DoD's $42.8M logistics support contract with Primus Solutions, LLC, awarded without competition, raises value and oversight questions
Contract Overview
Contract Amount: $42,853,993 ($42.9M)
Contractor: Primus Solutions, LLC
Awarding Agency: Department of Defense
Start Date: 2010-08-01
End Date: 2012-11-30
Contract Duration: 852 days
Daily Burn Rate: $50.3K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS AWARD FEE
Sector: Other
Official Description: LOGISTICS SUPPORT SERVICES INCLUDING MAINTENANCE TRANSPORTATION AND SUPPLY
Place of Performance
Location: FORT SILL, COMANCHE County, OKLAHOMA, 73503
State: Oklahoma Government Spending
Plain-Language Summary
Department of Defense obligated $42.9 million to PRIMUS SOLUTIONS, LLC for work described as: LOGISTICS SUPPORT SERVICES INCLUDING MAINTENANCE TRANSPORTATION AND SUPPLY Key points: 1. The contract's value of $42.8M for logistics support services, including maintenance, transportation, and supply, warrants scrutiny due to its non-competitive award. 2. Primus Solutions, LLC, received this definitive contract, highlighting a single-source relationship that may limit price discovery and potentially inflate costs. 3. The contract duration of 852 days (approximately 2.3 years) suggests a significant, ongoing need for these logistics services. 4. Awarded under a Cost Plus Award Fee (CPA) structure, the contractor's fee is tied to performance, but the base cost is still subject to potential overruns. 5. The lack of competition (NOT COMPETED) is a significant risk indicator, suggesting potential for suboptimal pricing and reduced incentive for efficiency. 6. The contract was awarded to a single vendor, indicating a potential lack of market research or a specific justification for sole-sourcing. 7. The geographic location of service delivery is Oklahoma, which may have implications for local economic impact and workforce development.
Value Assessment
Rating: questionable
Benchmarking the value of this $42.8M contract is challenging without comparable sole-source awards for similar logistics support services. The Cost Plus Award Fee (CPA) structure, while incentivizing performance, can lead to higher overall costs compared to fixed-price contracts, especially if the base cost is not tightly controlled. The absence of competition means there's no direct market comparison to assess if Primus Solutions, LLC's pricing is competitive. Further analysis would require understanding the specific services rendered and the associated cost drivers.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. The Department of the Army identified Primus Solutions, LLC as the sole provider for these specific logistics support services. This approach bypasses the competitive bidding process, which typically drives down prices and encourages innovation. The justification for a sole-source award would need to be robust to ensure taxpayer funds are used efficiently.
Taxpayer Impact: Sole-source awards mean taxpayers do not benefit from the price reductions typically achieved through competitive bidding. This can lead to higher overall spending for the same level of service.
Public Impact
The primary beneficiaries are the Department of Defense units requiring logistics support, maintenance, transportation, and supply chain management. The services delivered are critical for the operational readiness and effectiveness of military forces. The geographic impact is concentrated in Oklahoma, where the services are being performed, potentially creating local jobs and economic activity. Workforce implications include the potential for direct employment by Primus Solutions, LLC or its subcontractors in logistics, maintenance, and transportation roles within Oklahoma.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs for taxpayers.
- Sole-source award raises concerns about potential lack of market research and efficiency.
- Cost Plus Award Fee structure can incentivize cost growth if not managed carefully.
- Limited transparency due to non-competitive nature of the award.
Positive Signals
- Contract awarded to a single entity, potentially indicating a specialized capability or long-standing relationship.
- Performance-based fee structure in CPA contract aims to reward successful service delivery.
- Services provided are essential for military operations, ensuring mission accomplishment.
Sector Analysis
The logistics and supply chain management sector is a critical component of the defense industry, encompassing a wide range of services from warehousing and transportation to maintenance and repair. This contract falls within the Facilities Support Services sub-sector. The total addressable market for defense logistics is substantial, with significant government spending allocated annually to ensure operational readiness. Comparable spending benchmarks would typically involve analyzing other large-scale logistics support contracts awarded by the DoD, particularly those with similar service scopes and contract types.
Small Business Impact
Information regarding small business set-asides or subcontracting plans for this contract is not readily available from the provided data. As a sole-source award, it's possible that subcontracting opportunities for small businesses were not a primary consideration during the award process. Further investigation into the contractor's subcontracting practices would be necessary to assess the impact on the small business ecosystem.
Oversight & Accountability
Oversight mechanisms for this contract would primarily fall under the Department of the Army's contracting and program management offices. The Cost Plus Award Fee (CPA) structure implies performance monitoring to determine award fees. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any allegations of fraud, waste, or abuse arise.
Related Government Programs
- Department of Defense Logistics Modernization Programs
- Army Sustainment Command Contracts
- Base Operations Support Services
- Transportation and Warehousing Contracts
- Maintenance and Repair Services Contracts
Risk Flags
- Non-competitive award
- Potential for cost overruns
- Lack of price transparency
- Limited performance benchmarking
Tags
defense, department-of-defense, department-of-the-army, logistics-support, maintenance, transportation, supply-chain, definitive-contract, cost-plus-award-fee, sole-source, oklahoma, facilities-support-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $42.9 million to PRIMUS SOLUTIONS, LLC. LOGISTICS SUPPORT SERVICES INCLUDING MAINTENANCE TRANSPORTATION AND SUPPLY
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 $42.9 million.
What is the period of performance?
Start: 2010-08-01. End: 2012-11-30.
What specific justification was provided for awarding this contract on a sole-source basis instead of through full and open competition?
The provided data indicates the contract was 'NOT COMPETED,' classifying it as a sole-source award. Typically, sole-source awards are justified under specific circumstances outlined in federal acquisition regulations, such as when only one responsible source can provide the required supplies or services, or in cases of urgent and compelling need. Without access to the contract's justification and approval (J&A) document, the precise reasons remain unknown. However, common justifications include unique capabilities, proprietary technology, or a lack of available alternatives in the market. The absence of competition means taxpayers did not benefit from potential cost savings that competitive bidding could have generated.
How does the Cost Plus Award Fee (CPA) structure compare to other contract types in terms of cost efficiency for logistics services?
Cost Plus Award Fee (CPA) contracts are designed to incentivize contractor performance by linking a portion of the fee to achieving specific performance objectives. While this can lead to higher quality services, it generally results in higher overall costs compared to fixed-price contracts, where the contractor bears more risk for cost overruns. In logistics services, where operational efficiency and reliability are paramount, CPA can be effective if performance metrics are well-defined and rigorously monitored. However, the 'cost-plus' element means the government pays the contractor's allowable costs plus a fee, which can be less predictable and potentially higher than a fixed price, especially if costs escalate without corresponding performance improvements.
What are the potential risks associated with a sole-source award for long-term logistics support?
Sole-source awards for long-term logistics support carry several risks. Firstly, the lack of competition can lead to inflated prices as the contractor faces no market pressure to reduce costs or improve efficiency. Secondly, it can foster complacency, reducing the contractor's incentive to innovate or seek cost-saving measures. Thirdly, it creates a dependency on a single provider, making it difficult and potentially costly to switch vendors if performance issues arise or market conditions change. Finally, without competitive benchmarking, it's harder for the government to ensure it is receiving fair market value for the services rendered over the contract's duration.
Can the performance metrics and award fee criteria for this contract be publicly accessed to assess contractor performance?
Public access to the specific performance metrics and award fee criteria for this contract is generally limited. While the contract type (Cost Plus Award Fee) is known, the detailed criteria used to determine the award fee are often considered sensitive or proprietary information. These metrics are typically defined in the contract's Performance Work Statement (PWS) and are used internally by the government to evaluate the contractor's performance. Transparency regarding these specific metrics would enhance accountability, but their disclosure is not always mandated, especially for contracts awarded on a sole-source basis.
What is the historical spending pattern for logistics support services by the Department of the Army in Oklahoma?
Analyzing historical spending patterns for logistics support services by the Department of the Army in Oklahoma requires access to comprehensive federal procurement data beyond this single contract. This contract, valued at approximately $42.8 million over its duration, represents a specific instance of spending. To understand broader patterns, one would need to examine aggregated data for similar contract types (e.g., facilities support, transportation, maintenance) awarded by the Army within the Oklahoma region over several fiscal years. This would reveal trends in contract values, types of services procured, and the prevalence of competitive versus sole-source awards in that geographic area.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: W9124L10R0011
Offers Received: 1
Pricing Type: COST PLUS AWARD FEE (R)
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, Not Designated a Small Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $42,853,993
Exercised Options: $42,853,993
Current Obligation: $42,853,993
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2010-08-01
Current End Date: 2012-11-30
Potential End Date: 2012-11-30 00:00:00
Last Modified: 2017-07-07
More Contracts from Primus Solutions, LLC
- Goddard Unified Enterprise Services and Technology (guest) Contract. in Order to Develop, Integrate, Sustain, and Manage IT Infrastructure and Systems, Gsfc Requires Support Services in the Areas of Management and Information Systems, Business Infrastructure and Applications Development, System Administration, Network Design, Development, and Configuration Management Under a Single Integrator. the Asrc Team Shall Provide Labor, Hardware/Software, Equipment and Materials Required to Successfully Perform the Objectives Described in This SOO. the Asrc Team Will Provide Gsfc With Support for Current and Evolving IT Requirements. Specific Areas of Support Include: System, WEB, and Database Administration; Software Development and Sustaining Engineering; Enterprise-Wide Service Call Center; Messaging and Collaboration; IT Security; Configuration, Program and Asset Management; Data Backup and Storage; Disaster Recovery; Specialized Network Engineering, and Surge Support for Unanticipated Elevations in Service — $111.4M (National Aeronautics and Space Administration)
- Transportation Services - Imcom — $87.5M (Department of Defense)
- Class III Petroleum, Oils, and Lubricant (POL) Refueling/Defueling Services — $63.6M (Department of Defense)
- W&F Contractor Services NEW Solicitation — $59.9M (Department of the Treasury)
- Comprehensive Tactical Infrastructure Maintenance and Repair — $26.4M (Department of Homeland Security)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)