HHS FDA Awards $2.49M for HQ Consolidation and Space Optimization Support Services to Teya Diversified Services LLC

Contract Overview

Contract Amount: $2,485,584 ($2.5M)

Contractor: Teya Diversified Services LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2025-12-19

End Date: 2027-11-16

Contract Duration: 697 days

Daily Burn Rate: $3.6K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: HEADQUARTERS CONSOLIDATION AND SPACE OPTIMIZATION SUPPORT SERVICES- BASE + THREE OPTION YEARS

Place of Performance

Location: SILVER SPRING, MONTGOMERY County, MARYLAND, 20993

State: Maryland Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $2.5 million to TEYA DIVERSIFIED SERVICES LLC for work described as: HEADQUARTERS CONSOLIDATION AND SPACE OPTIMIZATION SUPPORT SERVICES- BASE + THREE OPTION YEARS Key points: 1. The contract focuses on essential support services for headquarters consolidation and space optimization. 2. Competition was limited, raising questions about potential price discovery. 3. The firm fixed-price contract type aims to control costs. 4. The sector is primarily administrative and facilities support within the federal government.

Value Assessment

Rating: fair

The award amount of $2.49M over approximately two years seems reasonable for specialized support services. However, without detailed task breakdowns and market research, a precise comparison to similar contracts is difficult.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under a limited competition, suggesting that not all potential vendors were solicited. This approach may limit the government's ability to secure the most competitive pricing.

Taxpayer Impact: The limited competition could potentially lead to higher costs for taxpayers compared to a fully open and competitive process.

Public Impact

Supports critical administrative functions for the FDA. Impacts federal employees and operations at headquarters. Ensures efficient use of government facilities and resources.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited competition may result in suboptimal pricing.
  • Lack of detailed cost breakdown makes value assessment challenging.

Positive Signals

  • Firm fixed-price contract helps control costs.
  • Services support essential government operations.

Sector Analysis

This contract falls under administrative and support services, a broad category within federal spending. Benchmarks for this specific niche are hard to establish without more granular data, but overall federal spending on support services is substantial.

Small Business Impact

The data indicates this contract was not awarded to a small business. Further analysis would be needed to determine if small business set-asides were considered or appropriate for this requirement.

Oversight & Accountability

Oversight will be crucial to ensure Teya Diversified Services LLC meets performance expectations and that the services provided align with the stated goals of consolidation and optimization.

Related Government Programs

  • All Other Support Services
  • Department of Health and Human Services Contracting
  • Food and Drug Administration Programs

Risk Flags

  • Limited competition
  • Potential for price creep in option years
  • Lack of detailed cost breakdown
  • No small business participation noted

Tags

all-other-support-services, department-of-health-and-human-services, md, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $2.5 million to TEYA DIVERSIFIED SERVICES LLC. HEADQUARTERS CONSOLIDATION AND SPACE OPTIMIZATION SUPPORT SERVICES- BASE + THREE OPTION YEARS

Who is the contractor on this award?

The obligated recipient is TEYA DIVERSIFIED SERVICES LLC.

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Food and Drug Administration).

What is the total obligated amount?

The obligated amount is $2.5 million.

What is the period of performance?

Start: 2025-12-19. End: 2027-11-16.

What specific metrics will be used to evaluate the success of the headquarters consolidation and space optimization efforts?

Success metrics should focus on quantifiable outcomes such as reduced real estate footprint, cost savings in facility operations (utilities, maintenance), improved employee workspace satisfaction, and enhanced operational efficiency resulting from the consolidation. The FDA should clearly define these metrics in the contract's performance work statement and monitor them regularly.

How will the government ensure fair pricing throughout the option years, given the limited competition for the base award?

The government should conduct thorough market research before exercising option years to ensure pricing remains competitive. Price negotiation should be rigorous, referencing industry benchmarks and the initial award's cost structure. If significant price increases are proposed, a re-evaluation of competition might be warranted.

What is the potential impact of this consolidation on FDA's operational continuity and employee morale?

Effective consolidation planning should prioritize minimal disruption to ongoing operations and clear communication with employees. Addressing employee concerns about workspace changes, commute impacts, and team cohesion proactively can mitigate negative effects on morale and maintain productivity during and after the transition.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesOther Support ServicesAll Other Support Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 101 E 9TH AVE STE 9B MS-07, ANCHORAGE, AK, 99501

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Manufacturer of Goods, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $5,016,199

Exercised Options: $5,016,199

Current Obligation: $2,485,584

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 75F40125D00023

IDV Type: IDC

Timeline

Start Date: 2025-12-19

Current End Date: 2027-11-16

Potential End Date: 2029-11-16 00:00:00

Last Modified: 2026-01-23

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending