PKF-CHWALIK-GREEN RAPTR task order awarded to LMI Consulting for $30.8M to provide office administrative services

Contract Overview

Contract Amount: $30,753,101 ($30.8M)

Contractor: LMI Consulting, LLC

Awarding Agency: Department of Defense

Start Date: 2023-09-29

End Date: 2026-09-28

Contract Duration: 1,095 days

Daily Burn Rate: $28.1K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIXED PRICE LEVEL OF EFFORT

Sector: Other

Official Description: PKF-CHWALIK-GREEN RAPTR TASK ORDER FOR SWAC

Place of Performance

Location: COLORADO SPRINGS, EL PASO County, COLORADO, 80916

State: Colorado Government Spending

Plain-Language Summary

Department of Defense obligated $30.8 million to LMI CONSULTING, LLC for work described as: PKF-CHWALIK-GREEN RAPTR TASK ORDER FOR SWAC Key points: 1. The contract value of $30.8M over three years suggests a significant need for ongoing administrative support. 2. Awarded as a delivery order, this task order likely leverages an existing contract vehicle, potentially impacting competition. 3. The fixed-price level-of-effort contract type aims to control costs while ensuring necessary services are rendered. 4. The duration of 1095 days indicates a long-term requirement for these administrative functions. 5. The absence of specific performance metrics or a clear value-for-money assessment in the provided data warrants further investigation. 6. The contractor, LMI Consulting, has a track record that should be reviewed to assess past performance and reliability.

Value Assessment

Rating: fair

Benchmarking the value of this $30.8M contract is challenging without comparable data on office administrative services for similar defense agencies. The fixed-price level-of-effort structure provides some cost control, but the overall value proposition depends heavily on the efficiency and effectiveness of LMI Consulting's service delivery. Without specific performance metrics or a comparison to market rates for equivalent services, it's difficult to definitively assess if this represents excellent value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded as a delivery order under a vehicle that was 'NOT AVAILABLE FOR COMPETITION'. This indicates that the specific contract vehicle used for this award was not open to a broad range of bidders. The implications for price discovery are that competition was likely limited or non-existent at the task order level, potentially leading to higher prices than if it had been competed openly.

Taxpayer Impact: Taxpayers may not have received the benefit of competitive pricing, as the award was not subject to open market forces. This could mean that the government paid more than it might have under a fully competed scenario.

Public Impact

The primary beneficiaries are likely the Department of the Air Force personnel who will receive enhanced administrative support. Services delivered include essential office administrative functions crucial for the smooth operation of the agency. The geographic impact is centered around the Department of the Air Force's operations, likely within Colorado where the contractor is registered. Workforce implications may include the direct employment of staff by LMI Consulting to fulfill the contract requirements.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited competition raises concerns about potential overpricing and reduced incentive for contractor efficiency.
  • Lack of detailed performance metrics makes it difficult to assess the true value and effectiveness of the services provided.
  • The 'NOT AVAILABLE FOR COMPETITION' designation for the contract vehicle warrants scrutiny to understand why broader competition was precluded.

Positive Signals

  • The fixed-price level-of-effort contract type provides a degree of cost certainty for the government.
  • The award to LMI Consulting, assuming they have a positive performance history, suggests a level of confidence in their capabilities.
  • The task order is for essential administrative services, indicating a clear and ongoing need within the agency.

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically administrative services. The North American Industry Classification System (NAICS) code 561110, Office Administrative Services, represents a broad category of support functions. The total federal spending in this sector is substantial, with administrative services forming a critical component of agency operations. Benchmarking this $30.8M award requires comparison against other large-scale administrative support contracts within the federal government, particularly those supporting defense agencies.

Small Business Impact

The data indicates that small business participation is not a primary focus for this specific contract, as the 'ss' (small business set-aside) and 'sb' (small business) flags are false. There is no indication of subcontracting requirements for small businesses within the provided details. This suggests that the contract is not designed to directly benefit the small business ecosystem, and opportunities for small business involvement are likely limited unless LMI Consulting voluntarily engages them.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Air Force's contracting and program management offices. Accountability measures are inherent in the fixed-price level-of-effort structure, which obligates the contractor to perform a defined scope of work. Transparency is dependent on the agency's reporting practices and the public availability of contract details. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • General Services Administration (GSA) Schedules
  • Professional Services Schedule (PSS)
  • Department of Defense Administrative Support Contracts
  • Office Administrative Services Contracts

Risk Flags

  • Limited competition
  • Lack of performance metrics
  • Potential for overpricing due to sole-source award
  • Unclear value for money without benchmarks

Tags

department-of-defense, department-of-the-air-force, administrative-services, lmi-consulting, fixed-price-level-of-effort, sole-source, delivery-order, colorado, professional-services, office-administrative-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $30.8 million to LMI CONSULTING, LLC. PKF-CHWALIK-GREEN RAPTR TASK ORDER FOR SWAC

Who is the contractor on this award?

The obligated recipient is LMI CONSULTING, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $30.8 million.

What is the period of performance?

Start: 2023-09-29. End: 2026-09-28.

What is LMI Consulting's track record with federal contracts, particularly for administrative services?

Assessing LMI Consulting's track record is crucial for understanding their reliability and past performance. A review of their contract history would reveal the types of services they have provided, their performance ratings on previous awards, and any instances of contract disputes or terminations. For administrative services, it's important to see if they have successfully managed contracts of similar size and scope, especially within the Department of Defense. Positive past performance indicators would include consistently meeting deadlines, delivering quality services, and adhering to budget constraints. Conversely, any negative performance history would raise concerns about their ability to successfully execute this current $30.8M task order.

How does the $30.8M value compare to similar administrative support contracts within the Department of Defense?

The $30.8M value for this three-year task order for office administrative services needs to be benchmarked against comparable contracts within the Department of Defense. Without specific details on the scope of services, it's difficult to make a precise comparison. However, if similar contracts for comparable administrative functions are significantly lower in value, it could indicate that this award is priced higher than the market average. Conversely, if other large-scale administrative support contracts within the DoD are in a similar price range, it might suggest that this award is in line with industry standards for extensive support. Further analysis would require identifying contracts with similar NAICS codes and service descriptions.

What are the specific risks associated with a 'NOT AVAILABLE FOR COMPETITION' contract vehicle for administrative services?

Awarding a contract under a vehicle designated as 'NOT AVAILABLE FOR COMPETITION' carries inherent risks, primarily related to cost and efficiency. The most significant risk is the lack of competitive pressure, which can lead to inflated pricing as the contractor may not feel compelled to offer the most cost-effective solution. This also reduces the incentive for the contractor to innovate or improve service delivery beyond the minimum requirements. Furthermore, it limits the government's ability to explore a wider range of potential providers who might offer specialized expertise or more efficient service models. This lack of competition can also obscure potential inefficiencies or suboptimal performance, as there are no benchmarks from other bidders to compare against.

How effective is the fixed-price level-of-effort contract type in ensuring value for administrative services?

The fixed-price level-of-effort (FPLE) contract type aims to provide cost certainty for the government while ensuring that a specific amount of effort is expended. For administrative services, this means the contractor is paid a fixed price for a predetermined number of labor hours or a defined scope of work. This structure is generally effective in controlling costs, as the total price is set upfront. However, its effectiveness in ensuring value is contingent on the accuracy of the estimated effort and the contractor's efficiency in performing the work. If the estimated effort is too high, the government may overpay for the actual services rendered. Conversely, if the effort is underestimated, the contractor may be incentivized to cut corners to stay within the fixed price. Robust oversight is needed to ensure the contractor is diligently performing the required effort.

What are the potential implications of this contract on the broader administrative services market within the federal sector?

This $30.8M task order, awarded to LMI Consulting, represents a significant portion of spending within the administrative services category for the Department of the Air Force. Its implications on the broader market depend on the specific services rendered and the competitive landscape. If this award is part of a trend towards consolidating administrative support functions under large, sole-source vehicles, it could limit opportunities for smaller, specialized providers. Conversely, if LMI Consulting utilizes small business subcontractors, it could create opportunities within the small business ecosystem. The 'NOT AVAILABLE FOR COMPETITION' nature of the underlying contract vehicle suggests a potentially less dynamic market for this specific requirement, which could influence how other agencies approach similar needs.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesOffice Administrative ServicesOffice Administrative Services

Product/Service Code: RESEARCH AND DEVELOPMENTC – National Defense R&D Services

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIXED PRICE LEVEL OF EFFORT (B)

Evaluated Preference: NONE

Contractor Details

Address: 7940 JONES BRANCH DR, TYSONS CORNER, VA, 22102

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $40,259,344

Exercised Options: $40,259,344

Current Obligation: $30,753,101

Actual Outlays: $2,312,207

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: FA701423D0009

IDV Type: IDC

Timeline

Start Date: 2023-09-29

Current End Date: 2026-09-28

Potential End Date: 2027-09-28 00:00:00

Last Modified: 2025-11-19

More Contracts from LMI Consulting, LLC

View all LMI Consulting, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending