State Department awarded $26M for refugee processing center support, raising value-for-money questions

Contract Overview

Contract Amount: $26,065,080 ($26.1M)

Contractor: Csra LLC

Awarding Agency: Department of State

Start Date: 2006-08-23

End Date: 2010-09-30

Contract Duration: 1,499 days

Daily Burn Rate: $17.4K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: REFUGEE PROCESSING CENTER SUPPORT

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20001

State: District of Columbia Government Spending

Plain-Language Summary

Department of State obligated $26.1 million to CSRA LLC for work described as: REFUGEE PROCESSING CENTER SUPPORT Key points: 1. Contract awarded on a non-competitive basis, limiting price discovery and potentially increasing costs. 2. Significant duration of nearly 5 years for a time-and-materials contract warrants scrutiny of cost controls. 3. The contract's value, while not exceptionally large, represents a substantial investment in refugee support services. 4. Lack of competition suggests potential risks related to contractor performance and innovation. 5. The geographic location in Washington D.C. may influence labor costs and operational expenses. 6. The 'time and materials' pricing structure can lead to cost overruns if not closely managed.

Value Assessment

Rating: questionable

The contract's value of $26 million over nearly five years, awarded on a non-competitive basis, raises concerns about value for money. Without competitive bidding, it is difficult to benchmark pricing against market rates or assess if the government received the best possible price. The time-and-materials (T&M) pricing model, while flexible, can be prone to cost escalation if not rigorously monitored for efficiency and necessity of labor hours. Further analysis would be needed to compare this to similar support contracts for refugee processing centers, if available, to determine if the rates paid were reasonable.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded under a 'not available for competition' justification, indicating that a full and open competition was not pursued. This typically occurs when a specific contractor is deemed uniquely qualified or when urgent circumstances prevent a competitive process. The absence of multiple bidders means that the government did not benefit from the price discovery mechanisms inherent in a competitive environment, potentially leading to higher costs than might have been achieved otherwise.

Taxpayer Impact: Taxpayers may have paid a premium due to the lack of competition. Without competing offers, the government had less leverage to negotiate favorable pricing, and the chosen contractor faced no direct pressure to offer the most cost-effective solution.

Public Impact

Refugees and asylum seekers benefit from the essential services provided by the support center. The contract facilitates the processing and management of individuals seeking refuge. Services are delivered within the District of Columbia, impacting local operations and potentially workforce. The contract supports the administrative and logistical functions necessary for refugee resettlement programs.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional services sector, specifically supporting government administrative and operational functions. The market for such services is broad, encompassing companies that provide logistical, administrative, and support services to federal agencies. While specific benchmarks for 'refugee processing center support' are not readily available, comparable contracts for general administrative support or facility management for government operations can offer some context. The total value of $26 million over nearly five years is moderate for a federal contract of this nature.

Small Business Impact

The data indicates that this contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned. As a sole-source award, the opportunities for small businesses to participate through subcontracting are likely limited and dependent on the prime contractor's discretion. This contract does not appear to actively contribute to the small business ecosystem through set-aside provisions.

Oversight & Accountability

Oversight mechanisms for this contract are not detailed in the provided data. However, as a federal contract, it would typically be subject to oversight by the awarding agency (Department of State) and potentially the Government Accountability Office (GAO) or an Inspector General, especially given the non-competitive nature and duration. Transparency is limited due to the sole-source award, making it harder for the public to scrutinize the contract's execution and value.

Related Government Programs

Risk Flags

Tags

other-services, department-of-state, district-of-columbia, time-and-materials, large-contract, sole-source, refugee-support, administrative-support, non-competitive, csra-llc

Frequently Asked Questions

What is this federal contract paying for?

Department of State awarded $26.1 million to CSRA LLC. REFUGEE PROCESSING CENTER SUPPORT

Who is the contractor on this award?

The obligated recipient is CSRA LLC.

Which agency awarded this contract?

Awarding agency: Department of State (Department of State).

What is the total obligated amount?

The obligated amount is $26.1 million.

What is the period of performance?

Start: 2006-08-23. End: 2010-09-30.

What specific services were provided under this $26 million contract for refugee processing center support?

The provided data indicates the contract was for 'REFUGEE PROCESSING CENTER SUPPORT' and awarded on a 'TIME AND MATERIALS' basis. While specific line items are not detailed, this typically encompasses a range of services necessary for the operation of a processing center. These could include personnel support (administrative staff, case managers, interpreters), facility maintenance and operations, logistical support (supplies, equipment), IT support, and potentially security services. The time and materials nature suggests payment was based on the hours worked by contractor personnel and the cost of materials used, rather than a fixed price for specific deliverables. The exact scope would be detailed in the contract's statement of work, which is not provided here.

Why was this contract awarded on a sole-source basis instead of through full and open competition?

The data explicitly states the contract type was 'NOT AVAILABLE FOR COMPETITION'. This designation typically implies that the agency determined, through a justification process, that full and open competition was not feasible or appropriate. Common reasons include the existence of only one responsible source capable of meeting the agency's needs, urgent and compelling circumstances that preclude competition, or specific statutory authority allowing for non-competitive awards. Without the specific justification document, the precise reason remains unknown, but it signifies that the Department of State did not solicit bids from multiple potential contractors for this requirement.

How does the duration of nearly five years for a time-and-materials contract impact risk and value?

A nearly five-year duration for a time-and-materials (T&M) contract, especially when awarded non-competitively, significantly increases the risk of cost overruns and potential for reduced value. T&M contracts inherently lack a fixed ceiling on costs, as payment is tied to labor hours and material expenses. Over an extended period, without strong oversight and competitive pressure, there's a greater chance that inefficiencies can creep in, labor hours may be less diligently accounted for, or material costs could escalate beyond initial expectations. The lack of competition further exacerbates this risk, as the contractor faces no market pressure to optimize performance or control costs throughout the contract's life. This extended commitment necessitates robust contract management and performance monitoring by the agency to ensure continued value.

What is the track record of CSRA LLC in providing similar support services to the federal government?

CSRA LLC (now part of General Dynamics Information Technology) has a substantial history of providing a wide range of IT and professional services to the federal government across various agencies. While this specific contract focuses on refugee processing support, CSRA's broader portfolio includes IT modernization, cybersecurity, cloud services, and mission support. Their track record generally indicates experience with large-scale federal contracts. However, the effectiveness and value delivered on specific contracts can vary. For this particular contract, the non-competitive award and T&M structure suggest that a detailed performance review or comparison with other similar contracts awarded competitively would be necessary to fully assess their track record in this specific domain.

Are there any comparable federal spending benchmarks for refugee processing center support contracts?

Direct, publicly available spending benchmarks specifically for 'refugee processing center support' contracts are scarce due to the specialized nature of the service and the commonality of non-competitive or agency-specific awards. However, one can look at broader categories for comparison. Contracts for general administrative support, facility operations, or program management services for federal agencies can offer some context. For instance, contracts supporting large government facilities or complex program logistics might have similar per-year cost profiles. The $26 million total over approximately 4.8 years averages to about $5.4 million per year. This figure needs to be evaluated against the specific scope of work, location (Washington D.C. often has higher labor costs), and the level of service required, which are not fully detailed in the provided summary data.

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Computer Sciences Corporation (UEI: 009581091)

Address: 7700 HUBBLE DRIVE, LANHAM, MD, 04

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $26,371,832

Exercised Options: $26,371,832

Current Obligation: $26,065,080

Parent Contract

Parent Award PIID: SLMAQM02C0063

IDV Type: IDC

Timeline

Start Date: 2006-08-23

Current End Date: 2010-09-30

Potential End Date: 2010-09-30 00:00:00

Last Modified: 2010-09-29

More Contracts from Csra LLC

View all Csra LLC federal contracts →

Other Department of State Contracts

View all Department of State contracts →

Explore Related Government Spending