FEMA awards $5,470.55 for EEO investigative services under BPA, with limited competition
Contract Overview
Contract Amount: $5,471 ($5.5K)
Contractor: HR Anew, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2026-03-24
End Date: 2027-02-17
Contract Duration: 330 days
Daily Burn Rate: $17/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS ORDER IS IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF FEMA BLANKET PURCHASE AGREEMENT (BPA) 70FA4021A00000029. THE PURPOSE OF THIS CALL ORDER IS TO PROCURE EQUAL EMPLOYMENT OPPORTUNITY (EEO) CASE INVESTIGATIVE SERVICES IN ACCORDANCE WITH TH
Place of Performance
Location: COLUMBIA, HOWARD County, MARYLAND, 21046
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $5,470.55 to HR ANEW, INC. for work described as: THIS ORDER IS IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF FEMA BLANKET PURCHASE AGREEMENT (BPA) 70FA4021A00000029. THE PURPOSE OF THIS CALL ORDER IS TO PROCURE EQUAL EMPLOYMENT OPPORTUNITY (EEO) CASE INVESTIGATIVE SERVICES IN ACCORDANCE WITH TH Key points: 1. Spending is minimal ($5,470.55) for specialized EEO case investigative services. 2. Procurement is a BPA call order, indicating pre-negotiated terms. 3. Limited competition raises questions about price discovery and potential value. 4. Services fall under Investigation and Personal Background Check Services (NAICS 561611).
Value Assessment
Rating: questionable
The contract value is very low, making a direct pricing comparison difficult. However, the lack of competition under the BPA call order suggests potential for overpayment if not carefully managed.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was not competed under Simplified Acquisition Procedures (SAP) and was awarded as a BPA call. While BPAs can streamline procurement, this specific award indicates limited opportunity for broader competition, potentially impacting price discovery.
Taxpayer Impact: The direct taxpayer impact is minimal due to the low contract value, but the precedent of limited competition on future, potentially larger, BPA calls warrants attention.
Public Impact
Ensures compliance with Equal Employment Opportunity (EEO) regulations. Supports fair and impartial investigation of workplace discrimination claims. Provides essential HR support for federal agencies. Services are critical for maintaining a just and equitable work environment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition on BPA call order
- Lack of detailed cost breakdown for services
Positive Signals
- Supports critical EEO functions
- Utilizes existing Blanket Purchase Agreement
Sector Analysis
The sector involves professional, scientific, and technical services, specifically investigation and background check services. Benchmarks for similar EEO investigative services are difficult to establish due to the niche nature and varying case complexities.
Small Business Impact
Analysis of small business participation is not applicable as the award was made to HR ANEW, INC. without specific small business set-aside information provided.
Oversight & Accountability
The use of a Blanket Purchase Agreement (BPA) implies some level of pre-negotiation and oversight. However, the limited competition on this specific call order necessitates vigilance to ensure fair pricing and effective service delivery.
Related Government Programs
- Investigation and Personal Background Check Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Limited competition
- Potential for price not being optimized
- Lack of detailed service cost breakdown
Tags
investigation-and-personal-background-ch, department-of-homeland-security, md, bpa-call, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $5,470.55 to HR ANEW, INC.. THIS ORDER IS IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF FEMA BLANKET PURCHASE AGREEMENT (BPA) 70FA4021A00000029. THE PURPOSE OF THIS CALL ORDER IS TO PROCURE EQUAL EMPLOYMENT OPPORTUNITY (EEO) CASE INVESTIGATIVE SERVICES IN ACCORDANCE WITH TH
Who is the contractor on this award?
The obligated recipient is HR ANEW, INC..
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 $5,470.55.
What is the period of performance?
Start: 2026-03-24. End: 2027-02-17.
What is the typical cost range for EEO case investigative services of similar complexity?
The typical cost range for EEO case investigative services can vary significantly based on complexity, duration, and the specific services required. Factors include the number of interviews, evidence review, report writing, and potential legal consultation. Without more detailed scope of work, providing a precise benchmark is challenging, but agencies often seek competitive bids for such services to ensure value.
What are the risks associated with limited competition for specialized investigative services?
Limited competition risks include potentially higher prices than a fully competed contract, reduced incentive for the contractor to innovate or provide superior service, and the possibility of awarding to a less qualified vendor if the pool of eligible contractors is small. It can also raise concerns about fairness and transparency in the procurement process.
How effective is the current BPA in facilitating efficient procurement of EEO services?
The BPA appears to facilitate efficient procurement by having pre-negotiated terms, reducing administrative burden for individual task orders. However, the effectiveness in terms of achieving best value is questionable when competition is limited on call orders. Future analysis should assess if the BPA structure encourages competition or inadvertently restricts it.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Investigation and Personal Background Check Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: HR Anew Inc.
Address: 10015 OLD COLUMBIA RD STE B215, COLUMBIA, MD, 21046
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Not Designated a Small 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: $5,471
Exercised Options: $5,471
Current Obligation: $5,471
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70FA4021A00000029
IDV Type: BPA
Timeline
Start Date: 2026-03-24
Current End Date: 2027-02-17
Potential End Date: 2027-02-17 00:00:00
Last Modified: 2026-04-01
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)