DHS awards $32.7M contract for courier services to BMT Consulting, Inc. under SAP
Contract Overview
Contract Amount: $32,754 ($32.8K)
Contractor: BMT Consulting, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-03
End Date: 2026-09-02
Contract Duration: 729 days
Daily Burn Rate: $45/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 23
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: KANSAS CITY COURIER SERVICES
Place of Performance
Location: KANSAS CITY, PLATTE County, MISSOURI, 64153
State: Missouri Government Spending
Plain-Language Summary
Department of Homeland Security obligated $32,754 to BMT CONSULTING, INC. for work described as: KANSAS CITY COURIER SERVICES Key points: 1. Contract awarded via Simplified Acquisition Procedures (SAP), suggesting a focus on smaller value procurements. 2. The firm fixed-price contract type indicates a defined scope and price, transferring some risk to the contractor. 3. With 23 offers received, the competition level appears robust for this type of procurement. 4. The contract duration of 729 days (2 years) provides a stable service period. 5. BMT Consulting, Inc. is the sole awardee, highlighting their success in the competitive bidding process. 6. The service area is Missouri, indicating a localized operational focus for these courier services.
Value Assessment
Rating: good
The contract value of $32.7 million over two years for courier services appears reasonable given the competitive nature of the award. While specific per-unit cost benchmarks are not provided in the data, the receipt of 23 offers suggests that pricing was likely competitive. The firm fixed-price structure also implies that the government has a clear understanding of the total cost upfront, which is a positive indicator for value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under Simplified Acquisition Procedures (SAP), which typically allows for a broad range of sources to compete. The data indicates 23 offers were received, demonstrating a healthy level of competition for this procurement. This suggests that multiple vendors were interested and capable of providing the required courier services, leading to a more competitive bidding environment.
Taxpayer Impact: A high number of offers under SAP generally benefits taxpayers by driving down prices through competition. It ensures that the government is receiving services at a fair market rate, as vendors must offer competitive pricing to win the contract.
Public Impact
The primary beneficiaries are U.S. Immigration and Customs Enforcement (ICE) personnel and operations requiring timely document and package delivery. Services delivered include essential courier and express delivery, supporting the logistical needs of a federal law enforcement agency. The geographic impact is focused on Missouri, ensuring efficient delivery within the state. Workforce implications may include job creation or utilization of existing courier staff by BMT Consulting, Inc. within Missouri.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for increased delivery costs if market rates for courier services rise significantly during the contract period, though the firm fixed-price structure mitigates this.
- Dependence on BMT Consulting, Inc. for critical logistical support, where service disruptions could impact agency operations.
Positive Signals
- Robust competition with 23 offers indicates a strong market response and potential for competitive pricing.
- Firm fixed-price contract type provides cost certainty for the government.
- Award to a single vendor suggests a clear selection based on defined criteria, potentially indicating a strong proposal from BMT Consulting, Inc.
Sector Analysis
The courier and express delivery services sector is a vital component of the logistics industry, supporting government and commercial operations. Federal spending in this area often supports agency needs for secure and timely movement of sensitive documents and materials. While specific benchmarks for this contract size are not readily available, the NAICS code 492110 covers establishments primarily engaged in local or long-distance trucking, including courier services. This contract represents a significant portion of spending within this niche for the specified geographic region.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). While the procurement was conducted under Simplified Acquisition Procedures (SAP), which can sometimes include small business set-asides, it was not explicitly designated as such. This means that both large and small businesses could compete, and the award went to BMT Consulting, Inc. without a specific small business preference. Subcontracting opportunities for small businesses would depend on BMT Consulting, Inc.'s internal policies and needs.
Oversight & Accountability
Oversight for this contract would primarily fall under the U.S. Immigration and Customs Enforcement (ICE) within the Department of Homeland Security (DHS). Standard contract administration processes, performance reviews, and payment verification would be in place. Transparency is facilitated by public contract databases. While no specific Inspector General jurisdiction is mentioned, the DHS Office of Inspector General (OIG) has broad authority to investigate waste, fraud, and abuse within the department.
Related Government Programs
- General Services Administration (GSA) Federal Supply Schedule (FSS) for transportation and logistics services
- Department of Defense (DoD) mail and distribution services
- Other agency-specific mailroom and courier contracts
Risk Flags
- Potential for contract to exceed SAP thresholds if not structured as an IDIQ with a ceiling.
- Dependence on a single awardee for critical services.
Tags
courier-services, homeland-security, ice, competed, purchase-order, firm-fixed-price, missouri, simplified-acquisition-procedures, logistics, delivery-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $32,754 to BMT CONSULTING, INC.. KANSAS CITY COURIER SERVICES
Who is the contractor on this award?
The obligated recipient is BMT CONSULTING, 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 $32,754.
What is the period of performance?
Start: 2024-09-03. End: 2026-09-02.
What is the track record of BMT Consulting, Inc. with federal contracts, particularly for courier services?
Detailed information on BMT Consulting, Inc.'s specific track record with federal contracts, including past performance on similar courier services, is not provided in the abbreviated data. To assess their track record, one would typically review contract databases for previous awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of disputes or terminations. A thorough analysis would involve examining the volume, value, and complexity of their prior federal engagements to gauge their experience and reliability in meeting government requirements.
How does the $32.7 million contract value compare to similar federal courier service contracts?
Comparing the $32.7 million contract value requires benchmarking against similar federal courier service contracts, ideally those awarded by agencies with comparable needs and within similar geographic regions. Without access to a broader dataset of federal courier contracts, a precise comparison is difficult. However, the value suggests a substantial, multi-year requirement. Contracts for nationwide or large regional courier services can range from tens to hundreds of millions of dollars, depending on scope, volume, and service levels. The fact that this contract was competed under SAP, which has a ceiling of $250,000 (though exceptions exist), suggests this might be an IDIQ contract with a ceiling, or that specific exceptions allowed for its use with a higher value. Further investigation into the specific nature of the SAP award and comparable contracts would be needed for a definitive value assessment.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential service disruptions affecting ICE operations, contractor performance issues (e.g., delays, lost items), and price volatility if market rates change significantly (though mitigated by the firm fixed-price structure). Mitigation strategies likely involve robust performance standards within the contract, regular performance monitoring by ICE contracting officers, clear communication channels, and contingency planning. The competitive award process itself helps mitigate risks by selecting a vendor deemed capable and offering a fair price. The firm fixed-price nature transfers some financial risk to the contractor, incentivizing them to manage costs effectively.
How effective is the competition level (23 offers) in ensuring optimal value for taxpayers?
A high number of offers, such as the 23 received for this contract, is generally a strong indicator of effective competition and is beneficial for taxpayers. It suggests that the market has sufficient capacity and interest to provide the required services, creating a competitive environment where vendors must offer attractive pricing and terms to win. This level of competition typically drives down costs, encourages innovation, and ensures that the government secures services at or near market rates. The government's ability to attract numerous bids indicates that the solicitation was well-defined and accessible to potential bidders.
What is the historical spending pattern for courier services by U.S. Immigration and Customs Enforcement (ICE)?
Historical spending patterns for courier services by ICE are not detailed in the provided data. To analyze this, one would need to examine ICE's procurement history over several fiscal years, identifying all contracts awarded for courier and related delivery services. This analysis would reveal trends in contract values, award types (competed vs. sole-source), incumbent contractors, and average contract durations. Understanding past spending can help identify potential increases or decreases in demand, shifts in procurement strategies, and opportunities for cost savings through better planning or consolidation of services.
What are the implications of using Simplified Acquisition Procedures (SAP) for a contract valued up to $32.7 million?
Using Simplified Acquisition Procedures (SAP) for a contract with a potential value of $32.7 million is unusual, as SAP is generally intended for purchases not exceeding the simplified acquisition threshold (SAT), which is $250,000 for most supplies and services, with higher thresholds for certain construction and acquisition programs. However, specific statutory exceptions or agency-specific authorities might allow for higher values under SAP-like processes. If this is indeed a ceiling value for an IDIQ contract awarded under SAP, it implies a streamlined acquisition process was used, potentially prioritizing speed and efficiency over exhaustive documentation. This could mean less detailed market research or fewer formal documentation requirements compared to full and open competition above the SAT, but the high number of offers suggests robust competition was still achieved.
Industry Classification
NAICS: Transportation and Warehousing › Couriers and Express Delivery Services › Couriers and Express Delivery Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 23
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1337 LOCUST RD NW, WASHINGTON, DC, 20012
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, 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: $85,531
Exercised Options: $32,754
Current Obligation: $32,754
Actual Outlays: $16,068
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2024-09-03
Current End Date: 2026-09-02
Potential End Date: 2029-09-02 00:00:00
Last Modified: 2026-04-02
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)