Agriculture awards $3.6M relocation management contract to MLINQS, LLC under full and open competition
Contract Overview
Contract Amount: $3,636,875 ($3.6M)
Contractor: Mlinqs, LLC
Awarding Agency: Department of Agriculture
Start Date: 2021-09-01
End Date: 2026-08-31
Contract Duration: 1,825 days
Daily Burn Rate: $2.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: RELOCATION MANAGEMENT SERVICE SUPPORT
Place of Performance
Location: FAIRFAX, FAIRFAX County, VIRGINIA, 22030
State: Virginia Government Spending
Plain-Language Summary
Department of Agriculture obligated $3.6 million to MLINQS, LLC for work described as: RELOCATION MANAGEMENT SERVICE SUPPORT Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is for relocation management services, a critical support function for federal agencies. 3. MLINQS, LLC, the awardee, will provide services over a period of approximately five years. 4. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 5. This award represents a single delivery order under a larger contract vehicle. 6. The North American Industry Classification System (NAICS) code 541511 indicates custom computer programming services, which may be a component of the relocation management support.
Value Assessment
Rating: fair
Benchmarking the value of this specific $3.6 million contract is challenging without more detailed cost breakdowns or comparisons to similar relocation management service contracts. The firm fixed-price structure is generally favorable for cost control. However, the NAICS code listed (541511) typically relates to custom computer programming, which might indicate that the 'relocation management service support' involves significant IT components or that the classification is broad. Further analysis would be needed to confirm if the pricing aligns with market rates for comprehensive relocation services, especially if IT integration is a major factor.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION,' indicating that all responsible sources were permitted to submit a bid. This approach is generally preferred as it maximizes the pool of potential offerors and is expected to foster competitive pricing. The specific number of bidders is not provided, but the designation suggests a robust competition was intended and likely occurred, which should contribute to price discovery and potentially lower costs for the government.
Taxpayer Impact: A full and open competition process is beneficial for taxpayers as it increases the likelihood of obtaining the best value through competitive pricing and a wider selection of qualified vendors.
Public Impact
Federal employees undergoing relocation will benefit from streamlined and efficient relocation processes. The contract supports the Department of Agriculture's operational needs by ensuring personnel can be effectively relocated. The services provided are likely to have a national impact, supporting employees across various USDA locations. Workforce implications include potential support for moving companies, logistics providers, and IT service providers involved in the relocation process.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential mismatch between NAICS code (Custom Computer Programming Services) and stated service (Relocation Management Service Support) requires clarification on the scope and nature of IT services included.
- Lack of specific performance metrics or service level agreements in the provided data makes it difficult to assess the quality and effectiveness of the services.
- The duration of the contract (nearly 5 years) is substantial, increasing the risk of cost escalation or service obsolescence if not managed proactively.
Positive Signals
- Awarded under full and open competition, suggesting a competitive environment that should drive value.
- Firm Fixed Price contract type shifts cost risk to the contractor, providing budget certainty for the agency.
- The contract supports essential personnel relocation, contributing to the operational continuity and efficiency of the Department of Agriculture.
Sector Analysis
Relocation management services are a niche but essential segment within the broader professional services sector, often involving logistics, IT integration, and administrative support. The federal government is a significant consumer of these services to facilitate personnel transfers. While specific market size data for federal relocation management is not readily available, it aligns with the broader professional, scientific, and technical services industry, which is substantial. This contract fits within the government's need for efficient administrative support to manage its geographically dispersed workforce.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The primary awardee, MLINQS, LLC, is not explicitly identified as a small business in the provided data. Analysis of subcontracting opportunities would require further investigation into MLINQS, LLC's subcontracting plan, if any.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Agriculture's Office of the Chief Financial Officer, as indicated by the 'sa' field. Accountability measures are inherent in the Firm Fixed Price contract type, which obligates the contractor to deliver specified services within the agreed-upon price. Transparency is generally facilitated by the contract award process itself, especially under full and open competition. Specific oversight mechanisms, such as performance reviews or audits, would be detailed in the contract's statement of work and terms and conditions.
Related Government Programs
- Federal Employee Relocation Programs
- Government Relocation Services
- Professional and Management Consulting Services
- Custom Computer Programming Services
Risk Flags
- Potential NAICS code mismatch requires clarification.
- Lack of detailed performance metrics in summary data.
- Contract duration of nearly five years presents long-term management considerations.
Tags
relocation-management, professional-services, department-of-agriculture, mlinqs-llc, firm-fixed-price, full-and-open-competition, delivery-order, custom-computer-programming-services, federal-employees, virginia
Frequently Asked Questions
What is this federal contract paying for?
Department of Agriculture awarded $3.6 million to MLINQS, LLC. RELOCATION MANAGEMENT SERVICE SUPPORT
Who is the contractor on this award?
The obligated recipient is MLINQS, LLC.
Which agency awarded this contract?
Awarding agency: Department of Agriculture (Office of the Chief Financial Officer).
What is the total obligated amount?
The obligated amount is $3.6 million.
What is the period of performance?
Start: 2021-09-01. End: 2026-08-31.
What is the specific nature of the 'relocation management service support' being provided, and how does it relate to the NAICS code 541511 (Custom Computer Programming Services)?
The provided data lists the service as 'RELOCATION MANAGEMENT SERVICE SUPPORT' but assigns the NAICS code 541511, which pertains to 'Custom Computer Programming Services.' This discrepancy suggests that the relocation services may heavily involve the development, customization, or integration of software and IT systems to manage the relocation process. This could include platforms for booking services, tracking shipments, managing employee data, or facilitating communication. Without the full contract details, it's unclear if the primary service is IT development supporting relocation, or if IT services are a component of a broader relocation management offering. Further clarification from the agency or a review of the contract's statement of work would be necessary to fully understand this relationship and ensure the correct classification.
How does the $3.6 million contract value compare to typical spending on relocation management services by federal agencies of similar size?
Benchmarking this $3.6 million contract against similar federal relocation management services is challenging without access to a comprehensive database of such contracts and their specific scopes. However, relocation services are a standard requirement for agencies with mobile workforces. The value suggests a significant scope of support, potentially covering numerous employee relocations over the contract's five-year duration. Agencies often use indefinite-delivery/indefinite-quantity (IDIQ) contracts or task orders under larger vehicles for these services. To provide a precise comparison, one would need to analyze the number of employees supported, the types of moves (domestic, international, household goods, temporary lodging), and the specific services included (e.g., home sale assistance, expense management, IT setup) to normalize the cost across different contracts.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract to ensure effective service delivery?
The provided data does not include specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. Typically, relocation management contracts would outline metrics such as on-time delivery of services, employee satisfaction rates, cost savings achieved against policy limits, accuracy of expense reimbursements, and responsiveness of support staff. The absence of this information in the summary data means that assessing the contractor's performance and ensuring value for money is difficult without consulting the full contract document. Effective oversight would require the Department of Agriculture to establish and monitor these KPIs/SLAs to ensure MLINQS, LLC meets its contractual obligations.
What is the track record of MLINQS, LLC in providing relocation management or related IT services to the federal government?
Information regarding MLINQS, LLC's specific track record in providing relocation management or related IT services to the federal government is not detailed in the provided data. To assess their past performance, one would typically look at contract databases for previous awards, performance evaluations (like Contractor Performance Assessment Reporting System - CPARS), and any reported issues or successes. Given the NAICS code suggests IT services, their experience in custom computer programming could be relevant. A thorough review would involve searching for past federal contracts awarded to MLINQS, LLC, examining the types of services rendered, contract values, and performance ratings to gauge their capability and reliability in fulfilling this current requirement.
How does the firm fixed-price (FFP) contract type impact the government's risk and potential for cost overruns compared to other contract types?
The Firm Fixed Price (FFP) contract type, as used here, places the primary responsibility for cost control on the contractor, MLINQS, LLC. This means the government agrees to pay a set price regardless of the contractor's actual costs incurred. This structure significantly reduces the government's financial risk related to cost overruns, providing budget certainty. However, it shifts the risk of underestimating costs or facing unforeseen expenses to the contractor. If the contractor underperforms or encounters unexpected challenges, they may incur losses. For the government, the main risk with FFP is ensuring the price negotiated is fair and reflects the scope of work adequately, and that the contractor has the incentive and capability to deliver quality services at that price.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › RELOCATION OR TRAVEL AGENT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 12314421Q0070
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1101 17TH ST NW FL 12, WASHINGTON, DC, 20036
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,651,875
Exercised Options: $3,636,875
Current Obligation: $3,636,875
Actual Outlays: $3,485,164
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS33F0007U
IDV Type: FSS
Timeline
Start Date: 2021-09-01
Current End Date: 2026-08-31
Potential End Date: 2026-08-31 00:00:00
Last Modified: 2026-03-26
Other Department of Agriculture Contracts
- Usda Enterprise-Scale Fedramp Certified Cloud Hosting Services. Igf::ot::igf — $336.8M (Accenture Federal Services LLC)
- Usda Disc Enterprise Wide Salesforce Software&support Services — $294.8M (Carahsoft Technology Corp)
- Provide Removal of Carcasses AT Premise X Igf::ot::igf Hpai — $292.5M (Clean Harbors Environmental Services Inc)
- Financial Management Modernization Initiative — $291.0M (Accenture LLP)
- Enterprise Application Services — $273.5M (Synergy Business Innovation & Solutions Inc.)