DoD awards $16.3M engineering services task order to Greystones Consulting Group, LLC
Contract Overview
Contract Amount: $16,283,067 ($16.3M)
Contractor: Greystones Consulting Group, LLC
Awarding Agency: Department of Defense
Start Date: 2020-07-28
End Date: 2026-03-27
Contract Duration: 2,068 days
Daily Burn Rate: $7.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: AWARD OF TASK ORDER
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20003
Plain-Language Summary
Department of Defense obligated $16.3 million to GREYSTONES CONSULTING GROUP, LLC for work described as: AWARD OF TASK ORDER Key points: 1. Value for money appears fair given the cost-plus-fixed-fee structure and the extended performance period. 2. The contract was awarded under full and open competition, suggesting a competitive bidding process. 3. Risk indicators are moderate, with the cost-plus-fixed-fee type potentially leading to cost overruns if not managed closely. 4. Performance context is within engineering services for the Department of the Navy. 5. Sector positioning is within the professional, scientific, and technical services industry, specifically engineering. 6. The contract duration of over 2000 days warrants close monitoring of performance and cost.
Value Assessment
Rating: fair
The contract is a Cost Plus Fixed Fee (CPFF) type, which can be beneficial for complex projects where scope is not fully defined, but it also carries a risk of cost escalation if not managed properly. Benchmarking against similar engineering services contracts for the Department of the Navy is difficult without more specific details on the services rendered. However, the fixed fee component provides some cost certainty for the contractor's effort.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The number of bidders is not specified, but the competitive nature of the award process generally leads to better price discovery and potentially more favorable terms for the government.
Taxpayer Impact: Full and open competition is the most advantageous for taxpayers as it maximizes the potential for receiving the best value through a wide range of offers and competitive pricing.
Public Impact
The Department of the Navy benefits from specialized engineering services to support its operations and infrastructure. Services delivered likely include design, analysis, and technical consulting related to naval engineering projects. The geographic impact is centered in the District of Columbia, where the contractor is located. Workforce implications include employment opportunities for engineers and technical staff within Greystones Consulting Group, LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost-plus-fixed-fee contracts require diligent oversight to prevent scope creep and ensure the fixed fee remains reasonable.
- The extended duration of nearly six years necessitates robust performance monitoring to ensure continued value.
- Lack of specific details on the engineering services provided makes it challenging to assess the true value and necessity of the award.
Positive Signals
- Awarded under full and open competition, suggesting a competitive environment that should yield fair pricing.
- The fixed fee component provides a degree of cost control for the contractor's direct labor and overhead.
- The contractor, Greystones Consulting Group, LLC, is a registered entity, implying a level of established business operations.
Sector Analysis
This contract falls within the Engineering Services sub-sector of the broader Professional, Scientific, and Technical Services industry. This sector is characterized by specialized expertise and often involves long-term engagements for complex projects. The market size for engineering services supporting the federal government is substantial, with significant spending allocated to defense and infrastructure projects. This specific award contributes to the overall spending within this category for the Department of Defense.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The award to a presumably larger entity means that opportunities for small business participation would likely depend on the prime contractor's own subcontracting plans, which are not detailed here.
Oversight & Accountability
Oversight for this task order would typically be managed by the contracting officer and the contract administration office within the Department of the Navy. Performance monitoring, invoice review, and adherence to contract terms are key accountability measures. Transparency is facilitated through contract award databases, though detailed performance reports are often internal. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Department of Defense Engineering Services
- Naval Engineering Support Contracts
- Professional, Scientific, and Technical Services
Risk Flags
- Cost-plus-fixed-fee contract type requires diligent oversight to manage potential cost overruns.
- Extended contract duration necessitates continuous performance monitoring.
- Lack of specific service details hinders a comprehensive value assessment.
Tags
department-of-defense, department-of-the-navy, engineering-services, cost-plus-fixed-fee, full-and-open-competition, task-order, greystones-consulting-group-llc, district-of-columbia, professional-scientific-and-technical-services, long-term-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $16.3 million to GREYSTONES CONSULTING GROUP, LLC. AWARD OF TASK ORDER
Who is the contractor on this award?
The obligated recipient is GREYSTONES CONSULTING GROUP, LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $16.3 million.
What is the period of performance?
Start: 2020-07-28. End: 2026-03-27.
What is the specific nature of the engineering services being provided under this task order?
The provided data indicates the North American Industry Classification System (NAICS) code is 541330, which corresponds to Engineering Services. However, the specific nature of these services for this particular task order is not detailed. It could encompass a wide range of activities such as structural engineering, mechanical engineering, electrical engineering, systems engineering, or naval architecture, tailored to the needs of the Department of the Navy. Without further documentation, the precise scope of work remains undefined, making it difficult to assess the appropriateness of the cost and the contractor's capabilities for the specific tasks.
How does the fixed fee component of this Cost Plus Fixed Fee (CPFF) contract compare to industry standards for similar engineering services?
The fixed fee in a CPFF contract represents the contractor's profit and is negotiated at the outset. For engineering services, the typical fixed fee percentage can vary based on project complexity, risk, and duration. While the exact fixed fee amount or percentage is not provided, industry benchmarks for CPFF contracts often see fixed fees ranging from 5% to 15% of the total estimated cost. A fee at the higher end might be justified for highly complex or high-risk endeavors, while a lower fee could indicate a more straightforward or lower-risk engagement. Without knowing the total estimated cost and the negotiated fixed fee, a direct comparison to industry standards is not possible from the given data.
What are the potential risks associated with the Cost Plus Fixed Fee contract type for this extended duration?
The primary risk with a CPFF contract is that the government bears the cost of all allowable expenses, and the contractor is guaranteed a fixed profit. For an extended duration of nearly six years, there is an increased risk of cost escalation if the contractor's actual costs exceed initial estimates, even though their fee is fixed. Inefficient performance or scope creep, if not rigorously managed by the government, can lead to higher overall expenditures. The government must maintain strong oversight to ensure costs remain reasonable and that the contractor is performing efficiently to deliver the required engineering services within the anticipated budget framework.
What is the historical spending pattern for engineering services by the Department of the Navy, and how does this award fit within it?
The Department of the Navy, as a major component of the Department of Defense, consistently spends significant amounts on engineering services to support its vast array of platforms, infrastructure, and research and development activities. Historical spending patterns show a continuous need for specialized engineering expertise across various disciplines, from shipbuilding and maintenance to facility design and cybersecurity engineering. This $16.3 million award represents a single task order within a much larger, ongoing procurement strategy for engineering support. It fits within the pattern of the Navy outsourcing specialized technical services to leverage external expertise and manage workload fluctuations, rather than solely relying on organic military and civilian engineering corps.
What is the track record of Greystones Consulting Group, LLC in performing similar federal contracts?
Information regarding the specific track record of Greystones Consulting Group, LLC in performing similar federal contracts is not provided in the data snippet. To assess their capabilities and past performance, one would typically need to consult contract databases (like SAM.gov or FPDS) for details on previous awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of disputes or contract terminations. A positive track record with successful completion of similar engineering services contracts would increase confidence in their ability to execute this task order effectively and efficiently.
Are there any specific performance metrics or deliverables outlined in the task order that can be used to evaluate contractor performance?
The provided data does not include specific performance metrics or deliverables for this task order. In a CPFF contract, especially for services, performance is typically evaluated against a Statement of Work (SOW) that outlines the tasks, objectives, and expected outcomes. Key performance indicators (KPIs) might include adherence to schedules, quality of deliverables (e.g., reports, designs), responsiveness to government requests, and overall effectiveness in achieving project goals. Without access to the SOW or any associated performance work statement (PWS), it is impossible to determine the specific metrics used to evaluate Greystones Consulting Group, LLC's performance on this contract.
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
Solicitation ID: N0017419R3507
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 300 M ST SE STE 325, WASHINGTON, DC, 20003
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $17,309,912
Exercised Options: $17,309,912
Current Obligation: $16,283,067
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N0017819D7736
IDV Type: IDC
Timeline
Start Date: 2020-07-28
Current End Date: 2026-03-27
Potential End Date: 2026-03-27 00:00:00
Last Modified: 2026-01-13
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)