TSA Awards $32.3M Contract for Multi-Channel Contact Center Support to K4 Solutions
Contract Overview
Contract Amount: $32,273,141 ($32.3M)
Contractor: K4 Solutions, Inc
Awarding Agency: Department of Homeland Security
Start Date: 2010-07-30
End Date: 2017-02-01
Contract Duration: 2,378 days
Daily Burn Rate: $13.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 26
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: PR TO FUND A CONTRACT FOR SUPPORT SERVICES FOR THE MULTI-CHANNEL TSA CONTACT CENTER WILL PROVIDE INTERACTIONS WITH NATION-WIDE CUSTOMERS THROUGH VARIETY OF COMMUNICATION VECHICLES INCLUDING LIVE ASSIST TELEPHONE CALLS AND E-MAIL CONTACTS, IVR/ SELF-SERVICE CONTACTS, CORRESPONDENCE, OMBUDSMAN CONTACTS, ADVANCE IVR FUNCTIONALITY, AND KNOWLEDGE-BASED APPLICATIONS.
Place of Performance
Location: LONDON, LAUREL County, KENTUCKY, 40741
State: Kentucky Government Spending
Plain-Language Summary
Department of Homeland Security obligated $32.3 million to K4 SOLUTIONS, INC for work described as: PR TO FUND A CONTRACT FOR SUPPORT SERVICES FOR THE MULTI-CHANNEL TSA CONTACT CENTER WILL PROVIDE INTERACTIONS WITH NATION-WIDE CUSTOMERS THROUGH VARIETY OF COMMUNICATION VECHICLES INCLUDING LIVE ASSIST TELEPHONE CALLS AND E-MAIL CONTACTS, IVR/ SELF-SERVICE CONTACTS, CORRESPONDENC… Key points: 1. The contract aims to enhance customer interactions across various communication channels for nationwide TSA customers. 2. K4 Solutions, Inc. secured the award, indicating potential specialization in contact center services. 3. The contract's duration of nearly 8 years suggests a long-term need for these support services. 4. The total award value of $32.3 million over the period needs to be assessed against service delivery and customer satisfaction metrics.
Value Assessment
Rating: fair
The contract value of $32.3 million over approximately 7 years averages to about $4.6 million annually. Benchmarking this against similar large-scale contact center support contracts would be necessary to determine if the pricing is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition after exclusion of sources, suggesting a competitive bidding process. This method generally promotes price discovery and potentially better value for the government.
Taxpayer Impact: The competitive nature of the award is positive for taxpayers, as it likely led to a more favorable price than a sole-source or limited competition scenario.
Public Impact
Improved customer service for travelers interacting with the TSA. Potential for more efficient handling of inquiries and issues through diverse communication channels. Ensures continuity of essential contact center operations for a critical government agency. Impact on traveler experience and perception of TSA efficiency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration could lead to price increases or service stagnation if not managed effectively.
- Dependence on a single contractor for critical customer interaction services.
- Potential for scope creep or unmanaged changes over the contract's extended period.
Positive Signals
- Awarded through full and open competition, suggesting competitive pricing.
- Addresses a clear need for comprehensive customer support.
- Contract structure allows for a wide range of communication channels to be supported.
Sector Analysis
This contract falls within the IT and professional services sector, specifically focusing on contact center operations. Benchmarking against similar government contracts for telemarketing and customer support services would provide context for the award value and duration.
Small Business Impact
The data indicates that neither small business set-asides nor subcontracting were explicitly mentioned for this contract. Further investigation would be needed to determine if small businesses were involved in the bidding or execution of this contract.
Oversight & Accountability
Oversight will be crucial to ensure K4 Solutions meets performance standards and delivers value throughout the contract's nearly 8-year term. Regular performance reviews and monitoring of customer satisfaction metrics are essential for accountability.
Related Government Programs
- Telemarketing Bureaus and Other Contact Centers
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Long contract duration (nearly 8 years) increases risk of price escalation or service obsolescence.
- Potential for contractor performance degradation over an extended period.
- Lack of explicit mention of small business participation.
- Dependence on a single vendor for critical customer-facing services.
Tags
telemarketing-bureaus-and-other-contact-, department-of-homeland-security, ky, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $32.3 million to K4 SOLUTIONS, INC. PR TO FUND A CONTRACT FOR SUPPORT SERVICES FOR THE MULTI-CHANNEL TSA CONTACT CENTER WILL PROVIDE INTERACTIONS WITH NATION-WIDE CUSTOMERS THROUGH VARIETY OF COMMUNICATION VECHICLES INCLUDING LIVE ASSIST TELEPHONE CALLS AND E-MAIL CONTACTS, IVR/ SELF-SERVICE CONTACTS, CORRESPONDENCE, OMBUDSMAN CONTACTS, ADVANCE IVR FUNCTIONALITY, AND KNOWLEDGE-BASED APPLICATIONS.
Who is the contractor on this award?
The obligated recipient is K4 SOLUTIONS, INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $32.3 million.
What is the period of performance?
Start: 2010-07-30. End: 2017-02-01.
What specific performance metrics are in place to ensure the quality and efficiency of the contact center services provided by K4 Solutions?
The contract details do not explicitly list performance metrics. However, typical government contracts for contact center support include key performance indicators (KPIs) such as average handle time, first call resolution rate, customer satisfaction scores, and adherence to service level agreements (SLAs). Effective oversight would involve regular tracking and reporting against these KPIs to ensure the contractor meets expectations and provides value.
How does the $32.3 million contract value compare to industry benchmarks for similar multi-channel contact center support services over a similar duration?
Without specific details on the scope of services, call volumes, and staffing levels, a precise benchmark is difficult. However, for a contract spanning nearly 8 years with a value of $32.3 million, the average annual cost is approximately $4.6 million. This figure needs to be compared against industry data for government or large private sector contact centers of comparable size and complexity to assess its competitiveness.
What mechanisms are in place to manage potential cost overruns or scope creep given the contract's long duration and firm fixed-price nature?
A firm fixed-price contract generally limits the government's exposure to cost overruns, as the price is set. However, scope creep can still occur if requirements are not clearly defined or if change orders are issued without strict control. Robust contract management, including a well-defined change control process and regular performance reviews, is essential to mitigate these risks and ensure the contract remains within budget and scope.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Business Support Services › Telemarketing Bureaus and Other Contact Centers
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: HSTS02-10-R-OSC005
Offers Received: 26
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 7702 LEESBURG PIKE STE 420, FALLS CHURCH, VA, 22043
Business Categories: 8(a) Program Participant, Category Business, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $34,056,581
Exercised Options: $32,273,141
Current Obligation: $32,273,141
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Timeline
Start Date: 2010-07-30
Current End Date: 2017-02-01
Potential End Date: 2017-02-01 00:00:00
Last Modified: 2018-04-24
More Contracts from K4 Solutions, Inc
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)