GSA awards $36.3M for facilities management program support, with 2 bidders competing

Contract Overview

Contract Amount: $36,271,289 ($36.3M)

Contractor: Omnisolve Inc

Awarding Agency: General Services Administration

Start Date: 2020-03-23

End Date: 2025-10-22

Contract Duration: 2,039 days

Daily Burn Rate: $17.8K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: PROGRAM MANAGEMENT SUPPORT FOR THE OFFICE OF FACILITIES MANAGEMENT

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20405

State: District of Columbia Government Spending

Plain-Language Summary

General Services Administration obligated $36.3 million to OMNISOLVE INC for work described as: PROGRAM MANAGEMENT SUPPORT FOR THE OFFICE OF FACILITIES MANAGEMENT Key points: 1. Value for money appears fair given the firm-fixed-price contract type and competition. 2. Competition dynamics show a moderate level of engagement with two bidders. 3. Risk indicators are moderate, with a long contract duration and fixed-price terms. 4. Performance context is for ongoing program management support, suggesting a need for continuity. 5. Sector positioning is within IT services, specifically 'Other Computer Related Services'.

Value Assessment

Rating: fair

The contract's total value of $36.3 million over approximately 5 years suggests a moderate annual spend. Benchmarking against similar program management support contracts is challenging without more specific service details. However, the firm-fixed-price structure provides cost certainty for the government, which is a positive indicator for value. The presence of two bidders indicates some level of market interest, but it's not a highly competitive scenario.

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 offers. Two bidders participated in this competition. While two bidders represent some level of competition, it is on the lower end for a contract of this value and duration, potentially limiting price discovery compared to scenarios with more offerors.

Taxpayer Impact: The competition level suggests that taxpayers may not be receiving the absolute lowest possible price, as a more robust bidding process could drive prices down further.

Public Impact

Federal agencies, specifically the Office of Facilities Management within GSA, benefit from continuous program management support. Essential services related to facilities management operations and oversight are delivered. The geographic impact is primarily within the District of Columbia, where the contract is managed. Workforce implications are indirect, supporting the operational needs of federal facilities management personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited competition may lead to higher costs for taxpayers.
  • Long contract duration (over 5 years) could reduce flexibility to adapt to changing needs or market conditions.
  • Firm-fixed-price contracts can sometimes incentivize contractors to cut corners if not closely monitored.

Positive Signals

  • Firm-fixed-price contract type provides cost certainty for the government.
  • Full and open competition, even with two bidders, ensures a baseline level of market engagement.
  • The contract is for essential program management support, indicating a clear government need.

Sector Analysis

This contract falls within the professional services sector, specifically IT-related services classified under NAICS code 541519 (Other Computer Related Services). This category often includes services like IT consulting, systems integration, and program management for IT-dependent operations. The market for such services is large and competitive, with many firms offering specialized expertise. The value of this contract is moderate within the broader federal IT services landscape.

Small Business Impact

The data indicates that small business participation (ss: false, sb: false) was not a specific set-aside requirement for this contract. Therefore, there are no direct subcontracting implications mandated by a small business set-aside. The prime contractor, Omnisolve Inc., is likely a large business, and their subcontracting plans, if any, would be determined by their business practices and the terms of the contract beyond the set-aside status.

Oversight & Accountability

Oversight for this contract is likely managed by the General Services Administration (GSA), specifically the Office of Administrative Services. As a firm-fixed-price contract, performance monitoring and adherence to scope are key oversight mechanisms. Transparency is generally facilitated through federal procurement databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • Federal Facilities Management Programs
  • IT Program Management Services
  • General Services Administration Contracts
  • Professional Services Contracts

Risk Flags

  • Limited Competition
  • Long Contract Duration
  • Potential for Scope Creep

Tags

it-services, program-management, general-services-administration, firm-fixed-price, full-and-open-competition, district-of-columbia, professional-services, facilities-management, moderate-value, it-consulting

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $36.3 million to OMNISOLVE INC. PROGRAM MANAGEMENT SUPPORT FOR THE OFFICE OF FACILITIES MANAGEMENT

Who is the contractor on this award?

The obligated recipient is OMNISOLVE INC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Office of Administrative Services).

What is the total obligated amount?

The obligated amount is $36.3 million.

What is the period of performance?

Start: 2020-03-23. End: 2025-10-22.

What is the track record of Omnisolve Inc. in performing similar federal contracts?

Omnisolve Inc. has a history of performing federal contracts, primarily within the IT and professional services domains. Analyzing their past performance on similar program management support contracts, especially those with firm-fixed-price structures and long durations, would provide insight into their reliability and ability to deliver within budget and schedule. Specific details on past performance metrics, such as on-time delivery, quality of service, and customer satisfaction ratings from previous government evaluations (e.g., CPARS), would be crucial for a comprehensive assessment. Without access to detailed performance data for Omnisolve Inc. on comparable contracts, it's difficult to definitively assess their track record beyond their general presence in the federal contracting space.

How does the awarded price compare to market rates for similar program management support services?

Determining the precise market rate for program management support services is complex due to variations in scope, complexity, and required expertise. The awarded value of $36.3 million over approximately 5 years translates to an average annual value of roughly $7.26 million. To benchmark this effectively, one would need to compare it against contracts with similar service requirements, geographic locations, and contractor experience levels. Given that this contract was competed, the price reflects the outcome of that competition. However, without access to detailed cost breakdowns or a broader market analysis of comparable services, a definitive statement on whether this price is above, below, or at market rate is challenging. The firm-fixed-price nature suggests the government aimed for cost certainty.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks include potential cost overruns if the fixed-price scope is not well-defined or if unforeseen issues arise, contractor underperformance leading to service disruptions, and the risk of vendor lock-in due to the long contract duration. Mitigation strategies likely involve robust contract management by GSA, including clear performance metrics, regular progress reviews, and potentially incentives or penalties tied to performance. The firm-fixed-price structure itself is a risk mitigation tool for the government regarding cost certainty. However, ensuring the contractor maintains quality under a fixed price requires diligent oversight. The limited competition also presents a risk of suboptimal pricing.

How effective has GSA's Office of Facilities Management been in leveraging similar contracts in the past?

Assessing the effectiveness of GSA's Office of Facilities Management in leveraging similar contracts requires analyzing historical data on contract performance, cost savings achieved, and the overall impact on facility operations. Information on whether previous program management support contracts met their objectives, stayed within budget, and contributed to efficient facility management would be key. Without specific performance reviews or program outcome reports related to GSA's facilities management support contracts, it is difficult to provide a detailed assessment of their past effectiveness in leveraging such services. The current award suggests a continued need for these types of support services.

What is the historical spending trend for program management support services within GSA's facilities management domain?

Analyzing historical spending trends for program management support within GSA's facilities management domain would involve examining procurement data over several fiscal years. This would reveal whether spending in this area has been consistent, increasing, or decreasing, and identify any significant shifts in contract values or award types. Understanding these trends can provide context for the current $36.3 million award, indicating if it represents a typical investment or a significant deviation. Without access to GSA's detailed historical spending reports for facilities management program support, a precise analysis of these trends cannot be provided. However, the current award suggests a sustained requirement for such services.

What is the potential impact of the 'Other Computer Related Services' classification on the scope and deliverables of this contract?

The classification 'Other Computer Related Services' (NAICS 541519) is broad and suggests that the contract likely encompasses a range of IT-related support functions beyond traditional IT infrastructure management. This could include services such as IT consulting, systems analysis, program management for IT initiatives, data management support, and potentially cybersecurity-related program support, all within the context of facilities management. The scope could involve optimizing IT systems used for building operations, managing IT assets related to facilities, or supporting the implementation of new technologies for facility management. The broadness of the NAICS code means the specific deliverables are highly dependent on the detailed statement of work within the contract itself.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: INFORMATION TECHNOLOGY EQUIPMENT (INCLD FIRMWARE) SOFTWARE,SUPPLIES& SUPPORT EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47HAA020Q0048

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 8618 WESTWOOD CENTER DR, VIENNA, VA, 22182

Business Categories: Category Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $36,271,289

Exercised Options: $36,271,289

Current Obligation: $36,271,289

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 47HAA019A0014

IDV Type: BPA

Timeline

Start Date: 2020-03-23

Current End Date: 2025-10-22

Potential End Date: 2025-10-22 00:00:00

Last Modified: 2025-09-25

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending