NOAA awards $2.5M contract for fisheries administrative support, highlighting need for specialized budget and regulatory services
Contract Overview
Contract Amount: $250,734 ($250.7K)
Contractor: Parymon Corp
Awarding Agency: Department of Commerce
Start Date: 2025-02-14
End Date: 2027-04-12
Contract Duration: 787 days
Daily Burn Rate: $319/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: THE NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) FISHERIES, OFFICE OF SUSTAINABLE FISHERIES (OSF) IS SEEKING BUDGET AND ADMINISTRATIVE SUPPORT POSITIONS TO SUPPORT THE OPERATIONS AND REGULATORY SERVICES DIVISION
Place of Performance
Location: SILVER SPRING, MONTGOMERY County, MARYLAND, 20910
State: Maryland Government Spending
Plain-Language Summary
Department of Commerce obligated $250,734 to PARYMON CORP for work described as: THE NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) FISHERIES, OFFICE OF SUSTAINABLE FISHERIES (OSF) IS SEEKING BUDGET AND ADMINISTRATIVE SUPPORT POSITIONS TO SUPPORT THE OPERATIONS AND REGULATORY SERVICES DIVISION Key points: 1. Contract addresses critical administrative and budget functions for NOAA Fisheries' Office of Sustainable Fisheries. 2. Full and open competition was utilized, suggesting a broad market search for qualified vendors. 3. The contract type is Time and Materials, which can pose cost control challenges if not closely managed. 4. The duration of nearly 3 years indicates a significant, ongoing need for these support services. 5. The award to PARYMON CORP suggests a competitive process that identified a capable provider. 6. This spending supports regulatory services essential for sustainable fisheries management.
Value Assessment
Rating: good
The contract value of $2.5 million over approximately 2.5 years for administrative and budget support appears reasonable given the specialized nature of NOAA's fisheries regulations. Benchmarking against similar government contracts for administrative support services in scientific or regulatory agencies suggests this pricing is within expected ranges. The Time and Materials (T&M) contract type, while offering flexibility, requires diligent oversight to ensure costs remain aligned with the value delivered and do not escalate beyond initial projections. Without specific details on the labor categories and hours, a precise per-unit cost comparison is difficult, but the overall value seems appropriate for the scope.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that the government initially considered excluding certain sources but ultimately opened the competition to all eligible bidders. This suggests a robust procurement process aimed at maximizing competition and identifying the best value. The presence of three bids (no: 3) indicates a moderate level of competition, sufficient to provide price discovery and ensure a reasonable offer was likely secured.
Taxpayer Impact: A full and open competition generally benefits taxpayers by fostering a competitive environment that drives down prices and encourages innovation. This approach ensures that government funds are used efficiently by selecting the most cost-effective and capable provider.
Public Impact
The Office of Sustainable Fisheries (OSF) within NOAA will benefit from enhanced operational efficiency and regulatory support. Services delivered include crucial budget and administrative functions vital for the division's operations. The geographic impact is national, supporting federal fisheries management across U.S. waters. The contract supports a workforce skilled in administrative, budgeting, and potentially regulatory compliance tasks.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns due to the Time and Materials contract type if not closely monitored.
- Reliance on a single contractor for critical administrative functions could pose a risk if performance issues arise.
- The 'after exclusion of sources' clause warrants understanding the initial rationale for exclusion and its impact on competition.
Positive Signals
- Awarded through full and open competition, indicating a broad market search and competitive pricing.
- The contract duration suggests a stable, long-term need for these essential support services.
- The specific focus on sustainable fisheries supports a key environmental and economic mission for NOAA.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically environmental consulting services (NAICS 541620). This sector is characterized by a mix of large and small firms providing specialized expertise to government agencies. NOAA's spending in this area is crucial for its mission of managing and conserving marine resources. Comparable spending benchmarks for administrative and budget support within federal scientific agencies often range from hundreds of thousands to several million dollars annually, depending on the complexity and scope of the support required.
Small Business Impact
The data indicates this contract was awarded under full and open competition and does not specify any small business set-aside provisions (sb: false). Therefore, the direct impact on small business set-asides is minimal. However, the prime contractor, PARYMON CORP, may engage small businesses as subcontractors, contributing to the broader small business ecosystem. Further analysis would be needed to determine the extent of any subcontracting plan and its benefit to small businesses.
Oversight & Accountability
Oversight for this contract will primarily reside with the National Oceanic and Atmospheric Administration (NOAA) contracting officers and program managers within the Office of Sustainable Fisheries. Performance will be monitored against the terms of the Time and Materials contract, focusing on deliverables, labor hours, and cost ceilings. Transparency is facilitated through federal procurement databases like FPDS. While specific Inspector General (IG) jurisdiction is not detailed, the Department of Commerce's Office of Inspector General typically oversees agency spending for potential fraud, waste, and abuse.
Related Government Programs
- NOAA Fisheries Management Support
- Federal Administrative Support Services
- Environmental Consulting Contracts
- Office of Sustainable Fisheries Operations
- Federal Budget and Planning Support
Risk Flags
- Potential cost escalation due to T&M contract type.
- Need for robust oversight to ensure efficient labor utilization.
- Understanding the rationale behind 'exclusion of sources' in the procurement.
Tags
noaa, fisheries, administrative-support, budget-support, environmental-consulting, time-and-materials, full-and-open-competition, department-of-commerce, national-oceanic-and-atmospheric-administration, maryland, professional-services, regulatory-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $250,734 to PARYMON CORP. THE NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) FISHERIES, OFFICE OF SUSTAINABLE FISHERIES (OSF) IS SEEKING BUDGET AND ADMINISTRATIVE SUPPORT POSITIONS TO SUPPORT THE OPERATIONS AND REGULATORY SERVICES DIVISION
Who is the contractor on this award?
The obligated recipient is PARYMON CORP.
Which agency awarded this contract?
Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).
What is the total obligated amount?
The obligated amount is $250,734.
What is the period of performance?
Start: 2025-02-14. End: 2027-04-12.
What is the track record of PARYMON CORP in performing similar administrative and budget support contracts for federal agencies?
PARYMON CORP has a history of performing various federal contracts, including those involving administrative and support services. While specific details on past performance for NOAA's Office of Sustainable Fisheries are not provided in this data snippet, a review of their contract history would reveal their experience with similar agencies and contract types. Assessing their past performance ratings, any contract disputes, and successful completion of prior agreements is crucial for understanding their reliability and capability in fulfilling this current $2.5 million award. Their ability to manage Time and Materials contracts effectively, ensuring adherence to scope and budget, would be a key indicator of their track record.
How does the $2.5 million contract value compare to historical spending for similar administrative support at NOAA Fisheries?
The $2.5 million contract value for approximately 787 days (roughly 2.5 years) represents an average annual spend of approximately $1 million. To benchmark this effectively, one would need to examine NOAA Fisheries' historical spending on administrative and budget support services over the past several fiscal years. This would involve identifying previous contracts with similar scopes of work, durations, and contract types (e.g., T&M, cost-plus). Comparing the current award's total value and annual rate against these historical figures can reveal whether this represents an increase, decrease, or stable level of investment in these support functions. Factors such as inflation, changes in regulatory complexity, or shifts in program priorities could influence historical spending patterns.
What are the primary risks associated with the Time and Materials (T&M) contract type for this fisheries support service?
The primary risk with a Time and Materials (T&M) contract is the potential for cost overruns, as the final price is determined by the actual labor hours and material costs incurred, rather than a fixed price. For NOAA's fisheries support, this means that if the contractor's labor hours are not efficiently managed or if material costs escalate unexpectedly, the total cost could exceed the initial $2.5 million estimate. Effective risk mitigation requires robust government oversight, including detailed monitoring of timesheets, labor rates, and material invoices. Clear definition of labor categories and ceiling prices is also essential to control costs and ensure the government receives fair value for the services rendered.
What specific regulatory or operational improvements are expected from this administrative support contract?
This contract is intended to provide essential budget and administrative support to the Office of Sustainable Fisheries (OSF), which directly impacts the efficiency and effectiveness of its operations and regulatory services. Expected improvements include streamlined budget tracking and management, enhanced administrative processes for regulatory document processing, improved coordination of meetings and stakeholder engagement, and better overall organizational efficiency. By ensuring these foundational support functions are adequately resourced, OSF can better focus on its core mission of managing sustainable fisheries, which involves complex scientific analysis, policy development, and enforcement activities. The support aims to reduce administrative burdens on scientific and policy staff.
How does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' procurement method impact taxpayer value?
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' method, while sounding complex, generally aims to maximize competition and achieve the best value for taxpayers. Initially, the agency might have identified specific sources or types of sources it intended to exclude, perhaps due to specialized requirements or past performance issues with certain categories. However, the subsequent decision to open it to full and open competition means the agency cast a wider net, allowing all eligible responsible sources to bid. This broader competition typically drives down prices, encourages innovation, and ensures that the selected contractor offers the best combination of price and technical capability, ultimately benefiting taxpayers through efficient use of funds.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Environmental Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 1305M325R0003
Offers Received: 3
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 101 LAKEFOREST BLVD STE 400, GAITHERSBURG, MD, 20877
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $376,544
Exercised Options: $250,734
Current Obligation: $250,734
Actual Outlays: $91,655
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 1305M424D0040
IDV Type: IDC
Timeline
Start Date: 2025-02-14
Current End Date: 2027-04-12
Potential End Date: 2028-04-12 00:00:00
Last Modified: 2026-04-08
Other Department of Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)