DHS awards $14M+ for disaster communications, with Booz Allen Hamilton securing a significant portion
Contract Overview
Contract Amount: $14,022,899 ($14.0M)
Contractor: Booz Allen Hamilton Inc
Awarding Agency: Department of Homeland Security
Start Date: 2017-09-15
End Date: 2022-12-29
Contract Duration: 1,931 days
Daily Burn Rate: $7.3K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: IGF::CT::IGF THIS OASIS TASK ORDER IS FOR DISASTER EMERGENCY COMMUNICATIONS ASSESSMENT, REVIEW AND PLANNING
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $14.0 million to BOOZ ALLEN HAMILTON INC for work described as: IGF::CT::IGF THIS OASIS TASK ORDER IS FOR DISASTER EMERGENCY COMMUNICATIONS ASSESSMENT, REVIEW AND PLANNING Key points: 1. Value for money appears fair given the long duration and scope of disaster preparedness. 2. Competition was full and open, suggesting a competitive pricing environment. 3. Risk indicators are moderate, typical for large-scale consulting engagements. 4. Performance context involves critical disaster response planning for FEMA. 5. Sector positioning is within government consulting, a mature and competitive market.
Value Assessment
Rating: fair
The contract value of over $14 million spread across approximately five years suggests a moderate annual spend for disaster communications assessment and planning services. Benchmarking against similar large-scale consulting contracts for federal agencies indicates this is within a typical range for specialized expertise. However, without detailed task-level data, a precise value-for-money assessment is challenging. The time and materials pricing structure can sometimes lead to cost overruns if not closely managed.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which should theoretically lead to better pricing and service offerings for the government. The use of a broad indefinite-delivery indefinite-quantity (IDIQ) contract vehicle like OASIS likely facilitated this open competition.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the potential for competitive pricing and encourages a wider pool of contractors to offer their services, potentially driving down costs.
Public Impact
The primary beneficiary is the Department of Homeland Security, specifically FEMA, which gains enhanced capabilities in disaster emergency communications. Services delivered include assessment, review, and planning for disaster emergency communications. The geographic impact is national, supporting FEMA's nationwide disaster response mandate. Workforce implications include the utilization of specialized consulting expertise and potentially the training of government personnel in communication strategies.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in long-term consulting contracts.
- Time and materials pricing can lead to unpredictable costs if not managed stringently.
- Reliance on a single contractor for critical planning functions may pose a risk if performance degrades.
Positive Signals
- Awarded to a well-established contractor with a strong track record in government consulting.
- Full and open competition suggests a robust selection process.
- Long contract duration allows for in-depth knowledge development and sustained support.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically engineering and management consulting for government clients. The market for these services is large and highly competitive, with numerous firms vying for federal contracts. Spending in this area is often driven by the need for specialized expertise that government agencies may not possess internally, particularly in areas like emergency preparedness and response.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses, and the prime contractor, Booz Allen Hamilton, is a large business. There is no explicit information on subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless significant subcontracting opportunities were pursued by the prime.
Oversight & Accountability
Oversight for this contract would typically be managed by the Federal Emergency Management Agency (FEMA) contracting officers and program managers. The Inspector General of the Department of Homeland Security would have jurisdiction for audits and investigations into potential fraud, waste, or abuse. Transparency is generally maintained through contract award databases and reporting requirements, though detailed performance metrics may not always be publicly available.
Related Government Programs
- OASIS Small Business (SB) and Unrestricted (UR) IDIQ Contracts
- Department of Homeland Security Consulting Services
- Federal Emergency Management Agency (FEMA) Support Contracts
- Disaster Preparedness and Response Services
Risk Flags
- Potential for cost overruns due to Time and Materials pricing.
- Risk of knowledge transfer gaps if not managed proactively.
- Contract duration may exceed the need for specific expertise if not regularly reviewed.
Tags
consulting, disaster-preparedness, communications, fema, dhs, time-and-materials, full-and-open-competition, engineering-services, professional-services, district-of-columbia, large-business, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $14.0 million to BOOZ ALLEN HAMILTON INC. IGF::CT::IGF THIS OASIS TASK ORDER IS FOR DISASTER EMERGENCY COMMUNICATIONS ASSESSMENT, REVIEW AND PLANNING
Who is the contractor on this award?
The obligated recipient is BOOZ ALLEN HAMILTON INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Federal Emergency Management Agency).
What is the total obligated amount?
The obligated amount is $14.0 million.
What is the period of performance?
Start: 2017-09-15. End: 2022-12-29.
What is Booz Allen Hamilton's track record with FEMA and DHS on similar disaster preparedness contracts?
Booz Allen Hamilton has a long-standing and extensive track record of supporting both FEMA and the broader Department of Homeland Security (DHS) across a wide array of services, including strategic planning, technology modernization, cybersecurity, and operational support. Their experience in disaster preparedness and response is particularly notable, having been involved in numerous high-profile initiatives. For FEMA, they have provided services related to emergency management, continuity of operations, and resilience planning. Their consistent awards and renewals from these agencies suggest a satisfactory performance history and a deep understanding of the federal government's complex requirements in critical areas like disaster communications.
How does the $14 million contract value compare to other disaster communications planning contracts awarded by FEMA?
The $14 million contract value for disaster emergency communications assessment, review, and planning, awarded over approximately five years, appears to be within a moderate range for specialized federal consulting services. FEMA frequently awards large contracts for disaster preparedness and response, and values can vary significantly based on the scope, duration, and specific services required. While this specific task order is substantial, it is not exceptionally large compared to some of FEMA's broader emergency management support contracts which can run into hundreds of millions of dollars. Benchmarking requires detailed analysis of contract scope and duration, but this figure suggests a focused effort on communications planning rather than a comprehensive agency-wide overhaul.
What are the primary risks associated with this type of long-term, time-and-materials consulting contract for disaster communications?
Long-term, time-and-materials (T&M) consulting contracts for disaster communications carry several inherent risks. Firstly, the T&M structure can lead to cost uncertainty and potential overruns if not meticulously managed, as the final price is directly tied to the hours worked and resources consumed. Secondly, there's a risk of scope creep, where the project's objectives may expand beyond the initial agreement without corresponding adjustments to budget or timeline, leading to inefficiencies. Thirdly, over-reliance on external consultants for critical planning functions might lead to a knowledge gap within the agency if proper knowledge transfer mechanisms are not in place. Finally, ensuring consistent quality and performance over a multi-year period requires robust oversight and performance management from the agency.
What specific disaster communication capabilities does this contract aim to enhance for FEMA?
This contract specifically targets the assessment, review, and planning phases for disaster emergency communications. This implies a focus on evaluating FEMA's current communication infrastructure, protocols, and strategies, identifying gaps and weaknesses, and developing improved plans for various disaster scenarios. The goal is likely to ensure that FEMA can effectively communicate with the public, internal personnel, other government agencies, and external partners before, during, and after a disaster. Enhancements could include developing better alert systems, improving inter-agency communication interoperability, establishing clear public information dissemination channels, and planning for resilient communication networks that can withstand disaster impacts.
How has federal spending on disaster preparedness and communications evolved over the past decade, and where does this contract fit?
Federal spending on disaster preparedness and communications has generally seen an upward trend over the past decade, driven by an increase in the frequency and severity of natural disasters, as well as evolving threats. Agencies like FEMA consistently require significant investment in planning, technology, and personnel to maintain readiness. This $14 million contract fits within this broader spending pattern as a specific investment in the foundational planning and assessment aspects of disaster communications. It represents a targeted allocation of resources to ensure the effectiveness of communication strategies, which are critical for successful disaster response and recovery operations, rather than direct operational spending during an event.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Booz Allen Hamilton Holding Corporation
Address: 8283 GREENSBORO DR, MC LEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $14,022,899
Exercised Options: $14,022,899
Current Obligation: $14,022,899
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $85,496
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS00Q14OADU108
IDV Type: IDC
Timeline
Start Date: 2017-09-15
Current End Date: 2022-12-29
Potential End Date: 2026-02-25 00:00:00
Last Modified: 2026-02-25
More Contracts from Booz Allen Hamilton Inc
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (General Services Administration)
- Transformation Twenty-One Total Technology Next Generation (T4NG) Task Order - Benefits Integrated Delivery — $1.4B (Department of Veterans Affairs)
- Federal Contract — $1.2B (General Services Administration)
- Product and Technology Ecosystem Management Services (ptems)which Includes Product Delivery and Lifecycle Management to Transform VA by Tapping Into Emerging Technologies, Connecting Developers With VA Data, and Making Human Centered Design (HCD) — $1.1B (Department of Veterans Affairs)
- Task Order Award — $1.1B (General Services Administration)
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)