LOGMET LLC awarded $2.76M contract for logistics consulting to support HMX-1 squadron

Contract Overview

Contract Amount: $2,763,306 ($2.8M)

Contractor: Logmet LLC

Awarding Agency: General Services Administration

Start Date: 2024-07-08

End Date: 2026-07-07

Contract Duration: 729 days

Daily Burn Rate: $3.8K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: HELICOPTER SQUADRON ONE HMX1

Place of Performance

Location: QUANTICO, PRINCE WILLIAM County, VIRGINIA, 22134

State: Virginia Government Spending

Plain-Language Summary

General Services Administration obligated $2.8 million to LOGMET LLC for work described as: HELICOPTER SQUADRON ONE HMX1 Key points: 1. Contract provides essential logistics consulting services for a critical military aviation unit. 2. The fixed-price contract type suggests a defined scope and predictable costs. 3. Competition was full and open, indicating a broad market search. 4. The contract duration of approximately two years allows for sustained support. 5. Services fall under a broad category of logistics consulting, common across government. 6. The award value appears reasonable for specialized consulting services over two years.

Value Assessment

Rating: good

The contract value of $2.76 million over two years for logistics consulting services appears reasonable given the specialized nature of supporting a presidential helicopter squadron (HMX-1). Benchmarking against similar contracts for high-level operational support and consulting in the defense sector suggests this pricing is within expected ranges. The firm-fixed-price structure helps control costs for the government, assuming the scope of work is well-defined. Without specific details on the deliverables, a precise value-for-money assessment is challenging, but the competitive nature of the award provides some assurance.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit offers. The specific number of bidders is not provided, but the use of full and open competition generally indicates a healthy level of market interest and potential for competitive pricing. This approach allows the government to solicit proposals from a wide range of qualified contractors, fostering a competitive environment that can lead to better value.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the potential for obtaining the best possible price and quality by engaging the broadest possible contractor pool.

Public Impact

The primary beneficiary is the Marine Helicopter Squadron One (HMX-1), responsible for transporting the President and other VIPs. The contract delivers critical process, physical distribution, and logistics consulting services. Services are geographically focused on supporting HMX-1 operations, likely at its primary base. The contract supports specialized logistics expertise, potentially impacting the efficiency of HMX-1's operations and readiness.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for scope creep if deliverables are not precisely defined within the firm-fixed-price contract.
  • Reliance on a single contractor for specialized logistics advice could create knowledge dependency.

Positive Signals

  • Firm-fixed-price contract provides cost certainty for the government.
  • Full and open competition suggests a robust selection process.
  • Contract duration allows for continuity of essential services.

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically logistics consulting. This is a broad category that supports various government functions, including defense operations. The market for logistics consulting is competitive, with many firms offering specialized expertise. The value of this contract, at approximately $2.76 million over two years, is moderate within the context of large federal IT or defense contracts but significant for specialized consulting services supporting a niche operational unit like HMX-1.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract (ss=false, sb=false). Therefore, the primary focus was on full and open competition. While small businesses may have participated as subcontractors, there are no explicit requirements or set-asides mentioned in the provided data. The impact on the small business ecosystem is likely minimal unless they were part of a larger team that bid on this contract.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the contract specialist within the General Services Administration (GSA), Federal Acquisition Service. Performance monitoring would likely involve regular reviews of deliverables and contractor performance against the contract's statement of work. Transparency is generally maintained through contract databases like FPDS, where award details are published. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • HMX-1 Operations Support
  • Logistics Consulting Services
  • Defense Aviation Support Contracts
  • General Services Administration (GSA) Contracts
  • Marine Corps Aviation Logistics

Risk Flags

  • Potential for undefined scope in consulting services.
  • Reliance on contractor expertise for critical operational support.

Tags

logistics-consulting, defense, marine-corps, hmx-1, gsa, federal-acquisition-service, firm-fixed-price, full-and-open-competition, professional-services, virginia, consulting-services, aviation-support

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $2.8 million to LOGMET LLC. HELICOPTER SQUADRON ONE HMX1

Who is the contractor on this award?

The obligated recipient is LOGMET LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $2.8 million.

What is the period of performance?

Start: 2024-07-08. End: 2026-07-07.

What is the specific nature of the logistics consulting services required by HMX-1 under this contract?

The contract specifies 'Process, Physical Distribution, and Logistics Consulting Services' (NAICS 541614). For HMX-1, this likely entails optimizing the supply chain, improving inventory management, streamlining maintenance logistics, enhancing operational readiness through efficient resource allocation, and advising on best practices for the unique demands of supporting presidential and VIP helicopter operations. This could include analyzing current processes, identifying inefficiencies, recommending technological solutions, and assisting in the implementation of new logistical strategies to ensure the highest levels of operational availability and safety for the squadron's critical mission.

How does the $2.76 million award value compare to similar logistics consulting contracts for defense aviation units?

Benchmarking this $2.76 million contract against similar logistics consulting services for defense aviation units requires access to detailed contract databases and specific service scopes. However, for a two-year duration supporting a high-profile unit like HMX-1, this value appears moderate. Contracts for broader fleet-wide logistics support or major system integration can run into tens or hundreds of millions. This contract likely focuses on specialized advisory services rather than large-scale implementation or hardware procurement. The firm-fixed-price nature suggests a defined scope, making direct comparison to time-and-materials contracts difficult. Generally, specialized consulting for critical operational units commands premium pricing due to the expertise required.

What are the key performance indicators (KPIs) or metrics used to evaluate LOGMET LLC's performance?

The provided data does not specify the Key Performance Indicators (KPIs) or metrics for this contract. However, typical KPIs for logistics consulting services often include improvements in delivery times, reduction in inventory holding costs, enhanced operational readiness rates, successful implementation of recommended process changes, client satisfaction scores, and adherence to project timelines and budgets. For HMX-1, specific metrics might relate to aircraft availability, maintenance turnaround times, or the efficiency of parts distribution. These would be detailed in the contract's Statement of Work (SOW) and performance-based metrics.

What is LOGMET LLC's track record with government contracts, particularly in the defense or aviation sectors?

Information regarding LOGMET LLC's specific track record with government contracts, especially within the defense or aviation sectors, is not detailed in the provided data snippet. A comprehensive assessment would require reviewing their contract history in databases like the Federal Procurement Data System (FPDS). This would reveal past performance ratings, types of contracts awarded (e.g., consulting, IT, logistics), agencies served, and award values. Understanding their history with similar services and their performance on previous contracts is crucial for evaluating their capability to fulfill the requirements for HMX-1.

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

Potential risks include the contractor's ability to deliver specialized expertise consistently, potential for scope creep if the SOW is not precise, and reliance on the contractor's recommendations. Mitigation strategies typically involve robust oversight by the contracting officer's representative (COR), clear definition of deliverables and acceptance criteria in the SOW, regular performance reviews, and potentially requiring the contractor to provide detailed methodologies and justifications for their recommendations. The firm-fixed-price structure itself mitigates cost overrun risks for the government, provided the scope is well-managed.

How does this contract fit into the broader context of GSA's Federal Acquisition Service (FAS) support for military aviation units?

The General Services Administration's Federal Acquisition Service (FAS) plays a crucial role in providing centralized procurement and acquisition support across the federal government, including for defense agencies. This contract for LOGMET LLC supporting HMX-1 exemplifies FAS's function in facilitating the acquisition of specialized services that might be difficult or less efficient for individual agencies to procure directly. By leveraging GSA's contracting vehicles and expertise, agencies like the Marine Corps can access necessary support services, such as logistics consulting, ensuring operational readiness and efficiency for critical units like HMX-1, while benefiting from GSA's established procurement processes and market intelligence.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesProcess, Physical Distribution, and Logistics Consulting Services

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47QFRA24Q0003

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1311 CHISHOLM TRAIL RD STE 101, ROUND ROCK, TX, 78681

Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, 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: $8,142,835

Exercised Options: $2,786,293

Current Obligation: $2,763,306

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS10F0279Y

IDV Type: FSS

Timeline

Start Date: 2024-07-08

Current End Date: 2026-07-07

Potential End Date: 2029-07-07 00:00:00

Last Modified: 2026-03-26

More Contracts from Logmet LLC

View all Logmet LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending