DoD's $11.8M logistics support contract awarded to TOTAL LOGISTICS SB JOINT VENTURE for engineering services

Contract Overview

Contract Amount: $11,797,866 ($11.8M)

Contractor: Total Logistics SB Joint Venture

Awarding Agency: Department of Defense

Start Date: 2021-01-01

End Date: 2025-12-31

Contract Duration: 1,825 days

Daily Burn Rate: $6.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 3

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: PMA-231 LOGISTICS AND TECHNICAL SUPPORT SERVICES

Place of Performance

Location: PATUXENT RIVER, SAINT MARYS County, MARYLAND, 20670

State: Maryland Government Spending

Plain-Language Summary

Department of Defense obligated $11.8 million to TOTAL LOGISTICS SB JOINT VENTURE for work described as: PMA-231 LOGISTICS AND TECHNICAL SUPPORT SERVICES Key points: 1. Contract value of $11.8 million over 5 years. 2. Awarded to a small business joint venture. 3. Competition was full and open after exclusion of sources. 4. Contract type is Cost Plus Fixed Fee. 5. Services are classified under Engineering Services. 6. Performance period spans from January 2021 to December 2025.

Value Assessment

Rating: fair

The contract value of $11.8 million over five years averages to approximately $2.36 million annually. Benchmarking this against similar logistics and technical support services contracts is challenging without more specific service details. The Cost Plus Fixed Fee (CPFF) contract type can sometimes lead to higher costs if not managed closely, as it reimburses costs plus a fixed fee. Further analysis of the fixed fee percentage and the contractor's cost performance would be needed to definitively assess value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was intended to be broad, specific sources were excluded, potentially limiting the pool of bidders. The number of bidders is not specified, but the 'exclusion of sources' clause suggests a non-standard competitive process. This could impact price discovery and potentially lead to less competitive pricing compared to truly full and open competition.

Taxpayer Impact: Taxpayers may not have received the most competitive pricing due to the exclusion of certain sources from the bidding process. The rationale for exclusion would be critical to understanding if it served a specific government need or inadvertently reduced competition.

Public Impact

The Department of the Navy benefits from specialized logistics and technical support services. Engineering services are delivered to support naval operations. The contract is managed within Maryland, impacting the local workforce. Support for military readiness and operational effectiveness is a key outcome.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Cost Plus Fixed Fee structure requires careful oversight to prevent cost overruns.
  • Exclusion of sources in competition may limit competitive pricing.
  • Contract performance data is not readily available for detailed risk assessment.

Positive Signals

  • Award to a joint venture, potentially fostering collaboration and capacity building.
  • Contract duration of five years provides stability for service delivery.
  • Services are essential for maintaining naval operational capabilities.

Sector Analysis

This contract falls within the Engineering Services sector, specifically supporting defense logistics. The broader market for defense logistics and technical support services is substantial, with numerous companies competing for government contracts. This specific award to a joint venture highlights a trend of specialized firms collaborating to meet complex government requirements. Benchmarking against similar contracts is difficult without more granular data on the specific engineering tasks performed.

Small Business Impact

The award to TOTAL LOGISTICS SB JOINT VENTURE indicates a focus on supporting small businesses, possibly through a joint venture structure. While the contract itself is not explicitly a small business set-aside, the awardee's nature suggests an intent to leverage small business capabilities. Further details on subcontracting plans would be necessary to assess the broader impact on the small business ecosystem and ensure opportunities are distributed.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Navy's contracting and program management offices. Accountability measures would be defined in the contract terms and conditions, including performance metrics and reporting requirements. Transparency is generally facilitated through contract award databases, but detailed performance and cost data may be less accessible. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • Naval Sea Systems Command (NAVSEA) contracts
  • Defense Logistics Agency (DLA) support services
  • Aerospace Engineering Services contracts
  • Military Sealift Command (MSC) logistics support

Risk Flags

  • Potential for reduced competition due to source exclusion.
  • CPFF contract type requires diligent cost monitoring.
  • Lack of detailed performance data hinders comprehensive risk assessment.

Tags

defense, department-of-the-navy, engineering-services, logistics-support, cost-plus-fixed-fee, full-and-open-competition-after-exclusion-of-sources, maryland, small-business-joint-venture, technical-support, naval-operations

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $11.8 million to TOTAL LOGISTICS SB JOINT VENTURE. PMA-231 LOGISTICS AND TECHNICAL SUPPORT SERVICES

Who is the contractor on this award?

The obligated recipient is TOTAL LOGISTICS SB JOINT VENTURE.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $11.8 million.

What is the period of performance?

Start: 2021-01-01. End: 2025-12-31.

What is the specific nature of the engineering services provided under this contract?

The provided data classifies this contract under NAICS code 541330, 'Engineering Services.' However, the specific engineering tasks are not detailed. Typically, for logistics and technical support, this could encompass a wide range of activities such as systems engineering, technical data management, maintenance planning, supply chain analysis, and lifecycle support for naval systems. Without more granular information, it's difficult to pinpoint the exact services rendered, which impacts a precise value assessment and risk evaluation.

How does the Cost Plus Fixed Fee (CPFF) structure compare to other contract types for similar services?

CPFF contracts are common in research and development or when the scope of work is not well-defined, allowing for flexibility. They reimburse the contractor for allowable costs plus a fixed fee representing profit. Compared to Firm-Fixed-Price (FFP) contracts, CPFF offers less cost certainty for the government but can be advantageous when requirements are uncertain. However, FFP contracts generally incentivize cost control more effectively. For well-defined logistics support, FFP or Cost Plus Incentive Fee (CPIF) might offer better value, but CPFF can be appropriate if technical uncertainties are high.

What is the track record of TOTAL LOGISTICS SB JOINT VENTURE with government contracts?

Information on the specific track record of 'TOTAL LOGISTICS SB JOINT VENTURE' is not provided in the data. As a joint venture, its performance history might be a composite of its member companies or specific to its operational period. A thorough assessment would require reviewing past performance evaluations (e.g., CPARS reports), contract history, and any past performance issues or successes associated with this entity or its principal members to gauge reliability and capability.

What does 'Full and Open Competition After Exclusion of Sources' imply for pricing and efficiency?

This procurement method suggests that the agency initially intended full and open competition but later excluded specific sources. The reasons for exclusion are critical. If based on legitimate technical requirements or security concerns, it might be justified. However, if the exclusion was arbitrary, it could stifle competition, potentially leading to higher prices and reduced efficiency for taxpayers. The limited number of bidders resulting from exclusions can diminish the government's negotiating leverage and the incentive for contractors to offer their best prices.

Are there comparable contracts that indicate whether $11.8 million is a reasonable cost for this duration and service type?

Without specific details on the scope of 'logistics and technical support services' and the 'engineering services' provided, direct comparison is difficult. However, an average annual spend of approximately $2.36 million for specialized defense support services is within a plausible range for complex military operations. To assess reasonableness, one would need to compare against contracts for similar naval platforms, service levels (e.g., maintenance, supply chain management, technical documentation), and geographic locations, considering factors like contract type and contractor experience.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: N0042119R0014

Offers Received: 3

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 9161 LIBERIA AVE #305, MANASSAS, VA, 20110

Business Categories: Category Business, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $11,960,936

Exercised Options: $11,960,936

Current Obligation: $11,797,866

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N0042120D0015

IDV Type: IDC

Timeline

Start Date: 2021-01-01

Current End Date: 2025-12-31

Potential End Date: 2025-12-31 00:00:00

Last Modified: 2025-12-18

More Contracts from Total Logistics SB Joint Venture

View all Total Logistics SB Joint Venture federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending