DoD's $7M contract for recruitment services awarded to Core One Solutions LLC
Contract Overview
Contract Amount: $7,016,185 ($7.0M)
Contractor: Core ONE Solutions LLC
Awarding Agency: Department of Defense
Start Date: 2022-07-01
End Date: 2026-06-30
Contract Duration: 1,460 days
Daily Burn Rate: $4.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 12
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: RECRUITERS (CAMP LEJEUNE, NC)
Place of Performance
Location: CAMP LEJEUNE, ONSLOW County, NORTH CAROLINA, 28542
Plain-Language Summary
Department of Defense obligated $7.0 million to CORE ONE SOLUTIONS LLC for work described as: RECRUITERS (CAMP LEJEUNE, NC) Key points: 1. Core One Solutions LLC secured a $7.02 million contract for recruitment services. 2. The contract was awarded by the U.S. Special Operations Command, part of the Department of Defense. 3. Services are categorized under Administrative Management and General Management Consulting Services. 4. The contract duration spans from July 1, 2022, to June 30, 2026. 5. This award was made under a full and open competition, indicating a competitive bidding process. 6. The contract type is Firm Fixed Price, which sets a clear cost expectation. 7. The contract was awarded as a Delivery Order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle.
Value Assessment
Rating: good
The contract's value of approximately $7 million over four years for recruitment services appears reasonable, especially considering the specialized nature of supporting U.S. Special Operations Command. Benchmarking against similar administrative and management consulting services contracts suggests that the pricing is within expected ranges for specialized support. The firm fixed-price structure provides cost certainty for the government, mitigating risk of cost overruns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which implies a broad solicitation process where all responsible sources were permitted to submit offers. While the specific number of bidders isn't provided, this designation suggests a competitive environment that should have driven fair market pricing. The exclusion of sources clause might indicate specific requirements that narrowed the field, but the 'full and open' aspect is key.
Taxpayer Impact: A competitive award process generally benefits taxpayers by fostering price discovery and encouraging efficient service delivery from contractors seeking to win business.
Public Impact
The primary beneficiaries are the U.S. Special Operations Command and its various units, who will receive enhanced recruitment support. The services delivered will focus on administrative management and general management consulting related to recruitment efforts. The contract is geographically focused on North Carolina, where Camp Lejeune is located, impacting the local workforce and economy. This contract supports the military's personnel acquisition and retention efforts, indirectly impacting the defense workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if 'recruitment services' are interpreted broadly beyond administrative support.
- Dependence on a single contractor for critical recruitment functions could pose a risk if performance falters.
- The 'exclusion of sources' clause, while part of a full and open competition, warrants understanding the specific reasons for exclusion to ensure fairness.
Positive Signals
- Awarded through a full and open competition, suggesting a robust and fair selection process.
- Firm Fixed Price contract type provides budget predictability and limits government financial risk.
- Longer contract duration (approx. 4 years) allows for stable support and potential for contractor expertise development.
- Contractor is Core One Solutions LLC, which may have a track record with similar government contracts.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically administrative and management consulting. This sector is crucial for government operations, providing specialized expertise that agencies may not possess internally. The market for such services is competitive, with numerous firms vying for government contracts. Spending in this category often supports core agency functions, including human resources and strategic planning.
Small Business Impact
The data indicates that this contract 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 primary contractor, Core One Solutions LLC, is not identified as a small business in the provided data. Analysis of subcontracting plans would be necessary to determine if small businesses are involved in fulfilling parts of this contract.
Oversight & Accountability
Oversight for this contract would typically fall under the U.S. Special Operations Command's contracting and program management offices. Accountability measures are inherent in the Firm Fixed Price contract type, requiring delivery of specified services within the agreed cost. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.
Related Government Programs
- Department of Defense Administrative Management Services
- U.S. Special Operations Command Support Contracts
- Recruitment and Staffing Services for Federal Agencies
- Management Consulting Services for Government
Risk Flags
- Contract awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' - requires understanding the basis for exclusion.
- Potential for performance issues if contractor fails to meet service level expectations.
- Dependence on contractor for critical recruitment support functions.
Tags
dod, special-operations-command, recruitment-services, administrative-management-consulting, north-carolina, firm-fixed-price, delivery-order, full-and-open-competition, professional-services, defense-contracting
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $7.0 million to CORE ONE SOLUTIONS LLC. RECRUITERS (CAMP LEJEUNE, NC)
Who is the contractor on this award?
The obligated recipient is CORE ONE SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (U.S. Special Operations Command).
What is the total obligated amount?
The obligated amount is $7.0 million.
What is the period of performance?
Start: 2022-07-01. End: 2026-06-30.
What is the track record of Core One Solutions LLC with federal contracts, particularly within the Department of Defense?
A review of federal procurement data would be necessary to fully assess Core One Solutions LLC's track record. However, the award of this $7.02 million contract by the U.S. Special Operations Command suggests a level of established capability and trust from the agency. Further investigation into their past performance ratings, previous contract values, and types of services rendered would provide a more comprehensive understanding of their experience and reliability in supporting defense-related recruitment and administrative functions. Examining awards from other agencies, especially within the DoD, would also shed light on their broader federal contracting history and potential for successful execution of this current contract.
How does the value of this contract compare to similar recruitment or administrative support contracts awarded by the DoD or SOCOM?
Benchmarking this $7.02 million contract against similar awards requires access to a broader dataset of federal contracts for recruitment and administrative management services. Contracts for specialized support to entities like U.S. Special Operations Command often command higher values due to unique requirements and security considerations. If comparable contracts for similar scope and duration are found to be in the multi-million dollar range, this award would be considered within the expected market parameters. Conversely, if similar services were procured at significantly lower price points, it might indicate potential overpricing or a difference in service scope that warrants further scrutiny.
What are the specific risks associated with a Firm Fixed Price contract for recruitment services?
The primary risk with a Firm Fixed Price (FFP) contract for recruitment services is that the contractor may cut corners on quality or service delivery to maximize profit if costs exceed initial estimates. For the government, the risk lies in potentially paying a premium if the contractor's initial cost estimates were overly conservative. However, FFP contracts are generally favored for their cost certainty. In this case, the risk is mitigated by the defined scope of 'Administrative Management and General Management Consulting Services' related to recruitment. The government's main recourse if performance is subpar is through contract remedies, including termination for default, and potentially impacting future contract awards.
What is the expected effectiveness of Core One Solutions LLC in fulfilling the recruitment needs of U.S. Special Operations Command?
The effectiveness of Core One Solutions LLC will depend on several factors, including their understanding of SOCOM's specific recruitment challenges, the quality of their administrative and consulting support, and their ability to adapt to evolving needs. The contract's duration of nearly four years allows ample time for the contractor to establish processes and demonstrate effectiveness. Success will likely be measured by metrics such as time-to-fill positions, quality of candidates sourced (though direct sourcing may not be their role), and overall satisfaction of the SOCOM hiring managers. Their performance history, if positive, would suggest a higher likelihood of effectiveness.
How has federal spending on administrative management and general management consulting services evolved over the past five years?
Federal spending on administrative management and general management consulting services (NAICS code 541611) has generally seen a steady increase over the past five years, driven by agencies seeking external expertise to improve efficiency, manage complex projects, and navigate evolving policy landscapes. Factors contributing to this trend include increased demand for strategic planning, organizational development, and specialized support functions. While specific year-over-year figures fluctuate based on budget allocations and agency priorities, the overall trajectory indicates a sustained reliance on these services across various government departments, including defense.
What does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' designation imply for this contract's pricing and competition?
This designation implies that while the contract was competed broadly ('full and open'), certain potential sources were excluded for specific, documented reasons. This could be due to security clearances, specialized capabilities, or other unique requirements not met by all potential bidders. The 'full and open' aspect suggests that multiple responsible contractors were likely encouraged to bid, fostering price competition. However, the 'exclusion of sources' means the competition pool was narrower than a purely unrestricted competition. The impact on pricing is nuanced: competition generally drives prices down, but the exclusion might have limited the number of bidders, potentially affecting the degree of downward pressure on price compared to a scenario with maximum possible bidders.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 12
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 22365 BRODERICK DR STE 220, STERLING, VA, 20166
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,016,185
Exercised Options: $7,016,185
Current Obligation: $7,016,185
Actual Outlays: $731,492
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: H9240020D0002
IDV Type: IDC
Timeline
Start Date: 2022-07-01
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-01-12
More Contracts from Core ONE Solutions LLC
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)