Department of Transportation awards $2.4M for administrative support, raising questions about value and competition

Contract Overview

Contract Amount: $2,427,011 ($2.4M)

Contractor: CTR Management Group LLC

Awarding Agency: Department of Transportation

Start Date: 2021-12-20

End Date: 2026-12-05

Contract Duration: 1,811 days

Daily Burn Rate: $1.3K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: LABOR HOURS

Sector: Other

Official Description: TSO-OPS ISSUE AN TASK ORDER AGAINST THE VENDORS IDIQ BASE CONTRACT FOR ADMINISTRATIVE SUPPORT SERVICES

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $2.4 million to CTR MANAGEMENT GROUP LLC for work described as: TSO-OPS ISSUE AN TASK ORDER AGAINST THE VENDORS IDIQ BASE CONTRACT FOR ADMINISTRATIVE SUPPORT SERVICES Key points: 1. Contract value appears moderate for administrative support services. 2. Competition was full and open, suggesting potential for price discovery. 3. Contract duration extends over several years, indicating a long-term need. 4. Performance is measured by labor hours, which can be difficult to benchmark. 5. The contract is for administrative services, a common government function. 6. No small business set-aside was utilized, potentially limiting small business participation.

Value Assessment

Rating: fair

The contract value of $2.4 million for administrative support services over approximately five years is within a typical range for such requirements. However, without specific details on the scope of services and the labor categories involved, a precise value-for-money assessment is challenging. Benchmarking against similar administrative support contracts within the Department of Transportation or other federal agencies would provide better context. The use of labor hours as the contract type can sometimes lead to cost overruns if not managed diligently, impacting the overall value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'full and open competition after exclusion of sources,' which indicates that multiple vendors were solicited and allowed to bid. This method generally promotes a competitive environment, allowing the government to obtain services at market-driven prices. The number of bidders is not specified, but the full and open nature suggests a robust competition was intended.

Taxpayer Impact: A competitive award process like this is generally favorable for taxpayers as it is designed to drive down costs through market forces and encourage a wider pool of offerors.

Public Impact

The Federal Transit Administration (FTA) within the Department of Transportation is the primary beneficiary of these administrative support services. Services delivered include general office administrative support, crucial for the efficient functioning of the FTA. The contract's geographic impact is focused on the District of Columbia, where the services are likely performed. Workforce implications include the creation of administrative support positions, potentially filled by local D.C. residents.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Administrative support services represent a significant segment of the government contracting market, encompassing a wide range of functions from clerical support to specialized office management. This contract falls within the broader professional, scientific, and technical services sector. Comparable spending benchmarks for administrative support can vary widely based on the specific tasks, location, and labor mix, but federal agencies consistently procure these services to maintain operational efficiency.

Small Business Impact

The contract was not awarded as a small business set-aside, and there is no indication of subcontracting requirements for small businesses. This means that opportunities for small businesses to directly participate in this contract are limited unless they are part of a larger team led by the prime contractor. The absence of specific small business provisions may not significantly impact the broader small business ecosystem, given the nature of administrative support services.

Oversight & Accountability

Oversight for this contract would typically reside with the Federal Transit Administration's contracting officers and program managers. Accountability measures would be defined in the contract's statement of work and performance standards. Transparency is generally maintained through contract award databases, though detailed performance reports are often internal. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

administrative-support, department-of-transportation, federal-transit-administration, district-of-columbia, labor-hours, full-and-open-competition, delivery-order, professional-services, office-administrative-services, ctr-management-group-llc

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $2.4 million to CTR MANAGEMENT GROUP LLC. TSO-OPS ISSUE AN TASK ORDER AGAINST THE VENDORS IDIQ BASE CONTRACT FOR ADMINISTRATIVE SUPPORT SERVICES

Who is the contractor on this award?

The obligated recipient is CTR MANAGEMENT GROUP LLC.

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Transit Administration).

What is the total obligated amount?

The obligated amount is $2.4 million.

What is the period of performance?

Start: 2021-12-20. End: 2026-12-05.

What is the specific scope of administrative support services required under this contract, and how does it compare to industry standards for similar roles?

The provided data indicates the contract is for 'Office Administrative Services' (NAICS 561110) and was awarded to CTR MANAGEMENT GROUP LLC. However, the specific tasks, deliverables, and required skill sets are not detailed. Industry standards for office administrative services can range from basic clerical duties like filing, scheduling, and answering phones, to more complex tasks such as managing correspondence, preparing reports, coordinating meetings, and providing support for specific programs. Without a detailed Statement of Work (SOW), it's impossible to definitively compare the scope to industry standards or assess if the $2.4 million award represents fair value for the services rendered. Benchmarking would require understanding the exact duties, the number of personnel, their experience levels, and the geographic location of service delivery.

How many bids were received for this contract, and what was the competitive landscape like?

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This procurement method signifies that the solicitation was made available to all responsible sources, and proposals were solicited from a number of sources, sufficient to ensure adequate price competition. While the data confirms the *method* of competition, it does not specify the *number* of bids received. A robust competition typically involves multiple bidders, which helps ensure fair pricing and a wider selection of qualified contractors. If only a few bids were received, or if the competition was not as broad as intended, it could potentially impact the price discovery and the overall value obtained by the government.

What is the historical spending pattern for administrative support services at the Federal Transit Administration or the Department of Transportation?

Historical spending data for administrative support services at the FTA or the broader DOT is not provided in the current data extract. To assess historical patterns, one would need to analyze past contract awards for similar services over several fiscal years. This analysis would involve identifying the total amount spent on administrative support, the number and types of contracts awarded (e.g., IDIQ, task orders, fixed-price, labor hour), and the primary contractors. Understanding these patterns can reveal trends in spending, identify potential increases or decreases in demand for these services, and provide a baseline against which the current $2.4 million award can be evaluated for its relative size and significance.

What are the key performance indicators (KPIs) for this contract, and how is contractor performance being monitored?

The contract type is 'LABOR HOURS' (PT), which primarily focuses on the time spent by contractor personnel rather than specific deliverables or outcomes. While this allows for flexibility, it necessitates close monitoring of hours worked to prevent overcharging and ensure efficiency. Key performance indicators (KPIs) are not explicitly detailed in the provided data. Typically, for administrative support contracts, KPIs might include metrics related to response times, accuracy of work, adherence to deadlines, and overall client satisfaction. The Federal Transit Administration's contracting officer and program managers are responsible for monitoring performance, likely through regular progress reports, timesheet reviews, and potentially user feedback, to ensure the contractor is meeting the requirements outlined in the contract's Statement of Work.

Are there any specific risks associated with CTR MANAGEMENT GROUP LLC's performance on this contract, based on their past performance or the nature of the services?

Information regarding CTR MANAGEMENT GROUP LLC's past performance or specific risks associated with their involvement in this particular contract is not available in the provided data. A comprehensive risk assessment would require reviewing the contractor's performance history on previous federal contracts, including any past issues related to quality, timeliness, cost control, or compliance. Additionally, the nature of administrative support services, while generally lower risk than highly technical or defense-related contracts, can still present risks such as personnel turnover, data security breaches, or failure to meet service level agreements. Without access to past performance evaluations or a more detailed risk analysis, it is difficult to identify specific concerns related to this contractor.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesOffice Administrative ServicesOffice Administrative Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Address: 2751 PROSPERITY AVE STE 540, FAIRFAX, VA, 22031

Business Categories: 8(a) Program Participant, Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,427,011

Exercised Options: $2,427,011

Current Obligation: $2,427,011

Actual Outlays: $1,422,723

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 693JJ320D000017

IDV Type: IDC

Timeline

Start Date: 2021-12-20

Current End Date: 2026-12-05

Potential End Date: 2026-12-05 00:00:00

Last Modified: 2026-03-04

More Contracts from CTR Management Group LLC

View all CTR Management Group LLC federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending