DHS Coast Guard Awards $4.67M for Logistics and Facility Support to Miami Technology Solutions
Contract Overview
Contract Amount: $4,668,372 ($4.7M)
Contractor: Miami Technology Solutions, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2017-09-29
End Date: 2022-07-28
Contract Duration: 1,763 days
Daily Burn Rate: $2.6K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::CT::IGF CONTRACTOR SUPPORT FOR BASE NCR IN LOGISTIC, FACILITY SERVICES AND PROPERTY SUPPORT SERVICES IN SEVEN LABOR CATEGORIES: PROJECT MANAGER; FACILITY SPACE PLANNING; GOVERNMENT PROPERTY ANALYST (GPA); SHIPPING/RECEIVING CLERKS; CAC/DEERS/RAPID OPERATOR; SECURITY CLERK; AND GOVERNMENT PROPERTY MOVER.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20593
Plain-Language Summary
Department of Homeland Security obligated $4.7 million to MIAMI TECHNOLOGY SOLUTIONS, LLC for work described as: IGF::CT::IGF CONTRACTOR SUPPORT FOR BASE NCR IN LOGISTIC, FACILITY SERVICES AND PROPERTY SUPPORT SERVICES IN SEVEN LABOR CATEGORIES: PROJECT MANAGER; FACILITY SPACE PLANNING; GOVERNMENT PROPERTY ANALYST (GPA); SHIPPING/RECEIVING CLERKS; CAC/DEERS/RAPID OPERATOR; SECURITY CLERK; … Key points: 1. Contract covers diverse support services including project management, property analysis, and moving. 2. Services are critical for base operations, encompassing logistics, facilities, and property management. 3. The contract was not competitively procured, raising questions about price discovery. 4. Spending is concentrated in 'Other Management Consulting Services' (NAICS 541618).
Value Assessment
Rating: fair
The contract value of $4.67M over nearly 5 years suggests a moderate annual spend. Without specific benchmarks for these niche support services, a direct pricing comparison is difficult. The firm fixed-price structure provides some cost certainty.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was 'NOT AVAILABLE FOR COMPETITION,' indicating a limited competition approach. This lack of open competition may have limited the government's ability to secure the best possible pricing through market forces.
Taxpayer Impact: The absence of full and open competition could result in taxpayers paying more than necessary for these essential support services.
Public Impact
Essential base support services ensure operational continuity for the U.S. Coast Guard. The duration of the contract (nearly 5 years) indicates a long-term need for these services. Lack of competition raises concerns about potential overspending and reduced value for taxpayer funds. The specific labor categories suggest a need for specialized skills in property management and logistics.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition
- Lack of clear justification for sole-source award
- Long contract duration without re-competition
Positive Signals
- Firm fixed-price contract type
- Services are essential for base operations
Sector Analysis
This contract falls under Other Management Consulting Services, a broad category. Benchmarking requires specific comparisons to similar logistics, facility, and property support contracts within government or the private sector, which are not readily available.
Small Business Impact
The contractor, Miami Technology Solutions, LLC, is listed as a small business. However, the contract was not awarded through small business set-aside programs, and the specific award mechanism is unclear.
Oversight & Accountability
The contract was awarded as a definitive contract. Oversight would involve monitoring performance against contract requirements and ensuring adherence to the firm fixed-price terms. The limited competition aspect warrants closer scrutiny.
Related Government Programs
- Other Management Consulting Services
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Potential for overpayment due to limited competition.
- Lack of transparency regarding the justification for limited competition.
- Long contract duration may not reflect current market conditions.
- Absence of detailed performance metrics in the provided data.
- Need for further analysis of labor rates against benchmarks.
Tags
other-management-consulting-services, department-of-homeland-security, dc, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $4.7 million to MIAMI TECHNOLOGY SOLUTIONS, LLC. IGF::CT::IGF CONTRACTOR SUPPORT FOR BASE NCR IN LOGISTIC, FACILITY SERVICES AND PROPERTY SUPPORT SERVICES IN SEVEN LABOR CATEGORIES: PROJECT MANAGER; FACILITY SPACE PLANNING; GOVERNMENT PROPERTY ANALYST (GPA); SHIPPING/RECEIVING CLERKS; CAC/DEERS/RAPID OPERATOR; SECURITY CLERK; AND GOVERNMENT PROPERTY MOVER.
Who is the contractor on this award?
The obligated recipient is MIAMI TECHNOLOGY SOLUTIONS, LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Coast Guard).
What is the total obligated amount?
The obligated amount is $4.7 million.
What is the period of performance?
Start: 2017-09-29. End: 2022-07-28.
What was the specific justification for awarding this contract on a limited competition basis, and were alternative competitive strategies considered?
The provided data states the contract was 'NOT AVAILABLE FOR COMPETITION.' A thorough review would require access to the contract file to understand the specific justification cited by the agency, such as a sole-source justification or other limited competition rationale. Without this, it's impossible to assess if alternatives were explored or if this was the only viable option.
How does the per-unit cost for the seven labor categories compare to market rates or similar government contracts?
The data does not provide per-unit cost breakdowns for the seven labor categories. To assess value, a detailed analysis of the labor rates against prevailing wages, industry standards, and comparable government contracts would be necessary. The firm fixed-price nature helps, but the underlying rates are key to determining true cost-effectiveness.
What performance metrics are in place to ensure the quality and effectiveness of the contractor's support services?
Performance metrics are not detailed in the provided data. Effective oversight would necessitate clearly defined performance standards, key performance indicators (KPIs), and a robust system for monitoring contractor performance against these metrics. Regular performance reviews and feedback mechanisms are crucial for ensuring service quality.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Other Management Consulting Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1950 ROLAND CLARKE PLACE, SUITE 210B, RESTON, VA, 20191
Business Categories: 8(a) Program Participant, Category Business, Government, HUBZone Firm, Native American Tribal Government, 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: $4,668,372
Exercised Options: $4,668,372
Current Obligation: $4,668,372
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2017-09-29
Current End Date: 2022-07-28
Potential End Date: 2022-07-28 00:00:00
Last Modified: 2026-03-19
More Contracts from Miami Technology Solutions, LLC
- THE Office of Military Commissions HAS a Requirement for Eight Relocatable Buildings Fabricated and Accredited AS Security Compartmented Information Facility Which Will BE Shipped and Installed in AT the U.S. Naval Station Guantanamo BAY, Cuba — $15.4M (Department of Defense)
- This IS a Task Order for Warehouse Support Services — $12.7M (Department of State)
- FY23 NEW Splunk Expansion for Cyber Security Operations Command Center (scoc) Dashboard — $3.8M (Department of Health and Human Services)
View all Miami Technology Solutions, LLC federal contracts →
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)