiple OEM locations and airports could lead to logistical complexities and potential delays.
Positive Signals
- Awarded under full and open competition, indicating a healthy market and potential for competitive pricing.
- The contractor, Battelle Memorial Institute, has a strong reputation in research and development, suggesting technical competence.
- The contract addresses critical national security needs within the transportation sector.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), a vital component of the broader professional, scientific, and technical services industry. The market for specialized engineering and testing services supporting government agencies, particularly in transportation security, is substantial. Comparable spending benchmarks would involve analyzing other large-scale testing and evaluation contracts awarded by agencies like DHS, DoD, and DOT for critical infrastructure.
Small Business Impact
The contract details do not indicate any specific small business set-asides or subcontracting requirements. Given the specialized nature of the engineering services and the prime contractor's profile, it is possible that small businesses may be involved as subcontractors, but this is not explicitly detailed in the provided data. Further investigation into subcontracting plans would be needed to assess the impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily reside with the Department of Homeland Security (DHS) and the Transportation Security Administration (TSA). Mechanisms likely include contract performance reviews, financial audits, and technical inspections. Transparency is facilitated through contract award databases, but detailed performance reports may be internal. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse.
Related Government Programs
- Department of Homeland Security Research and Development Contracts
- Transportation Security Administration Equipment Testing
- Federal Engineering Services Contracts
- Cost-Plus-Fixed-Fee Contracts
- Acceptance Testing Services
Risk Flags
- Cost Overrun Risk (CPFF Structure)
- Scope Creep Potential
- Technical Complexity
- Logistical Challenges (Geographic Dispersion)
- Contractor Performance Variability
Tags
engineering-services, transportation-security, homeland-security, tsa, battelle-memorial-institute, cost-plus-fixed-fee, full-and-open-competition, delivery-order, continental-us, acceptance-testing, research-and-development, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $31.6 million to BATTELLE MEMORIAL INSTITUTE. ACCEPTANCE TESTING AT ORIGNAL EQUIPMENT MANUFACTURER LOCATIONS ASSOCIATED WITH TSE AS WELL AS COMMERCIAL AIRPORTS LOCATED THROUGHOUT THE CONTINENTAL UNITED STATES AND ITS TERRITORIES.
Who is the contractor on this award?
The obligated recipient is BATTELLE MEMORIAL INSTITUTE.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $31.6 million.
What is the period of performance?
Start: 2010-11-10. End: 2012-07-23.
What is Battelle Memorial Institute's track record with similar government contracts, particularly within DHS or TSA?
Battelle Memorial Institute has a significant history of performing research, development, testing, and evaluation services for various government agencies, including the Department of Homeland Security and its components like the TSA. Their expertise often lies in advanced scientific and engineering solutions. Reviewing past performance evaluations and contract histories for Battelle on similar large-scale testing and engineering projects would provide insight into their reliability, technical proficiency, and ability to manage complex, geographically dispersed testing requirements. Specific data on past performance ratings, any contract disputes, or successful project completions would be crucial for a comprehensive assessment.
How does the $31.6 million contract value compare to similar acceptance testing contracts for transportation security infrastructure?
The $31.6 million contract value for acceptance testing services over approximately two years appears substantial, reflecting the critical nature of transportation security. To benchmark this value, one would compare it to other large-scale testing and evaluation contracts awarded by agencies like the TSA, Federal Aviation Administration (FAA), or even the Department of Defense for similar complex systems or infrastructure. Factors such as the specific technologies being tested, the number of testing locations, the required expertise, and the contract duration are key comparison points. Without access to a database of comparable contracts, it's difficult to definitively state if this represents excellent or fair value, but the competitive award suggests it was deemed reasonable at the time of procurement.
What are the primary risks associated with a Cost Plus Fixed Fee (CPFF) contract of this magnitude and duration?
The primary risk with a CPFF contract, especially one valued at $31.6 million and lasting over 600 days, is the potential for cost overruns. While the fixed fee provides the contractor with an incentive to control costs to maximize their profit, the 'cost plus' element means the government ultimately bears the direct costs incurred. Risks include scope creep, unforeseen technical challenges, inefficient resource management by the contractor, or inadequate government oversight. Effective risk mitigation requires stringent monitoring of expenditures, regular progress reviews, clear definition of work, and robust change control processes to ensure the fixed fee remains appropriate for the work performed and that overall costs stay within acceptable limits.
How effective are the current oversight mechanisms for ensuring the quality and timeliness of the acceptance testing?
The effectiveness of oversight mechanisms for this contract depends heavily on the specific procedures implemented by the TSA and DHS. Standard oversight practices typically include regular progress meetings, site inspections, review of test plans and reports, and performance evaluations. For a CPFF contract, financial oversight is also critical, involving audits of contractor expenditures. The timeliness and quality of the acceptance testing are directly influenced by the diligence and expertise of the government personnel responsible for oversight. Without specific details on the TSA's oversight plan and performance metrics for this contract, it's challenging to provide a definitive assessment of effectiveness, but the contract's duration and scope necessitate robust management.
What is the historical spending pattern for acceptance testing services by the TSA or DHS in the years preceding this award?
To understand the historical spending pattern, one would need to analyze federal procurement databases (like FPDS or USASpending) for contracts awarded by the TSA and DHS for 'acceptance testing' or similar engineering services (e.g., verification, validation, quality assurance) in the years prior to November 2010. This analysis would reveal the typical contract values, durations, types of services procured, and the agencies or contractors most frequently awarded such work. Understanding these patterns helps contextualize the $31.6 million award, indicating whether it represents an increase, decrease, or continuation of previous spending levels for these critical security functions.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: QUALITY CONTROL, TEST, INSPECTION › EQUIPMENT AND MATERIALS TESTING
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 505 KING AVENUE, COLUMBUS, OH, 43201
Business Categories: Category Business, Corporate Entity Tax Exempt, Manufacturer of Goods, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $31,597,174
Exercised Options: $31,597,174
Current Obligation: $31,597,174
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSTS0410DST3066
IDV Type: IDC
Timeline
Start Date: 2010-11-10
Current End Date: 2012-07-23
Potential End Date: 2018-09-09 00:00:00
Last Modified: 2018-12-20
More Contracts from Battelle Memorial Institute
- Battelle Memorial Institute/Pacific Northwest Laboratory Operating and Managing Contract — $30.2B (Department of Energy)
- Fox/Bio Requirement — $387.6M (Department of Defense)
- Arctic Research Support and Logistics Services (arsls) — $249.0M (National Science Foundation)
- OF the Research Effort to Evaluate the Toxic and Carcinogenic Potential of Test Agents in Laboratory Animals for the NTP — $150.1M (Department of Health and Human Services)
- IAC MAC 2080 Chemical Biological Radiological Nuclear Defense Testing and Analytics for Joint Enterprise Fielding and Surveillance — $104.9M (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)