DoD's $8.1M Task Order for Analytical Services Awarded to Cherokee Insights LLC
Contract Overview
Contract Amount: $8,141,932 ($8.1M)
Contractor: Cherokee Insights LLC
Awarding Agency: Department of Defense
Start Date: 2025-07-01
End Date: 2026-12-31
Contract Duration: 548 days
Daily Burn Rate: $14.9K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TASK ORDER #3 TO IDIQ HS002123D0003 EXPEDITED AND ANALYTICAL SERVICES
Place of Performance
Location: HANOVER, ANNE ARUNDEL County, MARYLAND, 21076
State: Maryland Government Spending
Plain-Language Summary
Department of Defense obligated $8.1 million to CHEROKEE INSIGHTS LLC for work described as: TASK ORDER #3 TO IDIQ HS002123D0003 EXPEDITED AND ANALYTICAL SERVICES Key points: 1. Contract awarded for expedited and analytical services, indicating a need for rapid support. 2. The contract is a firm-fixed-price type, which shifts cost risk to the contractor. 3. Awarded to Cherokee Insights LLC, a company with a specific focus on analytical services. 4. The contract duration of 548 days suggests a medium-term project requirement. 5. The services fall under 'All Other Professional, Scientific, and Technical Services,' a broad category. 6. The contract is not competitively procured, raising questions about potential cost efficiencies. 7. The task order is a delivery order under an existing IDIQ contract.
Value Assessment
Rating: questionable
Benchmarking the value of this $8.1 million task order is challenging without more detailed service descriptions and comparable contract data. As a firm-fixed-price contract, the pricing structure is set, but the underlying cost basis is not transparent. Without a competitive process, it's difficult to assess if the price represents optimal value for the government compared to what might be achieved through open competition. The expedited nature of the award might also imply a premium cost.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This task order was awarded under a 'NOT AVAILABLE FOR COMPETITION' (sole-source) basis, indicating that the Defense Counterintelligence and Security Agency (DCSA) likely identified Cherokee Insights LLC as the only responsible source capable of meeting the requirement. This could be due to specialized expertise, existing knowledge of a sensitive program, or urgent needs that preclude a full and open competition. The lack of competition limits the government's ability to explore alternative solutions or pricing.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as there is no competitive pressure to drive down prices. It also reduces transparency in the procurement process.
Public Impact
The primary beneficiaries are likely the Department of Defense and its components, specifically the Defense Counterintelligence and Security Agency, which will receive expedited and analytical services. The services delivered are expected to support critical national security functions related to counterintelligence and security. The geographic impact is primarily within the DCSA's operational sphere, likely centered around its headquarters and relevant field activities. Workforce implications may include the direct employment of personnel by Cherokee Insights LLC to fulfill the contract requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in suboptimal pricing.
- The broad service category makes it difficult to assess the specific value and necessity of the services.
- Expedited nature of the award could indicate rushed decision-making or potential for scope creep.
Positive Signals
- Firm-fixed-price contract shifts cost risk to the contractor.
- Awarded under an existing IDIQ, suggesting a pre-vetted contractor and streamlined process.
- Specific task order indicates a defined need for analytical support.
Sector Analysis
The contract falls within the professional, scientific, and technical services sector, a significant area of federal spending. This sector encompasses a wide range of activities, including research and development, consulting, and specialized analytical support. Federal spending in this area often supports national security, intelligence, and complex program management. Comparable spending benchmarks would typically involve analyzing other task orders for similar analytical or intelligence support services awarded to various contractors within the defense and intelligence community.
Small Business Impact
The data indicates that small business participation is not a primary focus for this specific task order, as the 'ss' (small business set-aside) and 'sb' (small business) flags are false. There is no explicit mention of subcontracting requirements for small businesses within the provided data. This suggests that the prime contractor, Cherokee Insights LLC, is likely not a small business, and the contract's value and nature may not lend themselves to significant small business subcontracting opportunities.
Oversight & Accountability
Oversight for this task order would primarily fall under the Department of Defense's contracting and program management structures, specifically within the Defense Counterintelligence and Security Agency. Accountability measures are inherent in the firm-fixed-price contract type, requiring the contractor to deliver specified services within the agreed-upon price. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any issues of fraud, waste, or abuse arise.
Related Government Programs
- Defense Counterintelligence and Security Agency Operations
- Intelligence Support Services
- Professional and Technical Services
- IDIQ Contract Vehicles
- Task Order Awards
Risk Flags
- Sole-source award limits competition and price discovery.
- Broad service category may obscure specific deliverables and value.
- Expedited nature could indicate rushed procurement or potential for cost overruns if not managed.
- Lack of small business subcontracting noted.
Tags
department-of-defense, defense-counterintelligence-and-security-agency, analytical-services, task-order, delivery-order, firm-fixed-price, sole-source, professional-scientific-and-technical-services, maryland, expedited-services, intelligence-support
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $8.1 million to CHEROKEE INSIGHTS LLC. TASK ORDER #3 TO IDIQ HS002123D0003 EXPEDITED AND ANALYTICAL SERVICES
Who is the contractor on this award?
The obligated recipient is CHEROKEE INSIGHTS LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Counterintelligence and Security Agency).
What is the total obligated amount?
The obligated amount is $8.1 million.
What is the period of performance?
Start: 2025-07-01. End: 2026-12-31.
What is the track record of Cherokee Insights LLC in performing similar analytical services for the federal government, particularly within the Department of Defense?
Assessing the track record of Cherokee Insights LLC requires a deeper dive into federal procurement databases and contract award histories. While the provided data indicates this is a task order for 'Expedited and Analytical Services,' it doesn't detail the company's past performance on similar contracts. Federal agencies typically evaluate past performance as a key factor in contract awards, especially for sole-source procurements where the agency must justify selecting a specific contractor. A review of contract databases like SAM.gov or FPDS could reveal previous awards, contract values, and performance ratings for Cherokee Insights LLC, providing insight into their experience and reliability in delivering comparable analytical support to the DoD or other federal entities.
How does the $8.1 million value of this task order compare to other similar analytical services contracts awarded by the DCSA or DoD?
Direct comparison of this $8.1 million task order to 'similar' contracts is challenging without a precise definition of 'similar' services and a broader dataset of DCSA or DoD analytical support contracts. The 'All Other Professional, Scientific, and Technical Services' NAICS code (541990) is very broad. However, $8.1 million for a period of approximately 1.5 years (from July 2025 to December 2026) represents a substantial investment. If this task order involves highly specialized intelligence analysis or expedited support for critical missions, the cost might be within a reasonable range for the sector. Conversely, if the services are more routine, this value could be considered high, especially given the sole-source award, which typically lacks the price-reduction pressures of competition.
What specific risks are associated with awarding an $8.1 million task order on a sole-source basis for expedited analytical services?
The primary risk associated with this sole-source award is the potential for inflated pricing due to the absence of competition, meaning taxpayers may not be receiving the best possible value. There's also a risk that the government may not be aware of or considering alternative solutions or contractors who could offer superior capabilities or more cost-effective approaches. Furthermore, the 'expedited' nature of the award could indicate urgency driven by unforeseen circumstances, potentially leading to rushed decision-making and overlooking critical due diligence. The broad categorization of services also presents a risk of scope creep or misallocation of resources if not tightly managed.
What are the expected program effectiveness outcomes or performance metrics for this task order?
The provided data does not specify the expected program effectiveness outcomes or performance metrics for this task order. However, given the context of 'Expedited and Analytical Services' for the Defense Counterintelligence and Security Agency (DCSA), effectiveness would likely be measured by the timeliness, accuracy, and actionable insights derived from the analytical support provided. Key performance indicators (KPIs) might include turnaround times for analytical reports, the quality and relevance of findings, the impact of the analysis on DCSA's counterintelligence missions, and adherence to security protocols. The firm-fixed-price nature suggests that the contractor is incentivized to meet defined deliverables within budget, but the specific metrics are crucial for evaluating true program success.
How does this $8.1 million task order fit into the broader historical spending patterns for analytical services within the Department of Defense?
This $8.1 million task order represents a specific instance of federal spending on analytical services within the DoD. To understand its place in historical patterns, one would need to analyze aggregate spending data for similar services (e.g., intelligence analysis, counterintelligence support, technical consulting) over several fiscal years. The DoD consistently spends billions annually on professional, scientific, and technical services. This particular award, being a task order under an IDIQ, suggests a continuation or specific need within an existing contracting framework. Its significance would be assessed by comparing its value relative to the total DoD budget for such services and by observing trends in sole-source versus competitive awards in this category.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2 W. 2ND ST, TULSA, OK, 74103
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, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $23,294,750
Exercised Options: $23,294,750
Current Obligation: $8,141,932
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HS002123D0003
IDV Type: IDC
Timeline
Start Date: 2025-07-01
Current End Date: 2026-12-31
Potential End Date: 2026-12-31 00:00:00
Last Modified: 2025-12-15
More Contracts from Cherokee Insights LLC
- Written Reports and Analyses of Family Advocacy Program, Alcohol and Drug Abuse Prevention and Treatment Program, Integrated Operational Support Mental Health and Exceptional Family Member Program - Medical — $23.6M (Department of Defense)
- Sole Source Bridge - Cuas — $23.4M (Department of Defense)
- Ditmac Behavioral Threat Analysis Center Support Services — $23.1M (Department of Defense)
- Administrative Support Services — $1.9M (Department of State)
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)