DHS USCIS awards $34.4M for SCOSS services, highlighting potential cost inefficiencies
Contract Overview
Contract Amount: $34,437,410 ($34.4M)
Contractor: Central Research Inc
Awarding Agency: Department of Homeland Security
Start Date: 2016-01-28
End Date: 2018-06-22
Contract Duration: 876 days
Daily Burn Rate: $39.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: LABOR HOURS
Sector: Other
Official Description: IGF::OT::IGF USCIS SERVICE CENTER OPERATIONS SUPPORT SERVICES (SCOSS)
Place of Performance
Location: DALLAS, DALLAS County, TEXAS, 75201
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $34.4 million to CENTRAL RESEARCH INC for work described as: IGF::OT::IGF USCIS SERVICE CENTER OPERATIONS SUPPORT SERVICES (SCOSS) Key points: 1. Contract value of $34.4M over 2.5 years. 2. Central Research Inc. is the sole awardee. 3. Competition method raises questions about price discovery. 4. Focus on office administrative services within USCIS.
Value Assessment
Rating: questionable
The contract's total value is $34.4M. Without specific unit pricing or comparison data, it's difficult to definitively assess value for money. The lack of detailed cost breakdowns makes benchmarking challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which suggests a limited competition. This method may not have yielded the most competitive pricing possible.
Taxpayer Impact: The limited competition could result in higher costs for taxpayers if a more robust competition would have driven prices down.
Public Impact
Impacts USCIS operations and administrative support. Potential for increased processing times if services are not cost-effective. Taxpayer funds are allocated for these essential support services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may lead to higher costs.
- Lack of detailed cost breakdown for value assessment.
- Potential for price inflation due to limited vendor pool.
Positive Signals
- Contract supports critical USCIS functions.
- Awarded to a single, established vendor.
Sector Analysis
This contract falls under administrative services, a common expenditure for government agencies. Benchmarks for similar administrative support contracts vary widely based on scope and duration.
Small Business Impact
The contract data indicates that small business participation was not a stated factor (ss: false, sb: false). This suggests no specific set-aside or subcontracting goals for small businesses were mandated.
Oversight & Accountability
Oversight would typically involve regular performance reviews by USCIS to ensure service delivery meets requirements and that costs remain within budget. The limited competition aspect warrants closer scrutiny.
Related Government Programs
- Office Administrative Services
- Department of Homeland Security Contracting
- U.S. Citizenship and Immigration Services Programs
Risk Flags
- Limited competition raises concerns about price discovery.
- Lack of detailed cost breakdown hinders value assessment.
- Potential for higher costs due to restricted vendor pool.
- No explicit small business participation noted.
Tags
office-administrative-services, department-of-homeland-security, tx, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $34.4 million to CENTRAL RESEARCH INC. IGF::OT::IGF USCIS SERVICE CENTER OPERATIONS SUPPORT SERVICES (SCOSS)
Who is the contractor on this award?
The obligated recipient is CENTRAL RESEARCH INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Citizenship and Immigration Services).
What is the total obligated amount?
The obligated amount is $34.4 million.
What is the period of performance?
Start: 2016-01-28. End: 2018-06-22.
What specific administrative services are included in SCOSS, and how do their costs compare to industry standards for similar government contracts?
The provided data does not detail the specific administrative services covered under the SCOSS contract. To assess value, a breakdown of services (e.g., mail processing, records management, call center support) and their associated labor hours and rates would be necessary. Comparing these to government-wide schedules or other agency contracts for similar functions would reveal cost-effectiveness.
Given the limited competition, what mechanisms were in place to ensure fair pricing and prevent potential cost overruns?
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' suggests that while competition was sought, certain sources were excluded, limiting the pool. To ensure fair pricing, USCIS should have conducted thorough market research, obtained competitive quotes from the eligible sources, and negotiated rates based on established benchmarks or cost analyses. Regular performance monitoring is also crucial.
How effectively does this contract support USCIS's mission, and are there opportunities for cost savings through improved service delivery or competition?
The contract's effectiveness hinges on the quality and efficiency of the administrative support provided to USCIS Service Center Operations. If these services streamline operations and reduce backlogs, they are effective. Opportunities for cost savings might exist by re-evaluating the scope of services, exploring more competitive procurement strategies in the future, or leveraging technology to automate certain administrative tasks.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Office Administrative Services › Office Administrative Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSSCCG-14-R-00027
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 506 ENTERPRISE DR STE 200, LOWELL, AR, 72745
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $34,437,410
Exercised Options: $34,437,410
Current Obligation: $34,437,410
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSSCCG15D00001
IDV Type: IDC
Timeline
Start Date: 2016-01-28
Current End Date: 2018-06-22
Potential End Date: 2018-06-22 00:00:00
Last Modified: 2018-07-15
More Contracts from Central Research Inc
- "critical Function" - Igf::ct::igf Private Collection Agency Performs Collection and Administrative Resolution Activities on Debts Resulting From Non-Payment of Student Loans Made Under the Various Federal Student AID Loan Programs — $223.8M (Department of Education)
- Operations and Maintenance (O&M) Task Order for Student Loan Servicing in Accordance With the Requirements of the Usds Contract. ALL Work and Deliverables Provided Must BE in Accordance With the Requirements of the Contract for the Task Order — $59.7M (Department of Education)
- Operations and Maintenance (O&M) Task Order for Student Loan Servicing in Accordance With the Requirements of the Usds Contract — $49.9M (Department of Education)
- Uscis Service Center Operations Support Services (scoss) — $36.6M (Department of Homeland Security)
- Uscis Service Center Operations Support Services (scoss) Solicitation — $36.1M (Department of Homeland Security)
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)