Interior Department awards $2.14M moving services contract to New Era Moving Services Inc
Contract Overview
Contract Amount: $214,233 ($214.2K)
Contractor: NEW ERA Moving Services Inc
Awarding Agency: Department of the Interior
Start Date: 2025-03-01
End Date: 2026-12-31
Contract Duration: 670 days
Daily Burn Rate: $320/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 9
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: OFAS MOVING SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20240
Plain-Language Summary
Department of the Interior obligated $214,233 to NEW ERA MOVING SERVICES INC for work described as: OFAS MOVING SERVICES Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract is for logistics consulting services, indicating a need for specialized support. 3. A firm-fixed-price contract type helps control costs and provides budget certainty. 4. The duration of 670 days suggests a significant scope of work for the moving services. 5. The contract is a delivery order, implying it's part of a larger indefinite-delivery contract vehicle. 6. Awarded to a single vendor, New Era Moving Services Inc., for the specified period.
Value Assessment
Rating: fair
The contract value of $2.14 million for 670 days of moving and logistics consulting services appears to be within a reasonable range for such specialized support. Benchmarking against similar government contracts for moving services is challenging without more specific details on the scope of services. However, the firm-fixed-price structure suggests that the government has negotiated a set price, which can be advantageous for cost control. Further analysis would require comparing the per-diem or per-service cost against industry standards for large-scale government relocations.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 9 bids suggests a healthy level of competition for this requirement. A higher number of bidders generally leads to better price discovery and potentially lower costs for the government. The specific details of the bidding process and the evaluation criteria would provide further insight into how effectively competition was leveraged.
Taxpayer Impact: The full and open competition with multiple bidders is beneficial for taxpayers as it increases the likelihood of securing competitive pricing and ensures that the government is obtaining services from qualified vendors at a fair market value.
Public Impact
Federal employees and government agencies requiring relocation services will benefit from this contract. The contract will facilitate the physical movement of office equipment, furniture, and potentially sensitive documents. Services are geographically focused on the District of Columbia, supporting operations within the nation's capital. The contract may indirectly support a workforce involved in logistics and moving operations, though the primary beneficiaries are government operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if the scope of work expands beyond initial estimates.
- Dependence on a single vendor for critical relocation services could pose a risk if performance issues arise.
- Ensuring consistent service quality across the contract duration requires robust oversight.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Awarded through full and open competition, indicating a competitive selection process.
- The contract duration suggests a well-defined and substantial requirement.
Sector Analysis
The moving and logistics services sector is a critical component of government operations, supporting agency relocations, equipment management, and supply chain functions. This contract falls under professional, scientific, and technical services, specifically logistics consulting. The market for these services is competitive, with numerous firms offering specialized solutions. Government spending in this area is consistent, driven by agency reorganizations, facility changes, and ongoing operational needs. Comparable spending benchmarks would depend on the scale and complexity of the relocation, but contracts of this size are not uncommon for federal agencies.
Small Business Impact
This contract was not set aside for small businesses, and there is no indication of specific subcontracting requirements for small businesses in the provided data. Therefore, the direct impact on the small business ecosystem appears minimal for this particular award. However, the prime contractor, New Era Moving Services Inc., may engage small businesses as subcontractors, which would need to be tracked through contract performance reporting.
Oversight & Accountability
Oversight for this contract will likely be managed by the Department of the Interior's contracting officer and potentially a contract specialist or COR (Contracting Officer's Representative). Accountability measures are inherent in the firm-fixed-price contract type, which obligates the contractor to deliver services at the agreed-upon price. Transparency is facilitated through federal procurement databases where contract awards are publicly reported. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- General Services Administration (GSA) Federal Supply Schedule (FSS) contracts for moving and relocation services
- Department of Defense (DoD) logistics and transportation support contracts
- Other agency-specific relocation and facilities management contracts
Risk Flags
- Potential for performance issues impacting operational continuity.
- Risk of cost escalation if scope is not tightly managed.
- Dependence on contractor's ability to meet demanding timelines.
Tags
logistics-consulting, moving-services, department-of-the-interior, delivery-order, firm-fixed-price, full-and-open-competition, district-of-columbia, professional-services, medium-value-contract, federal-agency
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $214,233 to NEW ERA MOVING SERVICES INC. OFAS MOVING SERVICES
Who is the contractor on this award?
The obligated recipient is NEW ERA MOVING SERVICES INC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Departmental Offices).
What is the total obligated amount?
The obligated amount is $214,233.
What is the period of performance?
Start: 2025-03-01. End: 2026-12-31.
What is the track record of New Era Moving Services Inc. with federal contracts, particularly for large-scale relocations?
Information regarding the specific track record of New Era Moving Services Inc. with federal contracts, especially concerning large-scale relocations, is not detailed in the provided data. A comprehensive assessment would require reviewing the company's past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), previous contract awards, and any history of disputes or contract terminations. Understanding their experience with similar government requirements, their ability to meet deadlines, and their adherence to quality standards is crucial for evaluating their suitability for this $2.14 million contract. Without this historical data, the assessment of their reliability remains incomplete.
How does the awarded price compare to market rates for similar logistics consulting and moving services?
The provided data does not include specific line-item costs or detailed service descriptions necessary to perform a direct market rate comparison for this $2.14 million contract. The firm-fixed-price nature of the award suggests a negotiated price. To benchmark effectively, one would need to compare the estimated cost per day, per employee, or per cubic foot of goods moved against industry data for comparable government or commercial relocations in the Washington D.C. metropolitan area. Factors such as the complexity of the move, security requirements, and the specific consulting services included would influence the market rate. A detailed cost breakdown from the contractor, if available, would aid in this analysis.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
Primary risks for this contract include potential scope creep, leading to cost overruns despite the fixed-price structure, and performance issues from the contractor, New Era Moving Services Inc., which could disrupt government operations. Delays in relocation could impact agency readiness and employee morale. Mitigation strategies typically involve robust contract oversight by the Department of the Interior, clear definition of deliverables and performance standards in the contract, regular progress meetings, and the ability to exercise contract remedies if performance is unsatisfactory. The firm-fixed-price contract itself acts as a risk mitigation tool by capping the government's financial exposure.
What is the expected effectiveness of the services provided under this contract in supporting the Department of the Interior's mission?
The effectiveness of the services provided under this contract is directly tied to the successful and timely execution of the moving and logistics operations for the Department of the Interior. Efficient relocations ensure that agency personnel and resources are positioned optimally to carry out their mission without significant disruption. The logistics consulting aspect suggests an aim to improve the efficiency and cost-effectiveness of these moves. If New Era Moving Services Inc. performs as expected, the contract will contribute to the seamless functioning of departmental operations within the District of Columbia, supporting administrative and programmatic goals.
What has been the historical spending pattern for similar moving and logistics services by the Department of the Interior?
The provided data does not include historical spending patterns for the Department of the Interior on similar moving and logistics services. To analyze this, one would need to examine past contract awards for relocation, transportation, and logistics consulting services issued by the Department over several fiscal years. This would involve identifying the total amount spent, the types of services procured, the primary contractors utilized, and the competition levels for those historical contracts. Understanding historical spending can reveal trends, identify potential cost savings opportunities, and inform future procurement strategies.
Are there any specific performance metrics or key performance indicators (KPIs) defined in the contract to measure success?
The provided data does not specify the key performance indicators (KPIs) or performance metrics established within the contract. Typically, for moving and logistics services, KPIs might include on-time delivery rates, damage rates for transported goods, adherence to budget, successful completion of scheduled moves, and client satisfaction scores. The effectiveness of the contract's oversight would depend on clearly defined and measurable KPIs that allow the Department of the Interior to objectively assess New Era Moving Services Inc.'s performance and hold them accountable.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Process, Physical Distribution, and Logistics Consulting 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
Offers Received: 9
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10680 WAKEMAN CT, MANASSAS, VA, 20110
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $522,993
Exercised Options: $214,233
Current Obligation: $214,233
Actual Outlays: $113,505
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QSMS24D00CT
IDV Type: FSS
Timeline
Start Date: 2025-03-01
Current End Date: 2026-12-31
Potential End Date: 2029-12-31 00:00:00
Last Modified: 2026-04-03
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)