DHS awards $3.76M sole-source contract for case processing business analysis support to LoopCore, LLC
Contract Overview
Contract Amount: $3,762,701 ($3.8M)
Contractor: Loopcore, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-07-05
End Date: 2026-07-04
Contract Duration: 729 days
Daily Burn Rate: $5.2K/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: REQUISITION FOR THE STREAMLINED CASE PROCESSING BUSINESS ANALYSIS SUPPORT SERVICES CONTRACT - BASE PERIOD
Place of Performance
Location: CAMP SPRINGS, HOWARD County, MARYLAND, 20588
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $3.8 million to LOOPCORE, LLC for work described as: REQUISITION FOR THE STREAMLINED CASE PROCESSING BUSINESS ANALYSIS SUPPORT SERVICES CONTRACT - BASE PERIOD Key points: 1. Contract awarded on a sole-source basis, limiting price competition. 2. Services focus on administrative management and general management consulting. 3. Contract duration is two years with a firm-fixed-price structure. 4. No small business set-aside was utilized for this procurement. 5. The contract falls under the Administrative Management and General Management Consulting Services NAICS code. 6. The award was made via a purchase order, indicating a streamlined acquisition process.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to its sole-source nature and lack of publicly available comparable data. The firm-fixed-price structure provides some cost certainty, but without competition, it's difficult to assess if the pricing represents optimal value for money. The provided award amount of $3.76 million for two years of support suggests a significant investment in business analysis for case processing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This approach bypasses the standard competitive bidding process, which typically involves multiple vendors submitting proposals. The absence of competition means that price discovery through market forces was not leveraged, potentially leading to higher costs than if multiple firms had vied for the contract.
Taxpayer Impact: Taxpayers may not be receiving the best possible price due to the lack of competitive bidding. Without a competitive process, there is less pressure on the contractor to offer the most cost-effective solution.
Public Impact
Benefits the U.S. Citizenship and Immigration Services (USCIS) by providing critical business analysis support. Aims to improve the efficiency and effectiveness of case processing operations. Services are delivered within Maryland, indicating a potential geographic focus for on-site support. Impacts the administrative and management consulting workforce involved in government contracting.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits transparency and potential cost savings.
- Lack of competition may result in suboptimal pricing.
- Limited public information on the specific deliverables and performance metrics.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Focus on business analysis for case processing addresses a critical government function.
- Streamlined acquisition via purchase order may indicate urgency or efficiency.
Sector Analysis
This contract falls within the Administrative Management and General Management Consulting Services sector, a broad category encompassing advisory services aimed at improving organizational efficiency and effectiveness. The market for these services is competitive, but specific niche areas like government case processing support can sometimes lead to specialized contractors or sole-source awards when unique expertise is required. Comparable spending in this sector varies widely based on the scope and duration of services.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. The award to LoopCore, LLC, a single entity, suggests that small businesses were not directly involved in the primary contract execution, though they could potentially be involved as subcontractors if LoopCore chooses to engage them.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's internal review processes and the U.S. Citizenship and Immigration Services' program management. As a purchase order, it may be subject to less formal oversight than a large, complex contract, but accountability for deliverables and adherence to the firm-fixed-price terms would still be expected. Transparency is limited due to the sole-source nature of the award.
Related Government Programs
- Immigration Services Modernization Program
- USCIS Case Management Systems
- Government Management Consulting Services
- Administrative Support Contracts
Risk Flags
- Sole-source award
- Lack of competition
- Limited transparency
Tags
dhs, uscis, consulting-services, business-analysis, sole-source, firm-fixed-price, purchase-order, administrative-management, maryland, naics-541611
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $3.8 million to LOOPCORE, LLC. REQUISITION FOR THE STREAMLINED CASE PROCESSING BUSINESS ANALYSIS SUPPORT SERVICES CONTRACT - BASE PERIOD
Who is the contractor on this award?
The obligated recipient is LOOPCORE, LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Citizenship and Immigration Services).
What is the total obligated amount?
The obligated amount is $3.8 million.
What is the period of performance?
Start: 2024-07-05. End: 2026-07-04.
What specific business analysis activities will LoopCore, LLC perform under this contract?
The contract, titled 'REQUISITION FOR THE STREAMLINED CASE PROCESSING BUSINESS ANALYSIS SUPPORT SERVICES CONTRACT,' indicates that LoopCore, LLC will provide services focused on improving the efficiency and effectiveness of case processing operations within USCIS. While the exact deliverables are not detailed in the provided data, typical business analysis support in this context could include process mapping, workflow optimization, requirements gathering for system enhancements, data analysis to identify bottlenecks, and recommendations for procedural changes. The goal is likely to streamline USCIS's handling of applications and petitions, potentially reducing backlogs and improving service delivery to the public. The firm-fixed-price nature suggests that the scope of work is defined, and the contractor is expected to deliver specific outcomes within the agreed-upon budget.
Why was this contract awarded on a sole-source basis instead of being competed?
The provided data states the contract was 'NOT COMPETED UNDER SAP' (Simplified Acquisition Procedures), which often implies a sole-source justification. Agencies typically award sole-source contracts when only one responsible source can satisfy the agency's needs. This could be due to unique capabilities, specialized expertise, proprietary technology, or urgent and compelling circumstances where competition is not feasible or practical. Without further details on the justification for this specific award, it's presumed that USCIS determined LoopCore, LLC possessed specific qualifications or was the only viable option to meet their requirements for streamlined case processing business analysis support at the time of the award.
How does the $3.76 million award compare to similar business analysis support contracts within USCIS or DHS?
Direct comparison of this $3.76 million award for a two-year period is difficult without access to a comprehensive database of similar sole-source or competed contracts for business analysis support within USCIS or the broader Department of Homeland Security. However, for specialized consulting services aimed at process improvement within large federal agencies, this amount is within a plausible range, especially if the scope involves significant analysis of complex, high-volume operations like immigration case processing. The absence of competition makes a direct value-for-money assessment challenging, as market rates and competitive pressures are not evident. Future analysis could involve tracking similar requirements to identify trends in pricing and competition levels.
What are the potential risks associated with a sole-source award for critical support services?
The primary risks associated with a sole-source award include a lack of competitive pricing, potentially leading to overpayment for services. Without competition, there is reduced incentive for the contractor to innovate or provide the highest level of service efficiency, as there is no immediate threat of losing the contract to a competitor. Furthermore, sole-source awards can limit transparency in the procurement process and may raise concerns about fairness and equal opportunity for other capable businesses. There's also a risk that the agency may become overly reliant on a single provider, making it difficult to switch or renegotiate terms if performance issues arise or market conditions change.
What is the historical spending pattern for business analysis support services at USCIS?
The provided data does not include historical spending patterns for business analysis support services at USCIS. To assess this, one would need to query federal procurement databases (like USASpending.gov or FPDS) for contracts awarded under relevant NAICS codes (e.g., 541611) to USCIS over several fiscal years. Analyzing this historical data would reveal the frequency of such awards, whether they were typically competed or sole-source, the average contract values, and the primary contractors involved. This context is crucial for understanding if this $3.76 million award represents an anomaly or a continuation of established spending trends for these types of 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: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 7430 RIDING MEADOW WAY, MANASSAS, VA, 20111
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,762,701
Exercised Options: $3,762,701
Current Obligation: $3,762,701
Actual Outlays: $2,020,530
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2024-07-05
Current End Date: 2026-07-04
Potential End Date: 2026-07-04 00:00:00
Last Modified: 2026-01-07
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)