DHS awards $8.5M for HR consulting, with DYNAMIS, INC. securing the contract

Contract Overview

Contract Amount: $8,525,553 ($8.5M)

Contractor: Dynamis, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2021-09-15

End Date: 2025-09-16

Contract Duration: 1,462 days

Daily Burn Rate: $5.8K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SES SUCCESSION PLANNING

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20536

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $8.5 million to DYNAMIS, INC. for work described as: SES SUCCESSION PLANNING Key points: 1. Contract value of $8.5M for Human Resources Consulting Services. 2. DYNAMIS, INC. is the primary contractor. 3. Contract duration spans over 1400 days. 4. Services are categorized under Human Resources Consulting. 5. The contract was awarded by the Department of Homeland Security. 6. Specific agency is U.S. Immigration and Customs Enforcement.

Value Assessment

Rating: fair

The contract value of $8.5 million for HR consulting services appears to be within a reasonable range for a multi-year engagement of this nature. Benchmarking against similar contracts for HR consulting services within federal agencies is necessary for a definitive value-for-money assessment. Without specific details on the scope of services and deliverables, it is difficult to ascertain if the pricing is competitive or if there are opportunities for cost savings. The fixed-price nature of the contract provides some cost certainty, but the overall value depends heavily on the quality and impact of the consulting provided.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that while competition was sought, certain sources were excluded. The number of bidders is not explicitly stated, but the award type suggests a limited competitive landscape. This approach can sometimes lead to less aggressive pricing compared to full and open competition without exclusions. Further details on the rationale for excluding sources would be beneficial to understand the impact on competition and potential price discovery.

Taxpayer Impact: The limited competition may mean taxpayers did not benefit from the most aggressive pricing achievable through a broader bidding process. However, if the exclusion of sources was justified by specific technical requirements or past performance, it could ensure the selection of a highly qualified contractor.

Public Impact

The contract aims to improve HR processes and succession planning within U.S. Immigration and Customs Enforcement. Benefits include enhanced human capital management and leadership development. The primary beneficiaries are DHS and its personnel, particularly within ICE. Workforce implications include potential improvements in employee morale, retention, and leadership pipeline. The services delivered are expected to support the operational effectiveness of ICE.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited competition could result in higher costs for taxpayers.
  • Lack of transparency regarding excluded sources raises questions about the fairness of the competition.
  • The long duration of the contract may not adapt well to rapidly changing HR needs.

Positive Signals

  • Award to DYNAMIS, INC. suggests a potentially strong track record in HR consulting.
  • The contract is for a critical function (succession planning) vital for agency continuity.
  • Fixed-price contract provides budget predictability.

Sector Analysis

The federal HR consulting services market is a significant sector, encompassing a wide range of support for government agencies. This contract for succession planning and HR consulting falls within the professional services segment. Comparable spending benchmarks for similar HR consulting contracts within DHS or other large federal agencies would provide a clearer picture of the market rates and the value proposition of this specific award. The market is characterized by both large, established firms and specialized smaller businesses.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'sb: false'. There is no explicit mention of subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal, unless DYNAMIS, INC. voluntarily engages small businesses as subcontractors.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Homeland Security's contracting and program management offices. The Inspector General's office may conduct audits or investigations into contract performance and spending. Transparency is facilitated through contract databases like FPDS, which provide basic award information. However, detailed performance metrics and oversight reports are not always publicly accessible.

Related Government Programs

  • Federal Human Resources Management
  • Succession Planning Programs
  • Department of Homeland Security Contracts
  • U.S. Immigration and Customs Enforcement Operations
  • Professional Services Contracts

Risk Flags

  • Limited competition may impact price.
  • Exclusion of sources requires justification.
  • Long contract duration needs careful performance monitoring.

Tags

hr-consulting, succession-planning, department-of-homeland-security, u-s-immigration-and-customs-enforcement, dynamis-inc, firm-fixed-price, limited-competition, professional-services, district-of-columbia, multi-year-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $8.5 million to DYNAMIS, INC.. SES SUCCESSION PLANNING

Who is the contractor on this award?

The obligated recipient is DYNAMIS, INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).

What is the total obligated amount?

The obligated amount is $8.5 million.

What is the period of performance?

Start: 2021-09-15. End: 2025-09-16.

What is the specific scope of 'SES SUCCESSION PLANNING' services being procured?

The data provided indicates the contract is for 'SES SUCCESSION PLANNING' and falls under NAICS code 541612 (Human Resources Consulting Services). While the specific deliverables are not detailed in the provided data, typical services under such a contract could include leadership assessment, development program design, executive coaching, talent pipeline analysis, and strategic workforce planning to ensure a robust pipeline of candidates for Senior Executive Service (SES) positions. The contract's duration of over 1400 days suggests a comprehensive, long-term approach to building and maintaining leadership capacity within U.S. Immigration and Customs Enforcement (ICE).

How does the $8.5 million contract value compare to similar HR consulting contracts within DHS or other federal agencies?

Benchmarking the $8.5 million contract value requires comparing it to similar HR consulting and succession planning contracts awarded by federal agencies, particularly within the Department of Homeland Security (DHS) and agencies of similar size and complexity. Without access to a detailed database of comparable contracts, including scope, duration, and specific services, a precise comparison is challenging. However, for a multi-year engagement (over 1400 days) focused on critical areas like SES succession planning, $8.5 million is a substantial but not necessarily excessive amount. Factors like the number of executives targeted, the depth of assessment, and the development interventions planned would influence the overall cost.

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

The provided data does not specify the Key Performance Indicators (KPIs) for this contract. Typically, for HR consulting and succession planning, KPIs might include metrics such as the number of qualified candidates identified for SES positions, the retention rate of high-potential employees, the successful placement of candidates into SES roles, participant satisfaction with development programs, and the agency's readiness score for future leadership needs. Performance measurement would likely involve regular progress reports from DYNAMIS, INC., reviews by ICE contracting officers, and potentially surveys or assessments of the program's impact on leadership continuity and effectiveness.

What is DYNAMIS, INC.'s track record with federal HR consulting contracts, particularly within DHS?

DYNAMIS, INC. is listed as the contractor for this $8.5 million Department of Homeland Security (DHS) contract. To assess their track record, one would need to examine their past performance on similar federal contracts, especially those involving HR consulting, leadership development, and succession planning. Information on contract history, past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any past issues or commendations would be crucial. Their ability to secure a significant contract like this suggests they have met certain performance and qualification standards, but a deeper dive into their history is needed for a comprehensive assessment.

What is the rationale behind the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award type?

The award type 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' indicates that the government intended to compete the contract broadly but subsequently excluded certain potential offerors. The reasons for exclusion can vary, including but not limited to, national security concerns, specific technical requirements that only a limited number of firms could meet, or previous performance issues with certain contractors. This approach aims to balance the benefits of competition with the need to ensure specific capabilities or mitigate risks. Understanding the specific justification for excluding sources is key to evaluating whether this limited competition impacted price discovery and overall value for taxpayers.

What is the historical spending trend for HR consulting services at U.S. Immigration and Customs Enforcement (ICE)?

Analyzing historical spending trends for HR consulting services at U.S. Immigration and Customs Enforcement (ICE) would require accessing historical contract data over several fiscal years. This would involve searching databases like FPDS for contracts awarded to ICE under relevant NAICS codes (e.g., 541612) for HR consulting. By aggregating the total spending and examining the number and value of contracts awarded, one could identify patterns, fluctuations, and the typical range of investment in such services. This context is essential for evaluating whether the current $8.5 million award represents an increase, decrease, or consistent level of spending for these services.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesHuman Resources Consulting 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: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70CDCR21R00000006

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3130 FAIRVIEW PARK DR STE 300, FALLS CHURCH, VA, 22042

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $8,525,553

Exercised Options: $8,525,553

Current Obligation: $8,525,553

Actual Outlays: $6,813,066

Subaward Activity

Number of Subawards: 3

Total Subaward Amount: $376,024

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: GS02Q16DCR0088

IDV Type: IDC

Timeline

Start Date: 2021-09-15

Current End Date: 2025-09-16

Potential End Date: 2025-09-16 00:00:00

Last Modified: 2026-01-29

More Contracts from Dynamis, Inc.

View all Dynamis, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending