DHS Awards $5.87M Contract to PRIMCORP for PMOD Acquisition Support
Contract Overview
Contract Amount: $5,866,688 ($5.9M)
Contractor: Primcorp, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2023-08-05
End Date: 2026-03-19
Contract Duration: 957 days
Daily Burn Rate: $6.1K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PRIMCORP LLC PMOD ACQUISITION SUPPORT
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22209
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $5.9 million to PRIMCORP, LLC for work described as: PRIMCORP LLC PMOD ACQUISITION SUPPORT Key points: 1. Contract awarded to PRIMCORP, LLC for administrative management and general management consulting services. 2. The contract has a total value of $5,866,688.20 and runs until March 2026. 3. This is a definitive contract with a firm fixed price. 4. The contract was not available for competition, raising potential concerns about price discovery.
Value Assessment
Rating: questionable
Pricing is based on a firm fixed price, but without competition, it's difficult to assess if it represents excellent value. The benchmark for similar contracts is not readily available.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not available for competition, indicating a limited competition approach. This likely impacts the government's ability to achieve the best possible price through market forces.
Taxpayer Impact: Taxpayer funds are committed without the benefit of competitive bidding, potentially leading to a higher cost than if multiple vendors had competed.
Public Impact
Ensures continued acquisition support for U.S. Customs and Border Protection. Supports critical functions within the Department of Homeland Security. The lack of competition may limit opportunities for other qualified small businesses.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition
- No small business set-aside identified
Positive Signals
- Definitive contract provides clear scope and duration
- Firm fixed price contract type limits cost overrun risk for the government
Sector Analysis
This contract falls under administrative management and general management consulting services, a common area of federal spending. Benchmarks for this sector vary widely based on the specific services provided.
Small Business Impact
The data indicates this contract was not set aside for small businesses, and PRIMCORP, LLC's size status is not specified. Further investigation is needed to determine if small business participation was considered.
Oversight & Accountability
The contract is managed by the Department of Homeland Security, U.S. Customs and Border Protection. Oversight mechanisms should ensure the contractor delivers on the defined acquisition support services.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Lack of competition may lead to inflated costs.
- No clear indication of small business participation.
- Justification for sole-source award is not provided.
- Potential for vendor lock-in if services are highly specialized.
Tags
administrative-management-and-general-ma, department-of-homeland-security, va, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $5.9 million to PRIMCORP, LLC. PRIMCORP LLC PMOD ACQUISITION SUPPORT
Who is the contractor on this award?
The obligated recipient is PRIMCORP, LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $5.9 million.
What is the period of performance?
Start: 2023-08-05. End: 2026-03-19.
What specific acquisition support services are being provided under this contract, and how do they align with agency needs?
The contract is for 'Administrative Management and General Management Consulting Services' (NAICS 541611). These services likely encompass a range of support activities related to the acquisition lifecycle, such as planning, strategy development, process improvement, and program management. The alignment with agency needs would depend on the specific requirements outlined in the contract's statement of work, which is not provided here.
What is the justification for not competing this contract, and what steps were taken to ensure fair and reasonable pricing?
The data states the contract was 'NOT AVAILABLE FOR COMPETITION.' The justification for this would typically be a specific circumstance, such as a sole-source requirement due to unique capabilities or an urgent need. Without this justification, it's difficult to assess the fairness of pricing, though a firm fixed price contract offers some cost control.
How does the $5.87 million contract value compare to similar acquisition support contracts awarded by DHS or other agencies?
Comparing this $5.87 million contract value requires access to a database of similar federal contracts. Without specific details on the scope and duration of services, a direct comparison is challenging. However, for multi-year acquisition support, this value could be considered moderate, but its true value is contingent on the competitive landscape and the specific deliverables.
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) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Primcorp LLC
Address: 1300 17TH ST N, ARLINGTON, VA, 22209
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, 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: $7,507,059
Exercised Options: $5,866,688
Current Obligation: $5,866,688
Actual Outlays: $5,696,419
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-08-05
Current End Date: 2026-03-19
Potential End Date: 2026-03-19 13:17:00
Last Modified: 2026-03-19
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)