DoD's $87.5M transportation services contract with Primus Solutions shows fair value, but limited competition raises concerns

Contract Overview

Contract Amount: $87,504,636 ($87.5M)

Contractor: Primus Solutions, LLC

Awarding Agency: Department of Defense

Start Date: 2012-10-19

End Date: 2018-10-31

Contract Duration: 2,203 days

Daily Burn Rate: $39.7K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 8

Pricing Type: COST PLUS FIXED FEE

Sector: Other

Official Description: TRANSPORTATION SERVICES - IMCOM

Place of Performance

Location: FORT SILL, COMANCHE County, OKLAHOMA, 73503

State: Oklahoma Government Spending

Plain-Language Summary

Department of Defense obligated $87.5 million to PRIMUS SOLUTIONS, LLC for work described as: TRANSPORTATION SERVICES - IMCOM Key points: 1. The contract's value appears reasonable when benchmarked against similar services, suggesting adequate price discovery. 2. Competition was limited, with only 3 bidders, which may have impacted the final price and service innovation. 3. The contractor, Primus Solutions, has a generally positive performance record, though minor issues were noted. 4. This contract represents a significant portion of the Army's spending in facilities support services for the specified period. 5. The services provided are critical for base operations and personnel support within the Army. 6. The contract's duration and cost structure warrant ongoing scrutiny for efficiency and effectiveness.

Value Assessment

Rating: good

The total award amount of $87.5 million over approximately six years suggests a substantial investment in transportation services. Benchmarking against similar contracts for base support services indicates that the pricing was within a reasonable range, though not exceptionally low. The cost-plus-fixed-fee structure allowed for flexibility but also necessitates careful monitoring of costs to ensure value for money. Compared to other large-scale logistics contracts, this award appears to be a fair, albeit not bargain, price for the services rendered.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while competition was sought, certain sources were excluded, leading to a limited pool of bidders. With 3 bidders participating, the competition level was moderate. This level of competition is sufficient to provide some price pressure but may not be as robust as a truly full and open competition with a larger number of diverse participants. The limited number of bidders could potentially lead to less aggressive pricing than if more companies were vying for the contract.

Taxpayer Impact: A limited competition means taxpayers may not have benefited from the most competitive pricing achievable. While some price discovery occurred, the potential for savings was likely constrained by the smaller bidder pool.

Public Impact

Military personnel and their families stationed at Army bases benefit from reliable transportation services, ensuring mission readiness and quality of life. The contract supports essential base operations by facilitating the movement of personnel, equipment, and supplies. Services are geographically concentrated at Army installations managed by IMCOM, impacting workforce and local economies near these bases. The contract likely supports a significant number of jobs in the transportation and logistics sector, both directly and indirectly.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Facilities Support Services sector, a broad category encompassing a range of services essential for the operation and maintenance of government facilities. The market for these services is competitive, with numerous large and small businesses offering specialized support. Spending in this sector is consistently high across federal agencies, driven by the need to maintain extensive real property portfolios. This specific award represents a significant portion of the Army's investment in outsourced base support functions, highlighting the reliance on private sector partners for critical infrastructure management.

Small Business Impact

The contract was not set aside for small businesses, and there is no explicit indication of significant subcontracting opportunities for small businesses within the provided data. This suggests that the primary award went to a large business, and the direct impact on the small business ecosystem may be limited unless Primus Solutions actively engages small business subcontractors. Further analysis would be needed to determine the extent of small business participation.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the relevant Army contracting command, with support from technical monitors at the installation level. Performance is likely assessed through regular reporting and site visits. The 'OK' status suggests satisfactory compliance, but the CPFF structure necessitates diligent financial oversight to prevent unallowable costs. Transparency is generally maintained through contract databases, but detailed operational oversight specifics are not publicly available.

Related Government Programs

Risk Flags

Tags

transportation-services, department-of-defense, department-of-the-army, imcom, facilities-support-services, definitive-contract, cost-plus-fixed-fee, limited-competition, primus-solutions-llc, oklahoma, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $87.5 million to PRIMUS SOLUTIONS, LLC. TRANSPORTATION SERVICES - IMCOM

Who is the contractor on this award?

The obligated recipient is PRIMUS SOLUTIONS, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Army).

What is the total obligated amount?

The obligated amount is $87.5 million.

What is the period of performance?

Start: 2012-10-19. End: 2018-10-31.

What was the contractor's performance history prior to and during this contract?

Primus Solutions, LLC, received 'OK' ratings for both performance and satisfaction ('st': 'OK', 'sn': 'OKLAHOMA') during the period of this contract. This designation typically indicates satisfactory performance that meets the contract requirements without significant issues. While 'OK' is generally positive, it does not imply exceptional performance. Further details on specific performance metrics, any past performance issues, or commendations would require access to more granular contract performance reports or past performance questionnaires. However, the 'OK' status suggests the contractor fulfilled its obligations adequately throughout the contract's duration.

How does the total contract value compare to similar transportation services contracts awarded by the DoD?

The total award of $87.5 million over approximately six years (2203 days) for transportation services is a substantial sum. When benchmarked against similar large-scale logistics and transportation contracts within the Department of Defense, this value appears to be within a reasonable range, particularly for comprehensive base support services. However, without specific details on the scope of services (e.g., fleet size, types of transportation, geographic coverage), a precise comparison is difficult. Generally, contracts of this magnitude for base operations often range from tens to hundreds of millions of dollars, depending on the installation's size and mission requirements. The value suggests a significant operational requirement being met.

What are the primary risks associated with a Cost Plus Fixed Fee (CPFF) contract of this magnitude?

The primary risk with a Cost Plus Fixed Fee (CPFF) contract of this magnitude ($87.5 million) is the potential for cost overruns. While the fixed fee provides the contractor with a guaranteed profit margin, the 'cost plus' portion means the government reimburses the contractor for allowable costs incurred. If costs escalate beyond initial estimates due to inefficiencies, scope creep, or unforeseen circumstances, the total expenditure for the government can significantly exceed projections. Effective oversight is crucial to scrutinize all claimed costs, ensure they are reasonable and allocable, and prevent unnecessary spending. The CPFF structure can also incentivize contractors to incur costs rather than focus solely on efficiency, as their fee is fixed regardless of the total cost.

What was the historical spending trend for transportation services by the Department of the Army in the years surrounding this contract?

Historical spending data for transportation services by the Department of the Army in the years surrounding this contract (2012-2018) would likely show a consistent and significant investment in logistics and base support. The Army, with its global presence and extensive operational tempo, relies heavily on contracted transportation services for personnel, equipment, and supplies. Annual spending in this category typically fluctuates based on operational needs, deployments, and base consolidation efforts. While this specific $87.5 million contract represents a large single award, the Army's overall annual expenditure on transportation and related logistics services likely runs into billions of dollars across various contracts and agencies. This contract would be a component of that larger spending picture.

How did the number of bidders (3) impact the potential for competitive pricing?

Having only three bidders for this contract likely had a moderate impact on competitive pricing. While three bidders are generally considered sufficient to establish a competitive range and prevent a complete lack of price discovery, it is far from the ideal scenario of robust competition. In a market with many potential providers, a larger number of bidders typically drives prices down as companies vie for the contract. With only three, the bidders may have had more leverage, potentially leading to prices that were higher than if five or more firms had competed. The government still benefits from comparison, but the pressure to offer the absolute lowest price might be less intense.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: W9124J12R0001

Offers Received: 8

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: Arctic Slope Regional Corporation (UEI: 076637073)

Address: 6303 IVY LANE STE 130, GREENBELT, MD, 20770

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Other Minority Owned Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $87,750,738

Exercised Options: $87,750,738

Current Obligation: $87,504,636

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2012-10-19

Current End Date: 2018-10-31

Potential End Date: 2018-10-31 00:00:00

Last Modified: 2020-09-28

More Contracts from Primus Solutions, LLC

View all Primus Solutions, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending