DFC awards $8.8M for AIAS services to CrossBoundary LLC, with performance through June 2023

Contract Overview

Contract Amount: $8,823,797 ($8.8M)

Contractor: Crossboundary LLC

Awarding Agency: U.S. International Development Finance Corporation

Start Date: 2022-08-01

End Date: 2026-03-31

Contract Duration: 1,338 days

Daily Burn Rate: $6.6K/day

Competition Type: COMPETED UNDER SAP

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: OPTION YEAR 1 - AIAS PERIOD OF PERFORMANCE: 1 AUGUST 2022 THROUGH 18 JUNE 2023 THIS TASK ORDER IS INCREMENTALLY FUND FROM 1 AUGUST 2022 THROUGH 11 NOVEMBER 2022, ADDITIONAL FUNDS WILL OBLIGATED AS AVAILABLE.

Plain-Language Summary

U.S. International Development Finance Corporation obligated $8.8 million to CROSSBOUNDARY LLC for work described as: OPTION YEAR 1 - AIAS PERIOD OF PERFORMANCE: 1 AUGUST 2022 THROUGH 18 JUNE 2023 THIS TASK ORDER IS INCREMENTALLY FUND FROM 1 AUGUST 2022 THROUGH 11 NOVEMBER 2022, ADDITIONAL FUNDS WILL OBLIGATED AS AVAILABLE. Key points: 1. Contract awarded under Special Acquisition Procedures (SAP), suggesting a streamlined process. 2. Task order incrementally funded, indicating potential for future funding adjustments. 3. Services fall under Administrative Management and General Management Consulting, a broad category. 4. Firm Fixed Price contract type aims to control costs for the government. 5. Performance period spans over a year, suggesting a need for sustained support. 6. CrossBoundary LLC is the sole awardee for this specific task order. 7. The contract is not set aside for small businesses.

Value Assessment

Rating: fair

The awarded amount of $8.8 million for the initial period of performance is a significant investment in administrative and management consulting services. Benchmarking this against similar contracts for AIAS (Architecture, Infrastructure, and Asset Services) or related consulting engagements is challenging without more specific service details. The firm fixed price structure provides cost certainty, but the value for money will depend on the quality and impact of the consulting delivered. Further analysis would require understanding the specific deliverables and outcomes expected.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was competed under SAP (Special Acquisition Procedures), which typically implies a limited competition or a pre-qualified vendor pool. The data does not specify the number of bidders or the exact nature of the competition. Limited competition can sometimes lead to less competitive pricing compared to full and open competition, as the pool of potential offerors is restricted.

Taxpayer Impact: The limited competition under SAP means taxpayers may not benefit from the lowest possible price achievable through a broader bidding process. However, SAP can sometimes expedite procurement for specific needs.

Public Impact

The U.S. International Development Finance Corporation (DFC) is the primary beneficiary, receiving administrative and management consulting services. The services are expected to support the DFC's operations and potentially its mission delivery. The geographic impact is likely focused on the DFC's operational locations, which can be global. Workforce implications may involve supporting existing DFC staff or requiring specialized expertise not readily available internally.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically administrative and management consulting. This is a large and diverse sector supporting various government functions. Benchmarking spending in this area is difficult without more granular data on the specific consulting services provided, but government spending on management consulting is substantial across agencies.

Small Business Impact

The contract data indicates that this was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The prime contractor, CrossBoundary LLC, is not identified as a small business in the provided data.

Oversight & Accountability

Oversight for this contract would primarily reside with the U.S. International Development Finance Corporation (DFC). As a firm fixed-price contract, the DFC will monitor performance against the agreed-upon scope of work and deliverables. Transparency would be enhanced by public reporting of task order details and performance outcomes. Inspector General jurisdiction would apply if any concerns regarding fraud, waste, or abuse arise.

Related Government Programs

Risk Flags

Tags

consulting-services, administrative-management, general-management, dfc, crossboundary-llc, firm-fixed-price, limited-competition, incremental-funding, sap, professional-services, us-government

Frequently Asked Questions

What is this federal contract paying for?

U.S. International Development Finance Corporation awarded $8.8 million to CROSSBOUNDARY LLC. OPTION YEAR 1 - AIAS PERIOD OF PERFORMANCE: 1 AUGUST 2022 THROUGH 18 JUNE 2023 THIS TASK ORDER IS INCREMENTALLY FUND FROM 1 AUGUST 2022 THROUGH 11 NOVEMBER 2022, ADDITIONAL FUNDS WILL OBLIGATED AS AVAILABLE.

Who is the contractor on this award?

The obligated recipient is CROSSBOUNDARY LLC.

Which agency awarded this contract?

Awarding agency: U.S. International Development Finance Corporation (U.S. International Development Finance Corporation).

What is the total obligated amount?

The obligated amount is $8.8 million.

What is the period of performance?

Start: 2022-08-01. End: 2026-03-31.

What specific AIAS services are being provided by CrossBoundary LLC under this task order?

The provided data indicates the task order is for 'AIAS PERIOD OF PERFORMANCE' and falls under NAICS code 541611, 'Administrative Management and General Management Consulting Services.' However, the specific nature of 'AIAS' and the detailed services CrossBoundary LLC is expected to deliver are not explicitly defined in the provided snippet. These services could range from strategic planning, operational efficiency improvements, organizational development, to specialized project management support relevant to the DFC's mission. A deeper dive into the contract's Statement of Work (SOW) would be necessary to understand the precise deliverables and objectives.

How does the $8.8 million award compare to typical spending on similar administrative and management consulting services at DFC or other agencies?

Benchmarking the $8.8 million award requires understanding the scope and duration of the services. For administrative and management consulting, this amount could represent a significant engagement, especially if it covers a substantial period or highly specialized expertise. Without knowing the specific deliverables, the number of personnel involved, and the duration of the full performance period (which extends to 2026), a direct comparison is difficult. However, government-wide spending on management and consulting services is in the billions annually, making this award a notable, but not necessarily outlier, figure within that context. Comparing it to other DFC contracts for similar services or to contracts from agencies with comparable missions would provide better context.

What are the key risks associated with this contract, given the limited competition and incremental funding?

The primary risks associated with this contract stem from its procurement method and funding structure. Limited competition, even under SAP, can potentially lead to higher costs for taxpayers if robust price competition was not achieved. Incremental funding introduces uncertainty; while it allows for flexibility, it also means the total value of the contract is not fixed upfront, potentially leading to budget challenges or scope adjustments if future funding is not allocated. Furthermore, the broad nature of 'Administrative Management and General Management Consulting Services' carries a risk of scope creep or misaligned objectives if not meticulously managed and overseen by the DFC. Ensuring clear performance metrics and regular progress reviews will be crucial to mitigate these risks.

What is CrossBoundary LLC's track record with federal contracts, particularly with DFC or similar agencies?

Information regarding CrossBoundary LLC's specific track record with federal contracts, especially with the U.S. International Development Finance Corporation (DFC) or agencies with similar missions, is not provided in the data snippet. To assess their track record, one would need to examine historical contract awards, performance evaluations (if publicly available), and any past performance information submitted during the bidding process. Understanding their experience in delivering administrative and management consulting services, particularly in the context of international development finance, would be key to evaluating their capability and reliability for this task order.

How will the effectiveness of the consulting services be measured and ensured?

The effectiveness of the consulting services will be measured and ensured through the contract's performance management framework. As a Firm Fixed Price contract, the DFC will likely establish specific performance standards, deliverables, and key performance indicators (KPIs) within the Statement of Work (SOW). Regular progress reports, milestone reviews, and potentially formal acceptance testing of deliverables will be used to track progress and assess the quality of the services provided. The Contracting Officer's Representative (COR) at DFC will be responsible for day-to-day oversight, ensuring that the contractor meets the agreed-upon objectives and provides value for the funds expended. Any deviations or underperformance would be addressed through contractual mechanisms.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

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

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1627 I ST NW STE 810, WASHINGTON, DC, 20006

Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $9,356,704

Exercised Options: $9,356,704

Current Obligation: $8,823,797

Actual Outlays: $7,663,821

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 77344420D0001

IDV Type: IDC

Timeline

Start Date: 2022-08-01

Current End Date: 2026-03-31

Potential End Date: 2026-03-31 00:00:00

Last Modified: 2025-12-17

Other U.S. International Development Finance Corporation Contracts

View all U.S. International Development Finance Corporation contracts →

Explore Related Government Spending