DHS Awards $4.2M for Administrative Management Consulting to NODI SOLUTIONS, LLC
Contract Overview
Contract Amount: $4,207,138 ($4.2M)
Contractor: Nodi Solutions, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-27
End Date: 2026-09-26
Contract Duration: 729 days
Daily Burn Rate: $5.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: GRANTS OPERATIONS SUPPORT SERVICES
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22203
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $4.2 million to NODI SOLUTIONS, LLC for work described as: GRANTS OPERATIONS SUPPORT SERVICES Key points: 1. Contract awarded to NODI SOLUTIONS, LLC for administrative management and general management consulting services. 2. The contract has a total value of $4,207,137.92 and a duration of 729 days. 3. Competition method was 'FULL AND OPEN COMPETITION', suggesting a competitive bidding process. 4. The sector is primarily administrative and management consulting, falling under professional services.
Value Assessment
Rating: fair
The contract is a Time and Materials type, which can be less predictable in final cost compared to fixed-price contracts. Benchmarking against similar administrative management consulting contracts is needed to fully assess value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating multiple vendors had the opportunity to bid. This method generally promotes price discovery and competitive pricing.
Taxpayer Impact: Taxpayer funds are being used for essential administrative support services, with the expectation of competitive pricing due to the procurement method.
Public Impact
Ensures continued operational support for the Department of Homeland Security's procurement operations. Supports a small business if NODI SOLUTIONS, LLC is classified as such, though not explicitly stated as a small business set-aside. Provides a clear timeline for service delivery, with an end date in late 2026.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type can lead to cost overruns.
- Lack of specific performance metrics in provided data.
- Potential for vendor lock-in if not managed carefully.
Positive Signals
- Awarded under full and open competition.
- Clear contract duration and end date.
- Supports critical government operations.
Sector Analysis
This contract falls within the professional services sector, specifically administrative and management consulting. Spending benchmarks for this category often vary based on the specific expertise and scope of services required.
Small Business Impact
The contract was not set aside for small businesses, and it is unclear if NODI SOLUTIONS, LLC is a small business. Further analysis would be needed to determine the impact on small business participation.
Oversight & Accountability
The contract is managed by the Office of Procurement Operations within DHS, suggesting internal oversight. However, the specific oversight mechanisms and accountability measures are not detailed in the provided data.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Time and Materials contract type.
- Lack of detailed performance metrics.
- Potential for cost overruns.
- Unclear small business impact.
Tags
administrative-management-and-general-ma, department-of-homeland-security, va, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $4.2 million to NODI SOLUTIONS, LLC. GRANTS OPERATIONS SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is NODI SOLUTIONS, LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Office of Procurement Operations).
What is the total obligated amount?
The obligated amount is $4.2 million.
What is the period of performance?
Start: 2024-09-27. End: 2026-09-26.
What specific administrative management services are being provided, and how do they align with DHS's strategic objectives?
The contract specifies 'Administrative Management and General Management Consulting Services' (NAICS 541611). These services likely encompass areas such as process improvement, organizational efficiency, policy development, and operational support within DHS's procurement functions. Alignment with strategic objectives would depend on the specific tasks outlined in the Statement of Work, which are not provided here but are crucial for assessing true value beyond the dollar amount.
What are the key performance indicators (KPIs) for this contract, and how will performance be measured to ensure effectiveness?
Key performance indicators are essential for evaluating the effectiveness of consulting services. Without the Statement of Work or contract clauses detailing specific KPIs (e.g., response times, project completion rates, client satisfaction scores), it's difficult to assess performance. The 'VA' rating of 'fair' suggests potential concerns about value realization, which could be linked to undefined or unmonitored performance metrics.
How does the awarded price compare to market rates for similar administrative management consulting services, considering the scope and duration?
Benchmarking the $4.2 million contract against market rates requires detailed comparison of the specific services, duration (729 days), and the vendor's qualifications. While 'full and open competition' suggests a competitive process, the Time and Materials (T&M) pricing structure introduces variability. A thorough analysis would involve comparing the estimated labor hours, rates, and overhead against industry standards for similar government contracts.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 5
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 8814 YELLOW SPRINGS RD, FREDERICK, MD, 21702
Business Categories: Category Business, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $9,800,123
Exercised Options: $4,207,138
Current Obligation: $4,207,138
Actual Outlays: $1,576,498
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QRAA18D00GK
IDV Type: FSS
Timeline
Start Date: 2024-09-27
Current End Date: 2026-09-26
Potential End Date: 2028-09-26 00:00:00
Last Modified: 2026-01-22
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)