Treasury's IRS awards $17.1M for HR consulting, raising questions on competition and value
Contract Overview
Contract Amount: $17,106,520 ($17.1M)
Contractor: ATI Government Solutions LLC
Awarding Agency: Department of the Treasury
Start Date: 2025-01-31
End Date: 2025-06-05
Contract Duration: 125 days
Daily Burn Rate: $136.9K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TAXPAYER EXPERIENCE OFFICE CUSTOMER EXPERIENCE METRICS BASE: 01/24/2025-01/23/2026 OPTION YEAR 1: 01/24/2026 - 01/23/2027
Place of Performance
Location: FREDERICK, FREDERICK County, MARYLAND, 21701
State: Maryland Government Spending
Plain-Language Summary
Department of the Treasury obligated $17.1 million to ATI GOVERNMENT SOLUTIONS LLC for work described as: TAXPAYER EXPERIENCE OFFICE CUSTOMER EXPERIENCE METRICS BASE: 01/24/2025-01/23/2026 OPTION YEAR 1: 01/24/2026 - 01/23/2027 Key points: 1. Contract awarded via purchase order, indicating a streamlined but potentially less competitive process. 2. Focus on Human Resources Consulting Services suggests support for internal workforce management. 3. The contract duration of 125 days is relatively short, implying a specific, time-bound need. 4. Fixed-price contract type aims to control costs, but value depends on service delivery quality. 5. Lack of competition raises concerns about potential overpayment and limited market price discovery. 6. Small business participation is not explicitly detailed, warranting further investigation.
Value Assessment
Rating: questionable
The contract's value is difficult to assess without comparable data for similar HR consulting services. The fixed-price nature provides some cost certainty, but the absence of competition means there's no benchmark to ensure the price reflects market rates. The relatively short duration suggests a focused scope, but the overall value proposition hinges on the effectiveness and efficiency of the consulting services provided to the IRS.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as 'NOT AVAILABLE FOR COMPETITION,' indicating a sole-source or limited competition procurement. The specific reasons for this designation are not provided, but it suggests that only one vendor was considered capable of meeting the IRS's requirements. This lack of a competitive bidding process limits the government's ability to explore alternative solutions and potentially secure more favorable pricing.
Taxpayer Impact: The absence of competition means taxpayers may not be receiving the best possible price for these HR consulting services, as there was no market pressure to drive down costs.
Public Impact
The IRS workforce will benefit from improved HR processes and support. Services delivered include human resources consulting, likely focusing on areas like talent management, organizational development, or employee relations. The geographic impact is primarily within Maryland, where the contractor is located. Workforce implications include potential enhancements to IRS employee training, recruitment, and retention strategies.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competitive bidding may lead to inflated costs.
- Limited transparency into the justification for sole-source award.
- Potential for vendor lock-in if this becomes a recurring need without re-competition.
- Scope and deliverables are not fully detailed, making performance assessment challenging.
Positive Signals
- Fixed-price contract type helps manage budget predictability.
- Award to ATI Government Solutions LLC suggests a known entity, potentially with prior relevant experience.
- Focus on HR consulting addresses critical internal operational needs for the IRS.
Sector Analysis
The Human Resources consulting sector is a vital support industry for government agencies, focusing on optimizing workforce management. This contract falls within the professional services category, which is a significant area of federal spending. Benchmarks for similar HR consulting contracts vary widely based on scope, duration, and complexity, but a $17.1 million award for a short-term engagement warrants scrutiny regarding its efficiency and necessity.
Small Business Impact
The contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. This suggests that the primary award went to a larger entity, and opportunities for small business participation in this specific contract appear limited.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of the Treasury's Inspector General, with specific program management oversight by the IRS. The purchase order format may offer less detailed public reporting compared to larger contract vehicles. Transparency is limited by the lack of a competitive process and detailed public justification for the sole-source award.
Related Government Programs
- Federal Human Resources Management
- IRS Operational Support Contracts
- Government Consulting Services
- Professional Services Acquisition
Risk Flags
- Lack of Competition
- Sole-Source Justification Unclear
- Value for Money Concerns
- Limited Transparency
Tags
hr-consulting, department-of-the-treasury, internal-revenue-service, purchase-order, sole-source, fixed-price, professional-services, maryland, ati-government-solutions-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $17.1 million to ATI GOVERNMENT SOLUTIONS LLC. TAXPAYER EXPERIENCE OFFICE CUSTOMER EXPERIENCE METRICS BASE: 01/24/2025-01/23/2026 OPTION YEAR 1: 01/24/2026 - 01/23/2027
Who is the contractor on this award?
The obligated recipient is ATI GOVERNMENT SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of the Treasury (Internal Revenue Service).
What is the total obligated amount?
The obligated amount is $17.1 million.
What is the period of performance?
Start: 2025-01-31. End: 2025-06-05.
What is the specific justification for awarding this HR consulting contract on a sole-source basis?
The provided data states the contract was 'NOT AVAILABLE FOR COMPETITION,' which is synonymous with a sole-source award. However, the specific justification for why only ATI Government Solutions LLC was deemed capable of meeting the IRS's requirements is not detailed in the provided information. Typically, sole-source justifications are based on factors such as unique capabilities, urgent needs where competition is impractical, or the existence of only one responsible source. Without this detailed justification, it is difficult to assess if the sole-source award was appropriate and in the government's best interest.
How does the $17.1 million price compare to similar HR consulting engagements for federal agencies of the IRS's size?
Directly comparing the $17.1 million price is challenging without knowing the precise scope, deliverables, and duration of the services. The contract has a short period of performance (125 days). If this amount is for a 5-month engagement, it suggests a very high daily or hourly rate, especially considering it's a purchase order. Benchmarking against other federal HR consulting contracts would require analyzing contracts with similar objectives, such as organizational design, workforce planning, or employee engagement initiatives. The lack of competition further complicates this comparison, as there's no market-driven price point to reference. A more thorough analysis would involve reviewing historical IRS HR consulting spend and similar agency procurements.
What are the key performance indicators (KPIs) and expected outcomes for this HR consulting contract?
The provided data does not specify the key performance indicators (KPIs) or the expected outcomes for this HR consulting contract. For a contract of this value and nature, one would anticipate clear metrics related to the effectiveness of the HR services provided. These could include improvements in employee satisfaction, efficiency of HR processes, successful implementation of new HR policies, or enhanced talent acquisition metrics. Without defined KPIs and outcomes, it is difficult for the IRS to measure the success of the engagement and for oversight bodies to assess the value delivered to taxpayers.
What is ATI Government Solutions LLC's track record with the IRS and other federal agencies for HR consulting services?
Information regarding ATI Government Solutions LLC's specific track record with the IRS for HR consulting services is not detailed in the provided data. To assess their suitability and past performance, one would need to examine their contract history, including previous awards, performance evaluations, and any past performance issues. A review of federal procurement databases (like SAM.gov or FPDS) would be necessary to understand their experience with similar services and their overall performance ratings with government clients. This information is crucial for validating the decision to award a sole-source contract.
What is the potential risk associated with a sole-source award for critical HR functions?
A sole-source award for critical HR functions carries several potential risks. Firstly, it limits the government's ability to leverage market competition, which can lead to higher costs than might be achieved through a competitive process. Secondly, it reduces the incentive for the sole-source provider to innovate or offer the most cost-effective solutions, as they face no direct competition for this specific contract. Thirdly, it raises concerns about the government's reliance on a single vendor, potentially creating vendor lock-in and making it difficult to switch providers or negotiate better terms in the future. Finally, without a competitive justification, there's a risk that the chosen vendor may not be the most qualified or provide the best value.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Human Resources Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 47 E SOUTH ST, UNIT 002, FREDERICK, MD, 21701
Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Government, 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: $24,466,179
Exercised Options: $17,106,520
Current Obligation: $17,106,520
Actual Outlays: $9,977,052
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-01-31
Current End Date: 2025-06-05
Potential End Date: 2025-06-05 12:17:50
Last Modified: 2025-06-06
More Contracts from ATI Government Solutions LLC
- JOB Corps Center and Usfs Fiber, Network, and Wireless Upgrades. Lesley Y. Sheffield IS the COR. Funding IS From Jcdc-0028, Jcdc-0030, and Special Projects — $24.8M (Department of Labor)
- Order Issued to Provide JOB Corps Physical Security Program (PSP) Phase Eight (8) Services for the Department of Labor (DOL) Employment and Training Administration (ETA) Office of JOB Corps (OJC) — $24.7M (Department of Labor)
- Jetcs TAX Calculation and Modernization Solution (tcms) — $21.2M (Department of the Treasury)
- Application Development Services for Corporate Data (CP), Compliance, Submission Processing and Technical Integration Organization (TIO) Domains — $21.1M (Department of the Treasury)
- IRS Seeks to Minimize the Burden of Investigation on Legitimate Taxpayers and Ensure Timely Delivery of TAX Refunds. in Addition, the IRS Seeks to Strengthen Protections for Taxpayers & the TAX System — $19.8M (Department of the Treasury)
Other Department of the Treasury Contracts
- Advertising Services — $636.5M (True North Communications Inc)
- Cade 2 Ltis3 Covid-19 — $383.8M (Deloitte Consulting LLP)
- Establish a Broad Networking and Telecommunications Service Environment to Meet ITS Network Services (wide Area and Local Area Network), Voice Telecommunications Services, Audio/Video/Web Conferencing, and Cyber Requirements — $320.2M (AT&T Enterprises, LLC)
- THE Internal Revenue Service (IRS), Office of Information Technology Office, Issues This Order Under GSA Alliant 2 (unrestricted). Enterprise Case Management (ECM) Solution Integration Services — $305.5M (Booz Allen Hamilton Inc)
- THE Tfcceis Task Order IS to Transition the Existing Tfcc Services From the Networx Contract Onto the EIS Contract Vehicle in a Manner That Will Enable Continuity of an Enterprise Network of Toll Free Services for the IRS — $264.6M (Verizon Business Network Services LLC)