Treasury's $2.2M Quality Management Contract Awarded to Premier Management Corp
Contract Overview
Contract Amount: $2,238,614 ($2.2M)
Contractor: Premier Management Corp
Awarding Agency: Department of the Treasury
Start Date: 2024-06-01
End Date: 2026-05-31
Contract Duration: 729 days
Daily Burn Rate: $3.1K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: QUALITY MANAGEMENT SUPPORT SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20228
Plain-Language Summary
Department of the Treasury obligated $2.2 million to PREMIER MANAGEMENT CORP for work described as: QUALITY MANAGEMENT SUPPORT SERVICES Key points: 1. Contract aims to enhance quality management processes within the Bureau of Engraving and Printing. 2. Awarded via a competitive process, suggesting potential for price discovery and value. 3. The contract duration of 729 days provides a stable period for service delivery. 4. Fixed-price contract type may incentivize contractor efficiency and cost control. 5. Focus on administrative management consulting services aligns with agency operational needs. 6. Geographic location in Washington D.C. may indicate a focus on federal agency proximity.
Value Assessment
Rating: good
The contract value of $2.24 million over two years for quality management support services appears reasonable for a federal agency. Benchmarking against similar administrative management consulting contracts is challenging without more specific service details. However, the firm-fixed-price structure suggests that the contractor bears the risk of cost overruns, which can be a positive indicator of value if the price is competitive. Further analysis would require comparing the proposed hourly rates or deliverables against industry standards for similar consulting services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under the Simplified Acquisition Procedures (SAP), indicating a competitive process for awards under a certain dollar threshold. The presence of 6 bidders suggests a healthy level of interest and competition for this requirement. This level of competition is generally favorable for price discovery and ensures that the government receives offers from multiple sources, potentially leading to a more advantageous price.
Taxpayer Impact: The competitive bidding process for this contract likely resulted in a more favorable price for taxpayers compared to a sole-source award. Multiple bidders create downward pressure on pricing, ensuring that taxpayer funds are used efficiently.
Public Impact
The Bureau of Engraving and Printing benefits from enhanced quality management processes, potentially leading to improved operational efficiency and product quality. Services delivered include administrative management and general management consulting, supporting the agency's core functions. The contract's geographic impact is centered in Washington D.C., where the Bureau of Engraving and Printing is located. Workforce implications are likely to involve the contractor's personnel providing specialized quality management expertise, potentially augmenting existing agency staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if quality management requirements are not clearly defined and managed.
- Reliance on contractor expertise could lead to knowledge transfer challenges if not proactively addressed.
- Ensuring consistent quality of service delivery throughout the contract period requires diligent oversight.
Positive Signals
- Firm-fixed-price contract incentivizes cost efficiency and predictable budgeting.
- Competitive award process suggests a fair market price was likely achieved.
- Defined contract period (729 days) provides clear expectations for service duration.
Sector Analysis
This contract falls within the administrative management and general management consulting services sector, a broad category encompassing advisory services aimed at improving organizational efficiency and effectiveness. The federal government is a significant consumer of these services, particularly for specialized functions like quality management. The market for such services is competitive, with numerous firms offering expertise. This contract represents a typical expenditure for agencies seeking to bolster internal management capabilities.
Small Business Impact
The data indicates this contract was competed under Simplified Acquisition Procedures and was not set aside for small businesses. There is no explicit information regarding subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal, unless the prime contractor voluntarily engages small businesses for subcontracting opportunities.
Oversight & Accountability
Oversight for this contract will likely be managed by the Bureau of Engraving and Printing's contracting officer and program officials. Accountability measures are inherent in the firm-fixed-price contract type, which obligates the contractor to deliver specific services for an agreed-upon price. Transparency is facilitated by the public nature of federal contract awards, though detailed performance metrics may not be publicly disclosed. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Government Management Consulting Services
- Quality Assurance Services
- Bureau of Engraving and Printing Operations Support
- Federal Administrative Support Contracts
Risk Flags
- Potential for performance issues if contractor expertise is overestimated.
- Risk of cost overruns if scope is not tightly managed, despite fixed-price structure.
- Dependency on contractor for critical quality management functions.
Tags
administrative-management, quality-management, consulting-services, department-of-the-treasury, bureau-of-engraving-and-printing, competed-under-sap, firm-fixed-price, definitive-contract, washington-dc, premier-management-corp
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $2.2 million to PREMIER MANAGEMENT CORP. QUALITY MANAGEMENT SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is PREMIER MANAGEMENT CORP.
Which agency awarded this contract?
Awarding agency: Department of the Treasury (Bureau of Engraving and Printing).
What is the total obligated amount?
The obligated amount is $2.2 million.
What is the period of performance?
Start: 2024-06-01. End: 2026-05-31.
What is Premier Management Corp.'s track record with federal contracts, particularly in quality management?
Premier Management Corp. has a history of performing federal contracts. While specific details on their quality management contract performance require deeper database analysis, their ability to win this competitive award suggests they possess the necessary qualifications and experience. Federal procurement data would need to be reviewed to ascertain the number and value of previous contracts, client agencies, and performance ratings. A review of past performance evaluations, if available, would provide further insight into their reliability and effectiveness in delivering similar services to government entities.
How does the awarded price compare to market rates for similar quality management consulting services?
Benchmarking the $2.24 million contract value against market rates for quality management consulting requires detailed comparison of the specific services, deliverables, and duration. Given the firm-fixed-price nature and the competitive bidding process involving six bidders, it is reasonable to infer that the price is likely aligned with or favorable compared to market rates. However, a precise comparison would necessitate analyzing the contractor's proposed labor mix, hourly rates, and overhead structure against industry benchmarks for administrative management consulting services provided to federal agencies of similar size and scope.
What are the primary risks associated with this contract, and how are they being mitigated?
Primary risks include potential scope creep if quality management requirements are not precisely defined, and the possibility of the contractor not meeting performance expectations. Mitigation strategies likely involve robust contract management by the Bureau of Engraving and Printing, including clear statement of work, regular performance reviews, and defined deliverables. The firm-fixed-price structure inherently mitigates financial risk for the government by capping costs. Additionally, the competitive award process suggests a selection of a contractor deemed capable of meeting the requirements, reducing performance risk.
How effective is the Bureau of Engraving and Printing likely to be in overseeing this contract?
The effectiveness of oversight depends on the agency's internal capacity and commitment to contract management. The Bureau of Engraving and Printing, as a component of the Treasury Department, likely has established procurement and contract administration processes. The presence of a dedicated contracting officer and program manager responsible for monitoring performance, ensuring compliance with the contract terms, and managing deliverables is crucial. Proactive communication and regular performance assessments will be key indicators of effective oversight throughout the contract's two-year duration.
What is the historical spending pattern for quality management support services at the Bureau of Engraving and Printing?
Analyzing historical spending patterns for quality management support services at the Bureau of Engraving and Printing would require accessing historical procurement data. This $2.24 million contract awarded in 2024 provides a data point for the current period. To understand historical trends, one would need to examine contract awards for similar services over the past 5-10 years, noting the total expenditure, types of services procured, and the contractors involved. This analysis would reveal whether spending has been consistent, increasing, or decreasing, and if there's a reliance on specific vendors or contract types.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 2031ZA24Q00040
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 801 KEY HWY UNIT T37, BALTIMORE, MD, 21230
Business Categories: Black American Owned Business, Category Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $5,588,235
Exercised Options: $2,238,614
Current Obligation: $2,238,614
Actual Outlays: $1,870,118
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2024-06-01
Current End Date: 2026-05-31
Potential End Date: 2029-05-31 00:00:00
Last Modified: 2026-03-16
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)