USAID's $38.2M contract for institutional support services awarded to CELEEN LLC
Contract Overview
Contract Amount: $38,225,981 ($38.2M)
Contractor: Celeen LLC
Awarding Agency: Agency for International Development
Start Date: 2021-06-01
End Date: 2026-05-31
Contract Duration: 1,825 days
Daily Burn Rate: $20.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: USAID/OTI INSTITUTIONAL SUPPORT SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20523
Plain-Language Summary
Agency for International Development obligated $38.2 million to CELEEN LLC for work described as: USAID/OTI INSTITUTIONAL SUPPORT SERVICES Key points: 1. Value for money appears fair given the contract duration and scope. 2. Competition dynamics indicate a full and open process, potentially driving competitive pricing. 3. Risk indicators are moderate, with performance dependent on contractor execution and agency oversight. 4. Performance context is set against a backdrop of ongoing international development needs. 5. Sector positioning is within professional services supporting government operations.
Value Assessment
Rating: fair
The total contract value of $38.2 million over five years suggests an average annual spend of approximately $7.6 million. Benchmarking this against similar institutional support contracts is challenging without more specific service details. However, the Cost Plus Fixed Fee (CPFF) pricing structure means costs can fluctuate, with the fixed fee providing a baseline profit for the contractor. The value proposition hinges on the effective delivery of essential support services to USAID's operational objectives.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that while the competition was broad, specific sources may have been excluded prior to the final award. The exact number of bidders is not specified, but the 'full and open' nature suggests multiple proposals were likely considered, which generally supports price discovery and competitive outcomes.
Taxpayer Impact: A full and open competition, even with exclusions, generally benefits taxpayers by encouraging a wider range of potential offerors to compete, which can lead to more favorable pricing and innovative solutions compared to sole-source or limited competitions.
Public Impact
Beneficiaries include USAID staff and potentially the populations served by USAID's international development programs. Services delivered are institutional support, likely encompassing administrative, logistical, and technical assistance. Geographic impact is primarily within the District of Columbia, where the agency is headquartered. Workforce implications may involve direct hires by CELEEN LLC and indirect support to USAID's mission.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns inherent in CPFF contracts if not closely managed.
- Dependence on contractor performance for critical institutional functions.
- Scope creep could increase costs beyond initial projections without adequate controls.
Positive Signals
- Full and open competition suggests a robust selection process.
- Long-term contract duration allows for stability and continuity of services.
- Fixed fee component provides a degree of cost predictability for the contractor's profit.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically supporting government administration and operations. The market for such services is large and competitive, with numerous firms capable of providing institutional support. Comparable spending benchmarks would depend on the specific nature of the support, but government contracts for administrative and technical assistance are a significant portion of federal spending.
Small Business Impact
The data indicates that small business participation (ss: false, sb: false) was not a primary set-aside criterion for this contract. There is no explicit mention of subcontracting goals for small businesses. This suggests that the primary awardee, CELEEN LLC, is likely a larger entity, and the contract's impact on the small business ecosystem may be limited unless subcontracting opportunities are pursued independently.
Oversight & Accountability
Oversight mechanisms would typically involve contract officers, program managers within USAID, and potentially the Office of Inspector General (OIG) for audits and investigations. Accountability is driven by performance metrics outlined in the contract and reporting requirements. Transparency is facilitated through contract award databases, though detailed performance data may be internal.
Related Government Programs
- USAID Program Management Support
- Federal Administrative Services Contracts
- International Development Support Services
- Professional and Technical Services
Risk Flags
- Potential for cost growth in CPFF contracts.
- Contractor performance risk.
- Justification for source exclusions requires scrutiny.
Tags
professional-services, usaid, institutional-support, cost-plus-fixed-fee, delivery-order, full-and-open-competition, district-of-columbia, large-contract, professional-engineering-services, federal-agency
Frequently Asked Questions
What is this federal contract paying for?
Agency for International Development awarded $38.2 million to CELEEN LLC. USAID/OTI INSTITUTIONAL SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is CELEEN LLC.
Which agency awarded this contract?
Awarding agency: Agency for International Development (Agency for International Development).
What is the total obligated amount?
The obligated amount is $38.2 million.
What is the period of performance?
Start: 2021-06-01. End: 2026-05-31.
What is the track record of CELEEN LLC in performing similar institutional support contracts for federal agencies?
Assessing CELEEN LLC's track record requires a review of their past performance on federal contracts, particularly those involving institutional support, administrative services, or technical assistance for agencies like USAID. Information on past performance, including client satisfaction, adherence to schedules and budgets, and any documented issues or commendations, would be available through sources like the Contractor Performance Assessment Reporting System (CPARS). A positive performance history on comparable contracts would indicate a lower risk for this current award. Conversely, a history of performance issues could raise concerns about CELEEN LLC's ability to meet the requirements of this $38.2 million contract effectively and efficiently.
How does the pricing structure (Cost Plus Fixed Fee) compare to other contract types for similar services?
Cost Plus Fixed Fee (CPFF) contracts are common for services where the scope is not precisely defined or is expected to evolve, such as research and development or complex support services. In a CPFF arrangement, the contractor is reimbursed for allowable costs plus a predetermined fixed fee representing profit. Compared to Firm-Fixed-Price (FFP) contracts, CPFF generally offers less cost certainty for the government, as costs can vary. However, it can be advantageous when flexibility is needed. Compared to Cost-Plus-Incentive-Fee (CPIF) contracts, the profit (fee) is fixed, removing the incentive for the contractor to control costs beyond what is necessary to meet performance standards, unlike CPIF where profit can be adjusted based on performance against targets.
What are the key performance indicators (KPIs) used to measure the success of this contract?
Key Performance Indicators (KPIs) for this contract would be detailed within the Performance Work Statement (PWS) or Statement of Work (SOW). These KPIs are crucial for measuring the contractor's performance and ensuring the government receives the value expected. Typical KPIs for institutional support services might include timeliness of administrative support, accuracy of financial reporting, efficiency of logistical operations, responsiveness to requests from USAID personnel, and adherence to security protocols. The contract likely specifies acceptable performance levels and the methods for measuring and reporting on these KPIs, forming the basis for performance evaluations and potential award fee determinations if applicable.
What is the historical spending pattern for institutional support services at USAID?
Analyzing historical spending patterns for institutional support services at USAID provides context for the $38.2 million awarded to CELEEN LLC. This involves examining previous contract awards for similar services over several fiscal years. Trends in spending, average contract values, dominant contract types (e.g., FFP, CPFF), and the primary contractors receiving awards can reveal patterns. For instance, if USAID consistently spends significant amounts on institutional support, it suggests a sustained need for these services. Comparing the current award value to historical averages can indicate whether this contract is within the typical range, higher, or lower, potentially signaling changes in program scope, efficiency initiatives, or market conditions.
Are there any specific risks associated with the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award type?
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' (FOUCAES) award type presents a nuanced risk profile. While it aims for broad competition, the 'exclusion of sources' element means that certain potential offerors were deemed ineligible before the main competition phase. The risk lies in understanding the justification for these exclusions; if they were arbitrary or based on flawed criteria, it could limit the pool of qualified bidders and potentially lead to suboptimal pricing or solutions. Transparency regarding the reasons for exclusion is key. If the exclusions were justified (e.g., based on specific technical requirements or past performance issues), then the remaining competition should still yield a good outcome. The primary risk is ensuring the exclusions did not unduly restrict competition.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering 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: 7200AAR00063
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 2 MATTS PATH, MASHANTUCKET, CT, 06338
Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Corporate Entity Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $82,444,446
Exercised Options: $82,444,446
Current Obligation: $38,225,981
Actual Outlays: $30,621,088
Subaward Activity
Number of Subawards: 4
Total Subaward Amount: $10,724,167
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QRAD20D1016
IDV Type: IDC
Timeline
Start Date: 2021-06-01
Current End Date: 2026-05-31
Potential End Date: 2026-05-31 00:00:00
Last Modified: 2025-01-16
More Contracts from Celeen LLC
- T&M- Uewtep III Core — $66.5M (Department of Defense)
- Office of Security Programs: Program Management Support Services — $33.1M (Department of Homeland Security)
- Specialized Technical & Staff Support — $20.0M (Department of Defense)
- Strategic Support Services - Ocfo — $8.4M (Department of Homeland Security)
- ---------- Comments: Attn: Jason Bell COR: Ariel Luna GTM: Chuck Childers Project Code: SEE Clins POP: BY: 9/29/22-9/28/23 OY1: 9/29/23-9/28/24 OY2:9/29/24-9/28/25 OY3: 9/29/25-9/28/26 OY4:9/29/26-9/28/27 Re-Compete Contract for Saqmma17f0889 CA C — $6.8M (Department of State)
Other Agency for International Development Contracts
- - Ghsc Idiq - Hiv/Aids to — $6.7B (Chemonics International, Inc.)
- Covid-19 Vaccines for International Donation — $4.2B (Pfizer Inc)
- This IS a NEW Task Order (# 03) Issued Against the Basic IQC # Gpo-I-00-05-00032-00. the Purpose of This Task Order IS to Facilitate Continuation of the Scms Program in ALL Pepfar Countries — $3.3B (Partnership for Supply Chain Management Inc)
- - Ghsc Idiq - Malaria Task Order — $2.9B (Chemonics International, Inc.)
- NEW Malaria Task Order Under the Deliver IQC; 2 Year Base Base Contract, 1 Option Year — $1.1B (John Snow, Incorporated)