DoD's $23.9M contract for linguist services awarded to Nangwik Services, LLC, raises questions about competition and value

Contract Overview

Contract Amount: $23,933,304 ($23.9M)

Contractor: Nangwik Services, LLC

Awarding Agency: Department of Defense

Start Date: 2007-09-26

End Date: 2010-03-09

Contract Duration: 895 days

Daily Burn Rate: $26.7K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: LINGUIST SERVICES

Place of Performance

Location: SAN ANTONIO, BEXAR County, TEXAS, 78243

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $23.9 million to NANGWIK SERVICES, LLC for work described as: LINGUIST SERVICES Key points: 1. The contract's value of $23.9 million over its period of performance suggests a significant investment in specialized language support. 2. Awarded on a 'not available for competition' basis, the lack of open bidding limits price discovery and potentially increases costs. 3. The time and materials contract type can lead to cost overruns if not closely managed, posing a risk to budget adherence. 4. Nangwik Services, LLC, as the sole awardee, suggests a niche market or specific capabilities required, but warrants scrutiny for potential market concentration. 5. The contract's duration and the relatively high total award amount indicate a sustained need for these services within the Department of Defense. 6. Performance context is limited without specific metrics on service delivery quality or mission impact.

Value Assessment

Rating: questionable

Benchmarking the value of this $23.9 million contract is challenging without comparable data for linguist services under similar contract vehicles. The time and materials pricing structure, while flexible, carries inherent risks of cost escalation compared to fixed-price contracts. Without detailed performance metrics or a competitive bidding process, it is difficult to definitively assess whether the government received optimal value for its investment. The absence of a competitive award also prevents a direct comparison of pricing against market rates.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded under a 'not available for competition' justification, indicating that a full and open competition was not pursued. This typically occurs when only one source is capable of meeting the requirement, or in specific circumstances like follow-on work to a previous sole-source award. The lack of multiple bidders means that the government did not benefit from the price reductions and innovation that typically arise from a competitive bidding process.

Taxpayer Impact: Taxpayers may have paid a premium due to the absence of competition. Without competing offers, there is less pressure on the contractor to offer the most cost-effective solution, potentially leading to higher overall expenditures for these essential services.

Public Impact

The Department of Defense benefits from specialized translation and interpretation services crucial for intelligence, operations, and diplomatic engagements. This contract supports military personnel and potentially civilian agencies requiring linguistic support in various operational theaters. The geographic impact is likely global, supporting U.S. military presence and operations worldwide. Workforce implications include the employment of skilled linguists and interpreters, potentially both U.S. citizens and foreign nationals, depending on operational needs.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competitive bidding limits price discovery and may result in higher costs for taxpayers.
  • Time and materials contract type introduces risk of cost overruns if not diligently managed.
  • Sole-source award raises concerns about market concentration and potential lack of contractor incentive for cost efficiency.
  • Limited public information on performance metrics makes it difficult to assess the true value and effectiveness of the services rendered.
  • The contract's significant dollar value warrants close monitoring to ensure continued justification for its necessity and cost.

Positive Signals

  • Award to Nangwik Services, LLC, suggests the contractor possesses specialized capabilities meeting a specific DoD requirement.
  • The sustained award over several years indicates a consistent and critical need for these linguist services within the Air Force.
  • The contract supports essential national security functions requiring linguistic expertise.
  • The contract is associated with a specific NAICS code (541930), indicating a defined service category.

Sector Analysis

The market for translation and interpretation services is diverse, encompassing government, legal, medical, and commercial sectors. Federal spending in this area is substantial, driven by national security, international relations, and regulatory compliance needs. This contract falls within the professional, scientific, and technical services sector, specifically focusing on language services. Comparable spending benchmarks are difficult to establish precisely due to the specialized nature of military linguist requirements and the sole-source award mechanism.

Small Business Impact

This contract was not awarded as a small business set-aside, nor does it appear to have specific subcontracting requirements for small businesses mandated in the provided data. The sole-source nature of the award further limits opportunities for small businesses to participate in this specific contract vehicle. Future opportunities for small businesses in this sector would likely depend on different contract vehicles or specific set-aside initiatives within the broader federal procurement landscape.

Oversight & Accountability

Oversight for this contract would primarily reside with the contracting officer and the relevant Department of the Air Force contracting and program management offices. Accountability measures are typically embedded within the contract terms, including performance standards and reporting requirements. Transparency is limited due to the sole-source nature and the lack of detailed public reporting on performance metrics. Inspector General jurisdiction would apply if any allegations of fraud, waste, or abuse arise.

Related Government Programs

  • Department of Defense Language Services
  • Intelligence Community Language Support
  • Translation and Interpretation Services Contracts
  • Federal Professional Services Procurement

Risk Flags

  • Sole-source award
  • Time and materials contract type
  • Lack of publicly available performance data
  • Potential for cost overruns

Tags

defense, department-of-defense, air-force, linguist-services, translation-interpretation, sole-source, time-and-materials, nangwik-services-llc, professional-services, texas, not-available-for-competition

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $23.9 million to NANGWIK SERVICES, LLC. LINGUIST SERVICES

Who is the contractor on this award?

The obligated recipient is NANGWIK SERVICES, 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 $23.9 million.

What is the period of performance?

Start: 2007-09-26. End: 2010-03-09.

What specific linguistic capabilities does Nangwik Services, LLC possess that justified a sole-source award?

The justification for a sole-source award typically stems from unique capabilities, specialized knowledge, or the unavailability of other sources meeting the stringent requirements. For linguist services, this could involve rare language expertise, specific security clearances required for personnel, proven performance on highly sensitive missions, or the need for continuity with a contractor already deeply embedded in ongoing operations. Without the specific justification document, it's presumed that Nangwik Services, LLC demonstrated to the Department of the Air Force that it was the only entity capable of fulfilling the critical linguistic needs of the contract, potentially involving specific dialects, high-level security clearances, or specialized technical vocabulary essential for the mission.

How does the time and materials (T&M) contract type compare to other contract types for linguist services in terms of cost-effectiveness?

Time and Materials (T&M) contracts are often used when the scope of work is not clearly defined or when the level of effort is uncertain. While T&M offers flexibility, it carries a higher risk of cost overruns compared to fixed-price contracts because the government pays for the actual labor hours and materials used. For linguist services, where the demand might fluctuate or the specific tasks can vary, T&M can be advantageous for ensuring coverage. However, it necessitates robust oversight and detailed tracking of hours and expenses to prevent inefficiency and ensure value. Fixed-price contracts, conversely, provide greater cost certainty but may require a more precise definition of requirements upfront and could lead to contractor complacency or reduced service quality if not carefully managed.

What are the potential risks associated with awarding a $23.9 million contract on a sole-source basis?

The primary risk of a sole-source award, especially for a contract valued at $23.9 million, is the lack of competitive pressure. This can lead to inflated pricing, as the contractor faces no direct incentive to offer the most cost-effective solution. It also limits the government's ability to explore innovative approaches or benefit from a wider pool of talent and expertise that might be available through open competition. Furthermore, sole-source awards can create a perception of favoritism or market distortion, potentially discouraging other capable firms from developing the necessary qualifications if they believe future opportunities will be similarly restricted. Effective oversight and negotiation become paramount to mitigate these risks.

What performance metrics are typically used to evaluate linguist services contracts, and are they available for this contract?

Performance metrics for linguist services contracts commonly include accuracy rates (e.g., percentage of correct translations/interpretations), timeliness of delivery (e.g., meeting deadlines for translated documents or availability for interpretation), adherence to security protocols, and overall client satisfaction. Specific metrics might also relate to the number of languages supported, the volume of work completed, and the successful completion of mission-critical tasks. Unfortunately, detailed performance metrics for this specific contract are not publicly available in the provided data. Access to such data would typically be through internal government performance reports or contractually mandated deliverables, which are often considered sensitive or proprietary.

How does this contract's spending compare to historical federal spending on translation and interpretation services?

Historical federal spending on translation and interpretation services has been substantial and generally increasing, driven by global engagement, national security imperatives, and diverse agency needs. While this specific $23.9 million contract represents a significant investment, it is one of many such contracts across various federal agencies. To provide a precise comparison, one would need to analyze aggregated spending data from agencies like the Department of Defense, State Department, intelligence agencies, and others over several fiscal years. This contract's value, awarded to a single entity, highlights the significant financial commitment required for specialized linguistic support, but its proportion within the broader federal landscape requires a comprehensive analysis of total government-wide expenditures in this category.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesOther Professional, Scientific, and Technical ServicesTranslation and Interpretation Services

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

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: THE Chenega Corporation (UEI: 622692994)

Address: 4651 SALISBURY RD QUAD 1 STE 251, JACKSONVILLE, FL, 90

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $24,996,528

Exercised Options: $24,996,528

Current Obligation: $23,933,304

Contract Characteristics

Cost or Pricing Data: NO

Timeline

Start Date: 2007-09-26

Current End Date: 2010-03-09

Potential End Date: 2010-03-09 00:00:00

Last Modified: 2011-04-14

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending