Treasury's $41.9M relocation services contract with BGRS awarded via competitive delivery order
Contract Overview
Contract Amount: $41,924,793 ($41.9M)
Contractor: Bgrs Relocation Inc
Awarding Agency: Department of the Treasury
Start Date: 2008-01-01
End Date: 2017-09-30
Contract Duration: 3,560 days
Daily Burn Rate: $11.8K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: OCC EMPLOYEE RELOCATION SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20005
Plain-Language Summary
Department of the Treasury obligated $41.9 million to BGRS RELOCATION INC for work described as: OCC EMPLOYEE RELOCATION SERVICES Key points: 1. Value for money assessed through fixed-price structure and competitive award. 2. Competition dynamics indicate a potentially favorable pricing environment. 3. Risk indicators include contract duration and reliance on a single provider. 4. Performance context is within the scope of employee relocation services. 5. Sector positioning is within professional services supporting federal agencies.
Value Assessment
Rating: good
The contract's firm fixed-price structure provides cost certainty. While specific benchmarking data for relocation services is not provided, the competitive award suggests that the pricing was deemed reasonable at the time of award. The total value of $41.9 million over its duration indicates a significant but potentially standard expenditure for comprehensive employee relocation support.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded as a competitive delivery order, indicating that multiple bidders likely vied for this work. The presence of competition is a positive sign for price discovery and ensures that the government is likely receiving services at a competitive rate. The number of bidders, while not explicitly stated, is implied to be more than one due to the 'competitive' designation.
Taxpayer Impact: A competitive award process helps ensure taxpayer dollars are used efficiently by driving down costs through market forces.
Public Impact
Federal employees relocating for government business benefit from seamless transition services. Services include moving, housing assistance, and other logistical support for federal personnel. Geographic impact is primarily within the District of Columbia, where the contract is registered. Workforce implications are positive for federal employees needing relocation assistance.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration (nearly 10 years) could lead to price increases or service stagnation if not managed actively.
- Reliance on a single contractor for such a critical service could pose a risk if the contractor underperforms or faces financial difficulties.
Positive Signals
- Competitive award process suggests initial value for money.
- Firm fixed-price contract provides budget certainty for the agency.
- The contract supports essential government functions by facilitating employee mobility.
Sector Analysis
This contract falls within the professional services sector, specifically focusing on relocation and moving services. The market for such services is competitive, with numerous firms offering specialized support to both government and private sector clients. Federal spending in this area is often tied to personnel management and agency operational needs, ensuring workforce availability across different locations. Benchmarking against similar government-wide contracts or large-scale private sector relocation agreements would provide further context on the scale of this award.
Small Business Impact
Information regarding small business set-asides or subcontracting plans is not available for this specific contract. As a competitive award, it's possible that small businesses could have participated as prime contractors or subcontractors, but without explicit data, their involvement remains unknown. Further analysis would be needed to determine if small business participation was a requirement or an outcome.
Oversight & Accountability
Oversight for this contract would typically reside with the contracting officer and the Office of the Comptroller of the Currency (OCC) within the Department of the Treasury. Accountability measures are inherent in the firm fixed-price contract type, requiring the contractor to deliver services as specified. Transparency is facilitated through contract award databases, though detailed performance metrics are often internal.
Related Government Programs
- Federal Employee Relocation Services
- Government Moving and Relocation Contracts
- Office of Management and Budget (OMB) Relocation Policies
Risk Flags
- Long contract duration
- Potential for service degradation over time
- Reliance on a single vendor for critical services
Tags
professional-services, relocation-services, department-of-the-treasury, office-of-the-comptroller-of-the-currency, competitive-delivery-order, firm-fixed-price, district-of-columbia, employee-relocation, services-contract, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $41.9 million to BGRS RELOCATION INC. OCC EMPLOYEE RELOCATION SERVICES
Who is the contractor on this award?
The obligated recipient is BGRS RELOCATION INC.
Which agency awarded this contract?
Awarding agency: Department of the Treasury (Office of the Comptroller of the Currency).
What is the total obligated amount?
The obligated amount is $41.9 million.
What is the period of performance?
Start: 2008-01-01. End: 2017-09-30.
What is the historical spending trend for OCC employee relocation services?
Historical spending data for the Office of the Comptroller of the Currency (OCC) specifically on employee relocation services prior to or following this contract (2008-2017) is not detailed in the provided data. However, the total award value of $41.9 million over approximately 9.5 years suggests an average annual expenditure of roughly $4.4 million. This figure can serve as a baseline for comparison with other periods or similar agency relocation budgets. To establish a trend, one would need to examine contract awards for relocation services over multiple fiscal years, looking for increases, decreases, or consistent spending patterns. Factors influencing such trends could include agency staffing levels, hiring initiatives, geographic reassignments, and changes in relocation policy or service providers.
How does the per-contractor value of this award compare to similar federal relocation contracts?
Comparing the per-contractor value of this $41.9 million contract to similar federal relocation contracts requires access to a broader dataset of federal relocation awards. Without that comparative data, it's difficult to definitively state whether this represents a high, low, or average value. However, considering it was awarded competitively and is a firm fixed-price contract, the pricing was likely vetted against market rates at the time of award. The duration of nearly a decade suggests a significant, long-term need for these services. To perform a robust comparison, one would need to identify contracts with similar scope (e.g., comprehensive relocation for federal employees) and duration, then analyze their total values and award mechanisms. Factors like the number of employees serviced, geographic scope, and specific services included would be crucial for an accurate benchmark.
What are the primary risks associated with a long-duration contract for relocation services?
Long-duration contracts, such as this nearly 10-year award for relocation services, present several key risks. Firstly, there's the risk of price escalation; while this is a fixed-price contract, market conditions can change significantly over such a long period, potentially making the initial price less competitive over time if renewal or modification options are not carefully managed. Secondly, service quality degradation is a risk; a contractor may become complacent or face internal challenges that impact their ability to deliver consistently high-quality relocation support. Thirdly, technological advancements or changes in relocation best practices might occur, and a long-standing contract might not easily incorporate these innovations without costly modifications. Finally, vendor lock-in can become an issue, making it difficult and expensive to switch providers if performance issues arise or a better solution becomes available elsewhere.
What does the 'competitive delivery order' award type signify for taxpayer value?
The 'competitive delivery order' award type signifies a positive outcome for taxpayer value. It indicates that the contract was not awarded on a sole-source basis but rather through a process where multiple vendors had the opportunity to bid. This competition inherently drives prices down as contractors vie for the business, ensuring the government secures services at a more favorable rate than might be achieved through negotiation with a single provider. Furthermore, a competitive process often leads to better service offerings as vendors differentiate themselves based on quality, efficiency, and price. For taxpayers, this translates to more efficient use of public funds, as the procurement mechanism itself is designed to yield the best possible value for the money spent.
What is the typical track record expected from a contractor like BGRS RELOCATION INC for federal contracts?
For federal contracts, a contractor like BGRS RELOCATION INC would typically be expected to demonstrate a strong track record in delivering relocation services efficiently, compliantly, and within budget. This includes managing the complex logistics of moving employees and their families, navigating federal regulations (like the Joint Travel Regulations), and providing excellent customer service to relocating personnel. Past performance evaluations on previous government contracts are crucial indicators. Agencies look for evidence of successful contract completion, minimal disputes or claims, and positive feedback from government points of contact and end-users (the relocating employees). A history of proactive problem-solving, transparent reporting, and adherence to security and data privacy requirements would also be considered essential components of a reliable track record.
Industry Classification
NAICS: Real Estate and Rental and Leasing › Offices of Real Estate Agents and Brokers › Offices of Real Estate Agents and Brokers
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › RELOCATION OR TRAVEL AGENT SERVICES
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: CC07HQQ0048
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Brps LLC
Address: 1100 CONNECTICUT AVE NW STE 900, WASHINGTON, DC, 20036
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $41,924,793
Exercised Options: $41,924,793
Current Obligation: $41,924,793
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Parent Contract
Parent Award PIID: GS23F9734H
IDV Type: FSS
Timeline
Start Date: 2008-01-01
Current End Date: 2017-09-30
Potential End Date: 2017-09-30 00:00:00
Last Modified: 2023-04-05
More Contracts from Bgrs Relocation Inc
- Other Functions = Inherently Governmental Rating Relocation Services — $73.4M (Department of the Treasury)
- Relocation Services — $63.3M (Department of Justice)
- Management Support Services — $61.0M (Department of Justice)
- 10 Funding 0200 for Relocation Services — $53.3M (Department of Justice)
- Relocation and Moving Services — $36.7M (Department of the Treasury)
Other Department of the Treasury Contracts
- Advertising Services — $636.5M (True North Communications Inc)
- Cade 2 Ltis3 Covid-19 — $383.8M (Deloitte Consulting LLP)
- Establish a Broad Networking and Telecommunications Service Environment to Meet ITS Network Services (wide Area and Local Area Network), Voice Telecommunications Services, Audio/Video/Web Conferencing, and Cyber Requirements — $320.2M (AT&T Enterprises, LLC)
- THE Internal Revenue Service (IRS), Office of Information Technology Office, Issues This Order Under GSA Alliant 2 (unrestricted). Enterprise Case Management (ECM) Solution Integration Services — $305.5M (Booz Allen Hamilton Inc)
- THE Tfcceis Task Order IS to Transition the Existing Tfcc Services From the Networx Contract Onto the EIS Contract Vehicle in a Manner That Will Enable Continuity of an Enterprise Network of Toll Free Services for the IRS — $264.6M (Verizon Business Network Services LLC)