GSA awards $3.2M contract to LNKE TECHNOLOGIES INC. for administrative management consulting services
Contract Overview
Contract Amount: $3,228,529 ($3.2M)
Contractor: Lnke Technologies Inc.
Awarding Agency: General Services Administration
Start Date: 2022-09-12
End Date: 2026-09-11
Contract Duration: 1,460 days
Daily Burn Rate: $2.2K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: HUD'S PAY.GOV COMMON SERVICES (HPCS)
Place of Performance
Location: ATLANTA, FULTON County, GEORGIA, 30303
State: Georgia Government Spending
Plain-Language Summary
General Services Administration obligated $3.2 million to LNKE TECHNOLOGIES INC. for work described as: HUD'S PAY.GOV COMMON SERVICES (HPCS) Key points: 1. Contract awarded for administrative management and general management consulting services. 2. The contract has a fixed price structure, indicating defined costs for services. 3. The duration of the contract is 1460 days, spanning over four years. 4. The contract was not competed, raising questions about potential cost savings through competition. 5. The awardee, LNKE TECHNOLOGIES INC., is based in Georgia. 6. This contract falls under the Administrative Management and General Management Consulting Services NAICS code. 7. The contract is a definitive contract, suggesting a clear scope of work and terms. 8. The contract is not set aside for small businesses, nor does it appear to have specific subcontracting goals mentioned.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging without more specific details on the services provided and comparable contracts. The fixed-price nature suggests cost certainty, but the lack of competition prevents an assessment of whether the price is competitive. Without a clear understanding of the deliverables and market rates for similar consulting services, it's difficult to definitively assess value for money. Further analysis would require comparing the scope of work to other government contracts for administrative management consulting.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not open to competition from other vendors. This approach is typically used when only one vendor can provide the required services, or in specific circumstances defined by procurement regulations. The lack of competition means that the government did not explore potential cost savings or a wider range of solutions that might have been available through a competitive bidding process.
Taxpayer Impact: Taxpayers may not be receiving the best possible price or value due to the absence of competitive pressure. A sole-source award limits the government's ability to negotiate favorable terms and pricing.
Public Impact
The primary beneficiary of this contract is the General Services Administration (GSA), which will receive administrative management and general management consulting services. The services delivered are expected to support the operational efficiency and management functions within the GSA. The geographic impact is primarily within the agency's operational areas, with the contractor based in Georgia. Workforce implications are likely to involve the contractor's personnel providing specialized consulting expertise to the agency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs for taxpayers.
- Limited transparency into the justification for a sole-source award.
- Potential for reduced innovation or alternative solutions due to no competitive pressure.
Positive Signals
- Fixed-price contract provides cost certainty for the government.
- Long-term contract (4 years) offers stability for service delivery.
- Contract awarded to a specific firm, potentially leveraging specialized expertise.
Sector Analysis
The administrative management and general management consulting services sector is a significant part of the government's procurement landscape, supporting various agencies in optimizing their operations. This contract, valued at $3.2 million, fits within this sector by providing specialized expertise. Comparable spending in this sector can vary widely based on the scope and duration of services, but this contract appears to be of moderate size for a four-year engagement.
Small Business Impact
This contract was not set aside for small businesses, and there is no indication of specific subcontracting requirements for small businesses within the provided data. This means that opportunities for small businesses to participate in this contract, either as the prime contractor or as subcontractors, are not explicitly defined or prioritized in this award. The absence of small business considerations could limit the participation of smaller firms in this particular procurement.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the General Services Administration's Federal Acquisition Service. Accountability measures are inherent in the definitive contract structure, which outlines specific deliverables and terms. Transparency regarding the justification for the sole-source award would be crucial for assessing oversight effectiveness. Inspector General jurisdiction would apply if any issues of fraud, waste, or abuse arise during the contract's performance.
Related Government Programs
- GSA Federal Acquisition Service Contracts
- Administrative Management Consulting Services
- General Management Consulting Services
- Sole-Source Contract Awards
Risk Flags
- Sole-source award lacks competitive pricing.
- Limited transparency on justification for sole-source.
- No small business subcontracting goals specified.
Tags
gsa, administrative-management-consulting, general-management-consulting, definitive-contract, firm-fixed-price, sole-source, georgia, moderate-size-contract, professional-services, federal-acquisition-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3.2 million to LNKE TECHNOLOGIES INC.. HUD'S PAY.GOV COMMON SERVICES (HPCS)
Who is the contractor on this award?
The obligated recipient is LNKE TECHNOLOGIES INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $3.2 million.
What is the period of performance?
Start: 2022-09-12. End: 2026-09-11.
What specific administrative management and general management consulting services are being provided under this contract?
The provided data indicates the contract is for 'Administrative Management and General Management Consulting Services' under NAICS code 541611. However, the specific nature of these services is not detailed. Typically, such services can encompass a wide range of activities including organizational structure analysis, process improvement, strategic planning, policy development, operational efficiency assessments, and management support. Without a detailed statement of work or contract line item details, it is impossible to ascertain the precise services LNKE TECHNOLOGIES INC. will deliver to the General Services Administration (GSA).
What is the justification for awarding this contract on a sole-source basis?
The data explicitly states the contract was 'NOT AVAILABLE FOR COMPETITION,' which is synonymous with a sole-source award. Government agencies typically award contracts on a sole-source basis when only one responsible source can provide the required supplies or services. This can occur due to unique capabilities, urgent needs, or specific circumstances outlined in federal acquisition regulations (FAR). A detailed justification, often documented in a Justification for Other Than Full and Open Competition (JOFOC), would be required by the GSA to support this sole-source determination. This document would explain why competition was not feasible or practicable for this specific procurement.
How does the $3.2 million contract value compare to similar administrative management consulting contracts awarded by the GSA?
Comparing the $3.2 million contract value for LNKE TECHNOLOGIES INC. to similar administrative management and general management consulting services contracts awarded by the GSA requires access to a broader dataset of federal procurements. However, for a four-year definitive contract (1460 days), this value suggests a moderate-sized engagement. Many consulting contracts can range from tens of thousands to tens of millions of dollars, depending on the scope, duration, and complexity of the services. Without specific details on the deliverables and the level of effort, a precise benchmark is difficult. The sole-source nature also complicates direct value comparisons, as competitive bids often drive pricing down.
What is the track record of LNKE TECHNOLOGIES INC. in performing government contracts, particularly for the GSA?
The provided data does not include information on the track record of LNKE TECHNOLOGIES INC. in performing government contracts. To assess their past performance, one would typically need to consult resources like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS). These systems often contain ratings and feedback on previous contracts awarded to a company. Without this information, it is difficult to evaluate LNKE TECHNOLOGIES INC.'s reliability, quality of service, and ability to meet contractual obligations based on historical performance.
What are the potential risks associated with a sole-source award for administrative consulting services?
The primary risk associated with a sole-source award for administrative consulting services is the potential for inflated costs due to the lack of competitive pressure. Without competing bids, the government may not secure the most cost-effective solution. Another risk is the limited range of innovative approaches or specialized expertise that might be brought by other qualified firms. Furthermore, a sole-source award can sometimes indicate a lack of thorough market research or a failure to identify potential competitors, which could be a missed opportunity for the government to leverage a broader market. Transparency in the justification process is key to mitigating these risks.
How does the fixed-price contract type impact the risk allocation between the government and LNKE TECHNOLOGIES INC.?
A Firm Fixed Price (FFP) contract, as indicated for this award, places the majority of the cost risk on the contractor, LNKE TECHNOLOGIES INC. This means the contractor is obligated to complete the work for the agreed-upon price, regardless of their actual costs incurred. If their costs exceed the fixed price, they absorb the loss. Conversely, the government benefits from cost certainty, as the total price is established upfront. This contract type is generally preferred when the scope of work is well-defined and the risks of cost overruns are manageable by the contractor. It incentivizes the contractor to control costs efficiently.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 86615422R00004
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 236 AUBURN AVE NE STE 103-B, ATLANTA, GA, 30303
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, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $4,202,952
Exercised Options: $3,228,529
Current Obligation: $3,228,529
Actual Outlays: $2,687,873
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2022-09-12
Current End Date: 2026-09-11
Potential End Date: 2027-09-11 00:00:00
Last Modified: 2026-02-16
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)