DHS TSA Spends $28M on Consulting Services, Lacking Competition and Oversight
Contract Overview
Contract Amount: $28,133,724 ($28.1M)
Contractor: Leighfisher Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2009-05-01
End Date: 2015-07-31
Contract Duration: 2,282 days
Daily Burn Rate: $12.3K/day
Competition Type: NON-COMPETITIVE DELIVERY ORDER
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: VENDOR:TBD CONTRACT #:TBD STRATEGIC PLANNING AND BSIS SERVICES. JACOBS CONSULTING SERVICES CONTRACT RUNS OUT (IT WAS SUPPOSED TO BE A BASE YEAR WITH (4) 1 YEAR OPTIONS BUT THE OPTION YEARS WERE DROPPED OFF). THIS PROCUREMENT IS FOR A BASE YEAR AND FOUR "1 YEAR " OPTIONS
Place of Performance
Location: CHANTILLY, FAIRFAX County, VIRGINIA, 20151
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $28.1 million to LEIGHFISHER INC. for work described as: VENDOR:TBD CONTRACT #:TBD STRATEGIC PLANNING AND BSIS SERVICES. JACOBS CONSULTING SERVICES CONTRACT RUNS OUT (IT WAS SUPPOSED TO BE A BASE YEAR WITH (4) 1 YEAR OPTIONS BUT THE OPTION YEARS WERE DROPPED OFF). THIS PROCUREMENT IS FOR A BASE YEAR AND FOUR "1 YEAR " OPTIONS Key points: 1. Significant spending on administrative management consulting services. 2. Contract awarded non-competitively, raising concerns about price discovery. 3. Lack of option years in the original contract structure suggests potential planning issues. 4. No small business participation noted in this contract.
Value Assessment
Rating: questionable
The total award amount of $28.1 million for administrative management consulting services is substantial. Without competitive bidding, it's difficult to assess if this price is fair market value compared to similar contracts for management consulting.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
This contract was awarded as a non-competitive delivery order. This significantly limits price discovery and may lead to higher costs for taxpayers as there was no market pressure to offer the best price.
Taxpayer Impact: The lack of competition likely resulted in a higher cost to taxpayers than if the services had been procured through a competitive process.
Public Impact
Taxpayers may have overpaid due to the absence of competitive bidding. The TSA's reliance on non-competitive contracts could indicate systemic issues in procurement planning. Limited transparency in the award process hinders public trust.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Non-competitive award
- Lack of option years in original structure
- No small business participation
Positive Signals
- Services provided by a known vendor (Jacobs Consulting Services)
Sector Analysis
Administrative Management and General Management Consulting Services (NAICS 541611) are common across government agencies. Benchmarks for this sector vary widely based on scope and duration, but competitive procurement is standard for ensuring value.
Small Business Impact
This contract did not involve small businesses, as indicated by the 'sb' field being false. Agencies are generally encouraged to ensure small business participation in their contracting efforts.
Oversight & Accountability
The contract's structure, with dropped option years, and its non-competitive award suggest potential weaknesses in oversight and strategic planning. Further review is needed to ensure accountability.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Non-competitive award
- Potential for overpayment due to lack of competition
- Insufficient detail on services provided
- Lack of transparency in procurement
- No small business participation
Tags
administrative-management-and-general-ma, department-of-homeland-security, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $28.1 million to LEIGHFISHER INC.. VENDOR:TBD CONTRACT #:TBD STRATEGIC PLANNING AND BSIS SERVICES. JACOBS CONSULTING SERVICES CONTRACT RUNS OUT (IT WAS SUPPOSED TO BE A BASE YEAR WITH (4) 1 YEAR OPTIONS BUT THE OPTION YEARS WERE DROPPED OFF). THIS PROCUREMENT IS FOR A BASE YEAR AND FOUR "1 YEAR " OPTIONS
Who is the contractor on this award?
The obligated recipient is LEIGHFISHER 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 $28.1 million.
What is the period of performance?
Start: 2009-05-01. End: 2015-07-31.
What was the justification for awarding this contract non-competitively?
The provided data does not specify the justification for the non-competitive award. Typically, such awards require a Justification for Other than Full and Open Competition (JOFOC) to be documented and approved, outlining reasons like urgent need or unique capabilities. Without this documentation, it's impossible to assess the validity of the non-competitive approach.
What specific strategic planning and BSIS services were provided, and were they critical to TSA operations?
The data only identifies the general category as 'Strategic Planning and BSIS Services' and the NAICS code for 'Administrative Management and General Management Consulting Services.' The specific nature, criticality, and impact of these services on TSA operations are not detailed. Understanding the exact deliverables and their importance would be crucial for evaluating the necessity and value of the $28 million expenditure.
Were there any performance metrics or deliverables associated with this contract, and how was performance evaluated?
The provided data does not include information on performance metrics, deliverables, or evaluation methods for this contract. For a contract of this magnitude and duration, clear performance standards and regular evaluations are essential to ensure the government receives the intended value and that the contractor meets its obligations effectively.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: NON-COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 11730 PLAZA AMERICA DR STE 310, RESTON, VA, 20190
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $28,133,724
Exercised Options: $28,133,724
Current Obligation: $28,133,724
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Parent Contract
Parent Award PIID: GS10F0005V
IDV Type: FSS
Timeline
Start Date: 2009-05-01
Current End Date: 2015-07-31
Potential End Date: 2015-07-31 00:00:00
Last Modified: 2018-04-24
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)