DOT awards $12.3M contract to SEVENTH SENSE, LLC for administrative management consulting

Contract Overview

Contract Amount: $12,269,881 ($12.3M)

Contractor: Seventh Sense, LLC

Awarding Agency: Department of Transportation

Start Date: 2023-06-09

End Date: 2026-09-24

Contract Duration: 1,203 days

Daily Burn Rate: $10.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: EFAST

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20591

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $12.3 million to SEVENTH SENSE, LLC for work described as: EFAST Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract duration of 1203 days indicates a significant, long-term need for services. 3. Firm Fixed Price contract type helps manage cost certainty for the government. 4. The award is a Delivery Order, implying it's part of a larger Indefinite Delivery/Indefinite Quantity (IDIQ) contract. 5. The North American Industry Classification System (NAICS) code 541611 points to general management consulting services. 6. The contract is located in Washington D.C., a common hub for federal contracting activity.

Value Assessment

Rating: fair

Benchmarking the value of this specific delivery order is challenging without knowing the underlying IDIQ contract's pricing structure and scope. However, the total award amount of $12.3 million over approximately three years suggests a substantial investment in consulting services. Without comparable delivery orders or task orders under the same IDIQ, a precise value-for-money assessment is difficult. The firm fixed price nature provides some cost control, but the overall efficiency will depend on the effective delivery of services against the agreed-upon scope.

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 a bid. The specific number of bidders is not provided, but this method generally fosters a competitive environment. A competitive process is expected to drive down prices and encourage innovative solutions as contractors vie for the award. The government's ability to solicit bids from a wide range of qualified firms is a positive sign for price discovery.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it increases the likelihood of securing services at competitive market rates, preventing potential overspending that can occur with less competitive procurement methods.

Public Impact

The Department of Transportation, specifically the Federal Aviation Administration, is the primary beneficiary of these administrative management consulting services. The services delivered are expected to support the agency's administrative and general management functions. The contract's geographic impact is centered in Washington D.C., where the agency's operations are likely concentrated. The contract may have implications for the federal workforce by potentially augmenting existing capabilities or requiring coordination with agency personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The administrative management and general management consulting services sector is a significant part of the federal contracting landscape, supporting various government agencies in optimizing operations. This contract falls within the professional services category, which is characterized by a large number of firms competing for government work. Spending in this sector is often driven by the need for specialized expertise, efficiency improvements, and support for complex agency initiatives. Comparable spending benchmarks would typically involve analyzing other contracts awarded under NAICS code 541611 across different agencies.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits for the small business ecosystem stemming from a small business set-aside. The focus of this award is on larger, potentially more established firms capable of handling the scope and requirements of this significant contract.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the program office within the Federal Aviation Administration. Accountability measures are inherent in the firm fixed price contract type, which obligates the contractor to deliver specific services within a set budget. Transparency is facilitated by the public nature of federal contract awards, allowing for scrutiny of the awarded entity and amount. Specific Inspector General jurisdiction would depend on the nature of any potential fraud, waste, or abuse related to the contract's execution.

Related Government Programs

Risk Flags

Tags

transportation, federal-aviation-administration, department-of-transportation, administrative-management, general-management-consulting, full-and-open-competition, firm-fixed-price, delivery-order, washington-dc, professional-services, management-consulting, naics-541611

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $12.3 million to SEVENTH SENSE, LLC. EFAST

Who is the contractor on this award?

The obligated recipient is SEVENTH SENSE, LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $12.3 million.

What is the period of performance?

Start: 2023-06-09. End: 2026-09-24.

What is the track record of SEVENTH SENSE, LLC in securing and performing federal contracts, particularly within the Department of Transportation?

Assessing the track record of SEVENTH SENSE, LLC requires a deeper dive into federal procurement databases beyond the provided data. While this award indicates they have successfully competed for and won a significant contract with the Department of Transportation's Federal Aviation Administration, their broader history is not detailed here. A comprehensive review would involve examining past contract awards, performance evaluations (if publicly available), and any history of protests or disputes. Understanding their experience with similar services (administrative management and general management consulting) and their performance on previous government contracts would provide crucial context for evaluating their reliability and capability for this current award. Without this additional information, we can only infer capability based on winning this specific contract.

How does the awarded amount of approximately $12.3 million compare to similar administrative management consulting contracts awarded by the FAA or DOT?

Comparing the $12.3 million award to similar contracts requires access to a broader dataset of federal procurements, specifically those under NAICS code 541611 awarded by the Department of Transportation and its agencies like the FAA. The provided data does not include benchmarks for this specific type of service. However, contracts of this magnitude are substantial and suggest a significant scope of work or a long duration, as is the case here with a 1203-day period. To perform a true benchmark, one would analyze the average award value, contract duration, and the number of bidders for comparable services within the DOT over a recent period. This would help determine if the $12.3 million represents a competitive price for the services rendered.

What are the primary risks associated with a firm fixed price contract of this duration and value for administrative consulting services?

A primary risk with a firm fixed price (FFP) contract of this scale and duration is the potential for the contractor to cut corners on quality or scope to maximize profit, especially if initial cost estimates were too low or unforeseen challenges arise. For administrative consulting, this could manifest as superficial analysis, inadequate recommendations, or a failure to fully address the agency's underlying needs. Another risk is scope creep, where the agency's requirements evolve beyond the initial agreement, potentially leading to disputes or the need for costly change orders if not managed carefully. The government also bears the risk if the contractor's costs significantly exceed expectations, as the FFP structure limits the government's ability to benefit from cost savings. Ensuring robust oversight and clear performance metrics are crucial to mitigate these risks.

What specific administrative management or general management functions will SEVENTH SENSE, LLC be supporting within the Federal Aviation Administration?

The provided data specifies the NAICS code (541611) as 'Administrative Management and General Management Consulting Services,' but it does not detail the specific functions or tasks SEVENTH SENSE, LLC will perform. These services typically encompass a wide range of support, such as organizational efficiency studies, process improvement initiatives, strategic planning assistance, policy development support, program management, and general administrative operations support. Within the FAA, these services could be applied to various areas, including air traffic control operations, safety regulation, infrastructure management, or internal administrative functions. A detailed statement of work (SOW) within the contract documents would outline the precise responsibilities and deliverables.

How does the contract's location in Washington D.C. (st: DC, sn: DISTRICT OF COLUMBIA) influence its execution and oversight?

The contract's location in Washington D.C. is significant as it places the primary place of performance in close proximity to the headquarters of many federal agencies, including the Department of Transportation and the Federal Aviation Administration. This proximity can facilitate easier communication, collaboration, and oversight between the contractor and government personnel. It allows for more frequent in-person meetings, site visits, and direct interaction, which can be beneficial for managing complex consulting projects. Furthermore, Washington D.C. has a dense ecosystem of government contractors and experienced federal contracting officers, potentially streamlining oversight processes. However, it also means the contract is subject to the higher cost of doing business in the D.C. metropolitan area, which may be reflected in the contract's pricing.

What is the significance of this award being a 'Delivery Order' (aw: DELIVERY ORDER) rather than a standalone contract?

The designation of this award as a 'Delivery Order' signifies that it is a task order issued under a larger, pre-existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract. IDIQ contracts establish terms and conditions, including pricing and scope parameters, under which the government can order goods or services over a specified period. A Delivery Order represents a specific commitment to purchase a defined quantity of services at a set price, effectively activating a portion of the IDIQ contract. This approach allows agencies to procure services more efficiently and rapidly when needs arise, without having to conduct a full, separate procurement each time. It implies that SEVENTH SENSE, LLC likely holds the parent IDIQ contract, and this order represents one of potentially many taskings under that umbrella agreement.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 693KA9-23-R-00007

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 14626 CROSSFIELD WAY, WOODBRIDGE, VA, 22191

Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $29,281,930

Exercised Options: $12,269,881

Current Obligation: $12,269,881

Actual Outlays: $9,119,116

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: GS00F102GA

IDV Type: FSS

Timeline

Start Date: 2023-06-09

Current End Date: 2026-09-24

Potential End Date: 2028-09-26 00:00:00

Last Modified: 2026-03-27

More Contracts from Seventh Sense, LLC

View all Seventh Sense, LLC federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending