DHS awards $14.7M non-competitive contract to DFI INTERNATIONAL for management consulting services
Contract Overview
Contract Amount: $14,688,169 ($14.7M)
Contractor: Detica Federal, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2004-09-24
End Date: 2008-09-28
Contract Duration: 1,465 days
Daily Burn Rate: $10.0K/day
Competition Type: NON-COMPETITIVE DELIVERY ORDER
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DFI INTERNATIONAL
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20306
Plain-Language Summary
Department of Homeland Security obligated $14.7 million to DETICA FEDERAL, INC. for work described as: DFI INTERNATIONAL Key points: 1. Contract awarded to DFI INTERNATIONAL for $14.7 million. 2. Services fall under Administrative Management and General Management Consulting. 3. Awarded as a non-competitive delivery order by DHS. 4. Contract duration was 1465 days, ending in 2008.
Value Assessment
Rating: questionable
The contract was awarded non-competitively, making a direct pricing assessment against similar contracts difficult. Without competitive bids, it's hard to determine if the $14.7 million price represents fair market value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
This was a non-competitive delivery order, indicating a lack of market research or a specific justification for sole-sourcing. This limits price discovery and potentially leads to higher costs for taxpayers.
Taxpayer Impact: The non-competitive nature of this award raises concerns about potential overspending and the efficient use of taxpayer funds.
Public Impact
Taxpayers may have paid more due to the lack of competition. The long duration of the contract suggests significant reliance on the awarded vendor. Transparency in government spending is reduced when contracts are not competitively bid.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Non-competitive award
- Lack of transparency in pricing
- Long contract duration without competition
Positive Signals
- Services provided to Department of Homeland Security
Sector Analysis
This contract falls under professional services, specifically management consulting. Benchmarks for similar services vary widely, but non-competitive awards often exceed market rates.
Small Business Impact
There is no indication that small businesses were involved in this contract, either as prime contractors or subcontractors.
Oversight & Accountability
The non-competitive nature of this award warrants further oversight to ensure the justification was sound and that taxpayer funds were used appropriately.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Potential for overpayment due to non-competitive award.
- Lack of transparency regarding the necessity and value of services.
- No evidence of small business participation.
- Award made over 15 years ago, making current assessment difficult.
Tags
administrative-management-and-general-ma, department-of-homeland-security, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $14.7 million to DETICA FEDERAL, INC.. DFI INTERNATIONAL
Who is the contractor on this award?
The obligated recipient is DETICA FEDERAL, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Office of Procurement Operations).
What is the total obligated amount?
The obligated amount is $14.7 million.
What is the period of performance?
Start: 2004-09-24. End: 2008-09-28.
Was there a documented justification for awarding this contract non-competitively?
The provided data indicates a 'NON-COMPETITIVE DELIVERY ORDER'. While this confirms the award method, it does not include the specific justification. Agencies typically require detailed documentation, such as a Justification for Other Than Full and Open Competition (JOFOC), to support such awards, outlining why competition was not feasible or not in the government's best interest.
What was the specific nature of the management consulting services provided?
The contract falls under NAICS code 541611, 'Administrative Management and General Management Consulting Services'. This broad category can encompass a wide range of activities, including organizational planning, policy development, and administrative management. Without more specific details, it's difficult to assess the precise value or necessity of the services rendered under this $14.7 million award.
How did the lack of competition impact the final price paid by DHS?
Non-competitive awards inherently reduce price discovery mechanisms. Without competing bids, there is less pressure on the vendor to offer the lowest possible price. Consequently, it is highly probable that the $14.7 million paid by DHS was higher than it might have been had the contract been awarded through a competitive process.
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) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: NON-COMPETITIVE DELIVERY ORDER
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Contractor Details
Address: 4075 WILSON BLVD STE 900, ARLINGTON, VA, 22203
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $15,888,482
Exercised Options: $14,688,169
Current Obligation: $14,688,169
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS10F0184J
IDV Type: FSS
Timeline
Start Date: 2004-09-24
Current End Date: 2008-09-28
Potential End Date: 2008-10-30 00:00:00
Last Modified: 2016-11-08
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)