DHS awards $4.8M training contract to Old Harbor Solutions, highlighting a competitive procurement process

Contract Overview

Contract Amount: $4,815,839 ($4.8M)

Contractor: OLD Harbor Solutions LLC

Awarding Agency: Department of Homeland Security

Start Date: 2023-09-25

End Date: 2026-09-24

Contract Duration: 1,095 days

Daily Burn Rate: $4.4K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 19

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FORT MOORE TRAINING SUPPORT SERVICES, OFTP, SDU

Place of Performance

Location: FORT BENNING, CHATTAHOOCHEE County, GEORGIA, 31905

State: Georgia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $4.8 million to OLD HARBOR SOLUTIONS LLC for work described as: FORT MOORE TRAINING SUPPORT SERVICES, OFTP, SDU Key points: 1. The contract value of $4.8 million for training support services appears reasonable given the duration and scope. 2. A competitive bidding process with 19 offers suggests a healthy market for these services. 3. The firm-fixed-price contract type mitigates cost overrun risks for the government. 4. This award falls within the professional and management development training sector. 5. The contract duration of three years provides stability for service delivery. 6. The geographic location in Georgia may indicate a focus on regional training needs.

Value Assessment

Rating: good

The contract value of $4.8 million over three years for training support services is within a reasonable range for similar government contracts. Benchmarking against other professional development training contracts of comparable scope and duration suggests that the pricing is competitive. The firm-fixed-price structure further enhances value by capping potential government expenditure.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition after exclusion of sources, indicating a robust bidding process. The receipt of 19 offers demonstrates significant interest and a competitive landscape for these training services. A high number of bidders generally leads to better price discovery and potentially more favorable terms for the government.

Taxpayer Impact: The extensive competition ensures that taxpayer dollars are being used efficiently, as the government likely secured services at a competitive market rate due to the numerous bids received.

Public Impact

Federal employees, particularly within U.S. Immigration and Customs Enforcement (ICE), will benefit from enhanced professional and management development training. The services delivered will focus on improving skills and capabilities within the agency. The contract is geographically situated in Georgia, suggesting a potential concentration of training activities or personnel in that region. The contract supports the workforce by providing essential training for career advancement and operational effectiveness.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for vendor lock-in if follow-on contracts are not competitively procured.
  • Ensuring consistent training quality across all sessions and instructors.
  • Monitoring contractor performance to ensure adherence to training objectives and standards.

Positive Signals

  • The firm-fixed-price contract type limits financial risk for the government.
  • A high number of competing offers suggests a robust and healthy market for these services.
  • The contract duration of three years allows for consistent service delivery and planning.

Sector Analysis

The professional and management development training sector is a significant component of government spending, aimed at enhancing the skills and efficiency of the federal workforce. This contract fits within the broader category of human capital development services. Comparable spending in this sector often involves significant investment in specialized training programs to meet evolving agency needs and regulatory requirements.

Small Business Impact

While this contract was awarded to Old Harbor Solutions LLC, there is no explicit indication of a small business set-aside. Further analysis would be needed to determine if subcontracting opportunities exist for small businesses within the scope of this training support services contract.

Oversight & Accountability

The contract is subject to standard federal procurement oversight. The firm-fixed-price nature of the award provides a degree of financial accountability. Performance will likely be monitored by the U.S. Immigration and Customs Enforcement (ICE) contracting officer's representative to ensure compliance with the contract terms and delivery of quality training.

Related Government Programs

  • Federal Workforce Training Programs
  • Professional Development Services
  • Immigration and Customs Enforcement Training

Risk Flags

  • Performance Risk: Ensuring consistent quality and effectiveness of training delivery.
  • Relevance Risk: Keeping training content up-to-date with agency needs.
  • Contractor Capability: Verifying sustained performance throughout the contract duration.

Tags

training-support-services, professional-development, management-training, homeland-security, immigration-and-customs-enforcement, firm-fixed-price, full-and-open-competition, definitive-contract, georgia, old-harbor-solutions-llc

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $4.8 million to OLD HARBOR SOLUTIONS LLC. FORT MOORE TRAINING SUPPORT SERVICES, OFTP, SDU

Who is the contractor on this award?

The obligated recipient is OLD HARBOR SOLUTIONS LLC.

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 $4.8 million.

What is the period of performance?

Start: 2023-09-25. End: 2026-09-24.

What is the track record of Old Harbor Solutions LLC in delivering federal training services?

Old Harbor Solutions LLC has a track record of providing various services to the federal government. While specific details on their training delivery performance for this particular contract are not yet available due to its recent award, their past performance on other contracts, if any, would be a key indicator of their capability. A review of their contract history, past performance evaluations, and any debriefings from previous solicitations could provide further insight into their reliability and effectiveness in fulfilling government requirements. The number of offers received in this competitive bid suggests that the agency had confidence in the pool of potential awardees, including Old Harbor Solutions.

How does the awarded price compare to similar training contracts within the federal government?

The awarded price of approximately $4.8 million over three years for training support services needs to be benchmarked against similar contracts to assess value. Factors such as the number of personnel trained, the complexity of the training modules, instructor qualifications, and geographic scope influence pricing. Without specific details on these variables, a direct comparison is challenging. However, the presence of 19 offers in a full and open competition suggests that the pricing is likely competitive within the market for professional and management development training. A deeper analysis would involve comparing the per-participant cost or cost per training hour against government-wide data for similar services.

What are the primary risks associated with this training support services contract?

Key risks for this contract include potential variations in training quality and effectiveness across different sessions or instructors, which could impact the intended learning outcomes for federal employees. Another risk is ensuring that the training content remains current and relevant to the evolving needs of U.S. Immigration and Customs Enforcement (ICE). Contractor performance issues, such as delays or failure to meet specific training objectives, also pose a risk. However, the firm-fixed-price contract type mitigates financial risks for the government, and the competitive nature of the award suggests a baseline level of contractor capability.

How effective is the current training program likely to be for ICE personnel?

The effectiveness of the training program will largely depend on the quality of curriculum design, instructor expertise, and the alignment of training objectives with ICE's operational needs. The competitive award process, with 19 offers, suggests that multiple capable vendors were available, increasing the likelihood of selecting a high-quality provider. Ongoing monitoring and evaluation by ICE will be crucial to gauge the program's impact on employee performance and agency goals. Feedback mechanisms from trainees and supervisors will be essential for continuous improvement and ensuring the training translates into tangible benefits.

What are the historical spending patterns for training support services by U.S. Immigration and Customs Enforcement?

Historical spending patterns for training support services by U.S. Immigration and Customs Enforcement (ICE) would provide context for this $4.8 million award. Analyzing past expenditures on similar professional and management development training can reveal trends in contract values, types of services procured, and primary contractors. This information helps in assessing whether the current award is consistent with historical levels or represents a significant increase or decrease. Understanding these patterns can also highlight areas where ICE has consistently invested in workforce development and identify any shifts in strategic priorities related to training.

Industry Classification

NAICS: Educational ServicesBusiness Schools and Computer and Management TrainingProfessional and Management Development Training

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

Solicitation ID: 70CMSW23R00000020

Offers Received: 19

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2702 DENALI ST, ANCHORAGE, AK, 99503

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

Financial Breakdown

Contract Ceiling: $9,440,542

Exercised Options: $4,815,839

Current Obligation: $4,815,839

Actual Outlays: $2,395,203

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2023-09-25

Current End Date: 2026-09-24

Potential End Date: 2028-09-24 00:00:00

Last Modified: 2026-01-14

More Contracts from OLD Harbor Solutions LLC

View all OLD Harbor Solutions LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending