State Dept. Awards $12.7M Warehouse Support Task Order to Miami Technology Solutions

Contract Overview

Contract Amount: $12,673,470 ($12.7M)

Contractor: Miami Technology Solutions, LLC

Awarding Agency: Department of State

Start Date: 2023-02-14

End Date: 2026-03-31

Contract Duration: 1,141 days

Daily Burn Rate: $11.1K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: THIS IS A TASK ORDER FOR WAREHOUSE SUPPORT SERVICES.

Place of Performance

Location: LORTON, FAIRFAX County, VIRGINIA, 22079

State: Virginia Government Spending

Plain-Language Summary

Department of State obligated $12.7 million to MIAMI TECHNOLOGY SOLUTIONS, LLC for work described as: THIS IS A TASK ORDER FOR WAREHOUSE SUPPORT SERVICES. Key points: 1. Contract awarded for General Warehousing and Storage services. 2. Miami Technology Solutions, LLC is the contractor. 3. The contract has a duration of 1141 days. 4. This is a Time and Materials contract type. 5. The award was made under Full and Open Competition after Exclusion of Sources.

Value Assessment

Rating: fair

The Time and Materials pricing structure can lead to cost overruns if not closely monitored. Benchmarking against similar warehousing contracts is difficult without detailed labor rates and material costs.

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,' suggesting a competitive process but with specific source exclusions. This method aims for competition while potentially limiting the pool of bidders.

Taxpayer Impact: Taxpayer funds are being used for essential warehousing support services, with the cost determined through a competitive bidding process.

Public Impact

Ensures continuity of essential warehousing and storage operations for the Department of State. Supports the logistical needs of government agencies through a contracted service provider. The competitive award process aims to secure services at a reasonable cost to taxpayers.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Time and Materials contract type can inflate costs.
  • Exclusion of sources may limit competition.
  • Lack of detailed cost breakdown makes benchmarking difficult.

Positive Signals

  • Awarded under full and open competition.
  • Provides essential operational support.
  • Long-term contract provides stability.

Sector Analysis

This contract falls under General Warehousing and Storage, a sector crucial for maintaining operational readiness and supply chain integrity for government agencies. Spending in this sector is generally benchmarked against the efficiency and cost-effectiveness of private logistics providers.

Small Business Impact

The contract data indicates that small business participation was not a factor in this specific award, as the 'sb' field is false. Further analysis would be needed to determine if subcontracting opportunities exist for small businesses.

Oversight & Accountability

The award was made by the Department of State, indicating internal oversight. The task order structure suggests it's part of a larger contract vehicle, which may have its own oversight mechanisms. Accountability for performance rests with Miami Technology Solutions, LLC.

Related Government Programs

  • General Warehousing and Storage
  • Department of State Contracting
  • Department of State Programs

Risk Flags

  • Potential for cost overruns due to Time and Materials pricing.
  • Limited visibility into specific cost components for benchmarking.
  • Risk associated with 'Exclusion of Sources' potentially reducing competition.
  • Contract duration is substantial, requiring ongoing monitoring.

Tags

general-warehousing-and-storage, department-of-state, va, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of State awarded $12.7 million to MIAMI TECHNOLOGY SOLUTIONS, LLC. THIS IS A TASK ORDER FOR WAREHOUSE SUPPORT SERVICES.

Who is the contractor on this award?

The obligated recipient is MIAMI TECHNOLOGY SOLUTIONS, LLC.

Which agency awarded this contract?

Awarding agency: Department of State (Department of State).

What is the total obligated amount?

The obligated amount is $12.7 million.

What is the period of performance?

Start: 2023-02-14. End: 2026-03-31.

What specific warehousing services are included in this task order, and how do they align with the Department of State's mission requirements?

The task order is for General Warehousing and Storage services. While the specific details are not provided, these services typically encompass receiving, storing, inventory management, and dispatching of goods. For the Department of State, this likely supports diplomatic missions, operational readiness, or the storage of sensitive materials, ensuring the smooth functioning of its global operations.

How does the 'Full and Open Competition after Exclusion of Sources' method impact the overall cost-effectiveness and risk of this contract?

This procurement method aims to balance competition with specific needs, potentially excluding certain sources due to past performance, security concerns, or specialized capabilities. While it can still yield competitive pricing, the exclusion of some potential bidders might limit the downward pressure on costs and could introduce a risk if the remaining pool is not sufficiently competitive or lacks innovative solutions.

What are the key performance indicators (KPIs) for this task order, and how will Miami Technology Solutions' performance be measured to ensure value for taxpayer money?

Key performance indicators for warehousing contracts typically include on-time delivery rates, inventory accuracy, damage rates, and response times for service requests. The Department of State will likely monitor these KPIs through regular reporting and performance reviews. Failure to meet these metrics could trigger corrective actions or impact future contract awards, ensuring accountability and value.

Industry Classification

NAICS: Transportation and WarehousingWarehousing and StorageGeneral Warehousing and Storage

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 1950 ROLAND CLARKE PL STE 210B, RESTON, VA, 20191

Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Government, HUBZone Firm, Native American Tribal Government, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $25,788,897

Exercised Options: $16,657,342

Current Obligation: $12,673,470

Actual Outlays: $1,322,162

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 19AQMM22D0093

IDV Type: IDC

Timeline

Start Date: 2023-02-14

Current End Date: 2026-03-31

Potential End Date: 2028-03-31 00:00:00

Last Modified: 2025-10-06

More Contracts from Miami Technology Solutions, LLC

View all Miami Technology Solutions, LLC federal contracts →

Other Department of State Contracts

View all Department of State contracts →

Explore Related Government Spending