DHS awards $253K for Management Consulting Services to MANCOM, INC. via sole-source purchase order
Contract Overview
Contract Amount: $253,400 ($253.4K)
Contractor: Mancom, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-16
End Date: 2025-02-10
Contract Duration: 147 days
Daily Burn Rate: $1.7K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: OCFO ORGANIZATIONAL ASSESSMENT
Place of Performance
Location: PHOENIX, MARICOPA County, ARIZONA, 85021
State: Arizona Government Spending
Plain-Language Summary
Department of Homeland Security obligated $253,400.4 to MANCOM, INC. for work described as: OCFO ORGANIZATIONAL ASSESSMENT Key points: 1. Contract awarded to MANCOM, INC. for Other Management Consulting Services. 2. The contract value is $253,400.40 with a duration of 147 days. 3. Awarded as a sole-source purchase order, raising questions about competition. 4. The North American Industry Classification System (NAICS) code is 541618.
Value Assessment
Rating: questionable
Pricing is not explicitly detailed, and without competitive benchmarks, it's difficult to assess value. The firm fixed price suggests cost certainty, but the lack of competition limits price discovery.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was awarded on a sole-source basis, indicating a lack of full and open competition. This method may lead to higher prices than if multiple vendors had competed.
Taxpayer Impact: Taxpayer funds are being used for this contract. The absence of competition could result in a less than optimal price for the services rendered.
Public Impact
Citizenship and Immigration Services relies on these consulting services. The sole-source nature of the award warrants scrutiny for potential inefficiencies. Transparency in the justification for sole-source procurement is crucial for public trust.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Lack of competitive bidding
- Limited transparency on pricing justification
Positive Signals
- Firm fixed price contract
- Defined service period
Sector Analysis
Management consulting services are common across government agencies, often supporting strategic planning, organizational efficiency, and program management. Benchmarks vary widely based on the specific services and expertise required.
Small Business Impact
The data does not indicate if small businesses were involved in this procurement, either as prime contractors or subcontractors. Further investigation would be needed to determine small business participation.
Oversight & Accountability
Oversight is needed to ensure the justification for the sole-source award is robust and that the services provided deliver value for money. Accountability for the expenditure rests with the Department of Homeland Security.
Related Government Programs
- Other Management Consulting Services
- Department of Homeland Security Contracting
- U.S. Citizenship and Immigration Services Programs
Risk Flags
- Sole-source award lacks competition.
- Potential for inflated pricing due to no competitive bidding.
- Limited transparency on the justification for sole-source.
- Need for rigorous price analysis to ensure fairness and reasonableness.
Tags
other-management-consulting-services, department-of-homeland-security, az, purchase-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $253,400.4 to MANCOM, INC.. OCFO ORGANIZATIONAL ASSESSMENT
Who is the contractor on this award?
The obligated recipient is MANCOM, INC..
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 $253,400.4.
What is the period of performance?
Start: 2024-09-16. End: 2025-02-10.
What is the specific justification for awarding this contract on a sole-source basis, and how does it align with federal procurement regulations for non-competitive awards?
The justification for a sole-source award typically involves circumstances where only one responsible source can provide the required services or supplies. This could be due to unique capabilities, urgent needs, or specific government property requirements. Federal Acquisition Regulation (FAR) Part 6 outlines the policies for competitive contracting and the exceptions for non-competitive awards. Agencies must document and justify these exceptions thoroughly to ensure fair and efficient use of taxpayer funds.
How was the firm fixed price determined, and what cost-saving measures were considered or implemented given the lack of competitive pressure?
In a sole-source procurement, the government negotiates the price directly with the single identified vendor. The contracting officer must still perform price analysis to ensure the price is fair and reasonable. This may involve reviewing historical pricing, using cost-plus-fixed-fee structures with detailed cost breakdowns, or comparing the proposed price to independent government cost estimates. Without competition, the onus is on the government to rigorously validate the proposed costs.
What are the expected outcomes and performance metrics for the 'Other Management Consulting Services' provided by MANCOM, INC., and how will their effectiveness be measured?
The effectiveness of management consulting services is typically measured against predefined objectives and key performance indicators (KPIs) outlined in the contract's statement of work. For this contract, USCIS should have established specific deliverables and success criteria related to organizational assessment. Performance will likely be evaluated through reports, presentations, and the successful implementation of recommended improvements, ensuring the services contribute to the agency's mission.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Other Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70SBUR24Q00000247
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 8601 N BLACK CANYON HWY, PHOENIX, AZ, 85021
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $253,400
Exercised Options: $253,400
Current Obligation: $253,400
Actual Outlays: $306,614
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2024-09-16
Current End Date: 2025-02-10
Potential End Date: 2025-02-10 00:00:00
Last Modified: 2026-04-09
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)