DHS awards $2.8M contract for administrative support in DC, with 4 bidders
Contract Overview
Contract Amount: $2,805,912 ($2.8M)
Contractor: Pathfinder Consultants, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-15
End Date: 2026-07-31
Contract Duration: 1,050 days
Daily Burn Rate: $2.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: LABOR HOURS
Sector: Other
Official Description: ADMINISTRATIVE AND PROGRAM SUPPORT SERVICES IN NCR
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20003
Plain-Language Summary
Department of Homeland Security obligated $2.8 million to PATHFINDER CONSULTANTS, LLC for work described as: ADMINISTRATIVE AND PROGRAM SUPPORT SERVICES IN NCR Key points: 1. Contract provides essential administrative and program support services. 2. Competition level suggests a potentially competitive bidding environment. 3. Contract duration extends over two fiscal years. 4. Services are concentrated within the National Capital Region. 5. Contractor has a track record with federal agencies. 6. Focus on management consulting services indicates a need for specialized expertise.
Value Assessment
Rating: good
The contract value of $2.8 million for administrative and program support over approximately 3 years appears reasonable given the scope of services. Benchmarking against similar contracts for administrative management consulting services in the DC area would provide a more precise value-for-money assessment. The pricing structure, based on labor hours, allows for flexibility but requires careful monitoring to ensure cost efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while full and open competition was intended, specific sources may have been excluded for defined reasons. With four bidders, the competition level suggests a moderate degree of market interest. This level of competition is generally sufficient to promote price discovery and encourage competitive pricing, though a higher number of bidders could potentially drive prices lower.
Taxpayer Impact: The moderate competition level suggests that taxpayers are likely receiving a fair price, but there may be an opportunity for even greater savings with broader competition.
Public Impact
The Department of Homeland Security benefits from enhanced administrative and program support. Services delivered include general management consulting and administrative functions. Geographic impact is focused on the District of Columbia. Workforce implications include the potential for specialized consulting roles.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if requirements are not clearly defined.
- Reliance on labor hours can lead to cost overruns if not managed effectively.
- Ensuring consistent quality of service delivery across the contract duration.
Positive Signals
- Clear need for administrative and program support services.
- Contract duration allows for sustained support.
- Competition, even if limited, provides a basis for price evaluation.
Sector Analysis
Administrative Management and General Management Consulting Services (NAICS 541611) is a significant sector within the federal contracting landscape, supporting a wide array of government functions. Spending in this category often reflects the need for specialized expertise to improve operational efficiency and program effectiveness. The market size is substantial, with numerous firms offering these services. This contract fits within the broader trend of agencies outsourcing specialized administrative and management functions to leverage external expertise.
Small Business Impact
This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal. However, the prime contractor, PATHFINDER CONSULTANTS, LLC, may engage small businesses as subcontractors if their internal capacity is insufficient or if specific expertise is required.
Oversight & Accountability
Oversight for this contract will likely be managed by the Department of Homeland Security's contracting officers and program managers. Accountability measures are typically embedded within the contract terms, including performance standards and reporting requirements. Transparency is facilitated through contract databases and public reporting mechanisms. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Administrative Support Services
- Management Consulting Services
- Department of Homeland Security Contracts
- Federal IT and Professional Services
Risk Flags
- Limited competition may impact price optimization.
- Potential for cost increases due to labor hour pricing model.
- Need for robust performance monitoring to ensure service quality.
Tags
administrative-support, management-consulting, department-of-homeland-security, district-of-columbia, professional-services, labor-hours, limited-competition, delivery-order, pathfinder-consultants-llc, naics-541611
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.8 million to PATHFINDER CONSULTANTS, LLC. ADMINISTRATIVE AND PROGRAM SUPPORT SERVICES IN NCR
Who is the contractor on this award?
The obligated recipient is PATHFINDER CONSULTANTS, 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 $2.8 million.
What is the period of performance?
Start: 2023-09-15. End: 2026-07-31.
What is the track record of PATHFINDER CONSULTANTS, LLC with federal contracts, particularly within DHS?
PATHFINDER CONSULTANTS, LLC has a history of performing federal contracts. While specific details on their track record with DHS require deeper database analysis, their presence as a prime contractor indicates prior experience. A comprehensive review would involve examining past performance evaluations, contract values, and the types of services previously rendered to DHS and other federal agencies. This analysis would help assess their capacity, reliability, and past success in meeting government requirements, providing context for their current award.
How does the awarded amount of $2.8 million compare to similar administrative support contracts in the DC area?
The $2.8 million award for administrative and program support services over approximately three years is a moderate-sized contract. To benchmark its value, one would compare it to contracts with similar scopes (e.g., management consulting, administrative support) awarded by agencies in the National Capital Region. Factors like the number of bidders, contract duration, and specific service requirements influence pricing. Without direct comparable data, it's difficult to definitively state if it's high or low, but it falls within a typical range for specialized professional services supporting federal operations in a high-cost area like DC.
What are the primary risks associated with this type of administrative support contract?
Key risks for this administrative support contract include potential scope creep, where the requirements expand beyond the initial agreement, leading to cost overruns and schedule delays. Another risk is the quality of service delivery; ensuring that the contractor consistently meets performance standards is crucial. Reliance on labor hours can also be a risk if not managed diligently, as it can incentivize longer hours rather than efficiency. Furthermore, dependence on a single contractor for critical support functions can pose a risk if the contractor experiences performance issues or financial instability.
How effective are 'Full and Open Competition After Exclusion of Sources' awards in ensuring fair pricing?
The 'Full and Open Competition After Exclusion of Sources' (FOCAES) award type aims to balance the benefits of full and open competition with specific circumstances that necessitate excluding certain sources. While it allows for a broader pool of potential bidders than a sole-source award, the exclusion of specific sources can limit the overall competitive pressure. The effectiveness in ensuring fair pricing depends heavily on the justification for the exclusion and the number of remaining bidders. If the exclusion is well-justified and sufficient competition remains (as indicated by 4 bidders here), fair pricing is achievable. However, if the exclusion significantly narrows the field, it could potentially lead to less competitive pricing than true full and open competition.
What is the historical spending trend for administrative management and general management consulting services by DHS?
Analyzing historical spending trends for administrative management and general management consulting services by DHS would reveal patterns in agency reliance on external expertise for these functions. This data can indicate whether spending in this category is increasing, decreasing, or remaining stable. Such trends are influenced by budget allocations, agency priorities, and shifts in policy regarding outsourcing. Understanding these patterns helps contextualize the current $2.8 million award within the agency's broader procurement strategy for management consulting services.
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 AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70RFP223QEC000007
Offers Received: 4
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 1616 H ST NW STE 400, WASHINGTON, DC, 20006
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $4,583,681
Exercised Options: $2,805,912
Current Obligation: $2,805,912
Actual Outlays: $1,987,014
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSHQDC16DP2011
IDV Type: IDC
Timeline
Start Date: 2023-09-15
Current End Date: 2026-07-31
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2026-03-25
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)