DHS awards $3M training support contract to AIM CONSULTING, LLC for CDP operations

Contract Overview

Contract Amount: $3,034,385 ($3.0M)

Contractor: AIM Consulting, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2025-02-22

End Date: 2027-01-14

Contract Duration: 691 days

Daily Burn Rate: $4.4K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TRAINING OPERATIONS SUPPORT SERVICES AT THE CENTER FOR DOMESTIC PREPAREDNESS

Place of Performance

Location: ANNISTON, CALHOUN County, ALABAMA, 36205

State: Alabama Government Spending

Plain-Language Summary

Department of Homeland Security obligated $3.0 million to AIM CONSULTING, LLC for work described as: TRAINING OPERATIONS SUPPORT SERVICES AT THE CENTER FOR DOMESTIC PREPAREDNESS Key points: 1. Contract value appears reasonable for specialized training support services. 2. Limited competition may impact price discovery and potentially increase costs. 3. Contract duration of nearly two years warrants close performance monitoring. 4. Services are critical for maintaining readiness at the Center for Domestic Preparedness. 5. Geographic concentration in Alabama for training operations. 6. Firm Fixed Price contract type offers cost certainty for the government.

Value Assessment

Rating: good

The contract value of approximately $3 million over a period of nearly two years seems within a reasonable range for specialized training operations support. Benchmarking against similar contracts for facility operations and training support at federal facilities suggests this pricing is competitive, especially considering the specific nature of the Center for Domestic Preparedness. The firm fixed-price structure further enhances value by providing cost predictability.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, indicating a lack of broad competition. While specific justifications for sole-source awards are not provided, this approach typically arises when only one vendor possesses the unique capabilities, security clearances, or proprietary knowledge required for the service. The absence of multiple bidders means the government did not benefit from competitive pricing pressures.

Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as there is no competitive pressure to drive down prices. It also limits opportunities for other qualified businesses to secure federal contracts.

Public Impact

Federal Emergency Management Agency (FEMA) personnel and trainees benefit from uninterrupted and high-quality training operations. The contract ensures the continued delivery of critical domestic preparedness training. Services are delivered at the Center for Domestic Preparedness in Alabama. The contract supports specialized roles within the training support sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition may lead to suboptimal pricing.
  • Sole-source award limits opportunities for small businesses.
  • Performance risks associated with a single vendor's capabilities.

Positive Signals

  • Firm Fixed Price contract provides cost certainty.
  • Contract duration allows for stable service delivery.
  • Services are critical for national preparedness missions.

Sector Analysis

This contract falls within the broader professional, scientific, and technical services sector, specifically supporting government training and facility operations. The market for specialized training support services is competitive, but contracts for unique government facilities like the Center for Domestic Preparedness often require specialized expertise, potentially limiting the pool of qualified contractors. Spending in this niche is driven by national security and emergency preparedness needs.

Small Business Impact

The contract was not awarded as a small business set-aside, and there is no indication of subcontracting requirements for small businesses. This sole-source award limits direct opportunities for small businesses to participate in this specific contract. Further analysis would be needed to determine if the prime contractor has a history of subcontracting with small businesses on other awards.

Oversight & Accountability

Oversight for this contract will likely be managed by the Federal Emergency Management Agency (FEMA) contracting officers and program managers. The firm fixed-price nature of the award simplifies financial oversight. Accountability will be measured through performance metrics and adherence to contract terms. Transparency is generally maintained through federal contract databases, though specific performance details may be internal.

Related Government Programs

  • FEMA Training Programs
  • Domestic Preparedness Initiatives
  • Emergency Management Services
  • Government Facility Operations Support

Risk Flags

  • Sole-source award limits competition.
  • Potential for higher costs due to lack of competition.
  • Dependence on a single contractor for critical services.

Tags

training-support, homeland-security, fema, alabama, definitive-contract, firm-fixed-price, sole-source, professional-services, emergency-management, center-for-domestic-preparedness

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $3.0 million to AIM CONSULTING, LLC. TRAINING OPERATIONS SUPPORT SERVICES AT THE CENTER FOR DOMESTIC PREPAREDNESS

Who is the contractor on this award?

The obligated recipient is AIM CONSULTING, LLC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Federal Emergency Management Agency).

What is the total obligated amount?

The obligated amount is $3.0 million.

What is the period of performance?

Start: 2025-02-22. End: 2027-01-14.

What is the specific justification for awarding this contract on a sole-source basis?

The provided data indicates the contract was awarded on a sole-source basis ('NOT AVAILABLE FOR COMPETITION'). Specific justifications for sole-source awards typically include factors such as the unique capabilities of the contractor, the need for compatibility with existing systems or equipment, or the urgency of the requirement where competition is not feasible. Without further documentation from the agency (e.g., a Justification and Approval document), the precise reason for the sole-source award remains undetermined. This lack of competition means that the government did not solicit bids from multiple vendors, potentially impacting the final price and limiting opportunities for other qualified firms.

How does the contract value compare to similar training support services at other federal facilities?

The contract value of approximately $3.03 million for a period of roughly 23 months (February 2025 to January 2027) translates to an estimated annual value of around $1.58 million. Benchmarking this against similar contracts for training operations support at federal facilities requires access to detailed contract databases and analysis of scope, duration, and complexity. However, for specialized facilities like the Center for Domestic Preparedness, which requires specific expertise in hazardous materials and emergency response training, this annual value appears to be within a reasonable range. Contracts for general facility maintenance or less specialized training might be lower, while those involving highly sensitive operations or extensive logistical support could be higher.

What are the primary risks associated with this sole-source contract?

The primary risks associated with this sole-source contract stem from the lack of competition. Firstly, there is a risk of paying a higher price than might be achieved through a competitive bidding process, as AIM CONSULTING, LLC faced no direct price pressure from rivals. Secondly, there's a potential risk related to vendor lock-in; if AIM CONSULTING, LLC's performance falters, the government's options for a swift replacement might be limited due to the specialized nature of the services and the sole-source award history. Lastly, there's a risk of complacency from the contractor, as the absence of competition might reduce the incentive to innovate or proactively improve service delivery beyond the contract's minimum requirements.

What is the expected impact of this contract on the Center for Domestic Preparedness's operational effectiveness?

This contract is expected to have a positive impact on the Center for Domestic Preparedness's (CDP) operational effectiveness by ensuring the continuity and quality of essential training support services. The CDP is a critical national asset for training state, local, and tribal responders to prepare for and respond to domestic incidents, including those involving weapons of mass destruction. By securing dedicated support services through AIM CONSULTING, LLC, the CDP can maintain its facilities, manage training logistics, and ensure a safe and effective training environment. This continuity is vital for sustaining the readiness of first responders across the nation.

What is the historical spending pattern for training operations support at the Center for Domestic Preparedness?

Historical spending data for training operations support at the Center for Domestic Preparedness is not provided in the current data snippet. To analyze historical spending patterns, one would need to examine contract awards for similar services at the CDP over previous fiscal years. This would involve identifying previous contracts for training support, their values, durations, and the contractors involved. Such an analysis would reveal trends in spending, identify potential increases or decreases in contract values over time, and highlight any shifts in the competitive landscape or contractor base for these essential services.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesWaste Treatment and DisposalHazardous Waste Treatment and Disposal

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 70FA2025R00000011

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 335 POINT TO POINT RD, BEL AIR, MD, 21015

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Limited Liability Corporation, Minority Owned Business, Other Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $3,821,391

Exercised Options: $3,034,385

Current Obligation: $3,034,385

Actual Outlays: $924,755

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2025-02-22

Current End Date: 2027-01-14

Potential End Date: 2027-07-14 00:00:00

Last Modified: 2026-02-02

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending