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

Positive Signals

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

Risk Flags

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 ServicesManagement, Scientific, and Technical Consulting ServicesHuman 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

View all ATI Government Solutions LLC federal contracts →

Other Department of the Treasury Contracts

View all Department of the Treasury contracts →

Explore Related Government Spending