NASA's $13.1M Employee Relocation Services Contract with BGRS Faces Scrutiny for Value and Competition
Contract Overview
Contract Amount: $13,155,388 ($13.2M)
Contractor: Bgrs Relocation Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2007-10-01
End Date: 2012-09-30
Contract Duration: 1,826 days
Daily Burn Rate: $7.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: EMPLOYEE RELOCATION SERVICES
Place of Performance
Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529
Plain-Language Summary
National Aeronautics and Space Administration obligated $13.2 million to BGRS RELOCATION INC for work described as: EMPLOYEE RELOCATION SERVICES Key points: 1. The contract awarded to BGRS Relocation Inc. for employee relocation services represents a significant expenditure for NASA. 2. Limited information is available on the competitive landscape and specific performance metrics, raising questions about overall value. 3. The fixed-price contract structure aims to control costs, but the lack of detailed performance data makes a definitive value assessment challenging. 4. The absence of small business participation is noted, suggesting potential missed opportunities for economic inclusion.
Value Assessment
Rating: questionable
The contract's total value of $13.1M over five years for relocation services warrants a closer look. Without detailed performance metrics or benchmarks against similar contracts, it's difficult to ascertain if this represents optimal value for taxpayer dollars.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which is a positive sign for price discovery. However, the specific details of the bidding process and the number of competitors are not provided, limiting a full assessment of competitive intensity.
Taxpayer Impact: While full and open competition generally leads to better pricing, the overall value proposition for taxpayers depends on the efficiency and effectiveness of the services provided over the contract's duration.
Public Impact
Employees relocating for NASA missions will utilize these services, impacting their transition and morale. The contract's duration and value suggest a substantial impact on the relocation services market. Taxpayers are funding these services, making transparency and cost-effectiveness crucial for public trust.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics.
- Limited information on competitive bidding outcomes.
- No small business participation.
Positive Signals
- Awarded under full and open competition.
- Firm fixed-price contract type.
Sector Analysis
Employee relocation services fall under the 'Other Activities Related to Real Estate' sector. Spending in this area can fluctuate based on agency needs for personnel movement, particularly in large federal agencies like NASA with diverse operational locations.
Small Business Impact
The data indicates that small businesses were not involved in this contract, as 'sb' is false. This suggests a missed opportunity to leverage small business capabilities and promote economic diversity within federal contracting.
Oversight & Accountability
Oversight of this contract would involve monitoring BGRS Relocation Inc.'s performance against contract requirements and ensuring compliance with federal regulations. The lack of detailed performance data makes robust oversight challenging.
Related Government Programs
- Other Activities Related to Real Estate
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Lack of performance data.
- Unclear competitive intensity.
- No small business participation.
- Potential for cost overruns if services are inefficiently delivered despite fixed price.
Tags
other-activities-related-to-real-estate, national-aeronautics-and-space-administr, ms, bpa-call, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $13.2 million to BGRS RELOCATION INC. EMPLOYEE RELOCATION SERVICES
Who is the contractor on this award?
The obligated recipient is BGRS RELOCATION INC.
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $13.2 million.
What is the period of performance?
Start: 2007-10-01. End: 2012-09-30.
What specific metrics were used to evaluate BGRS Relocation Inc.'s performance and ensure the value for money?
The provided data does not specify the performance metrics used to evaluate BGRS Relocation Inc. A thorough review would require access to the contract's statement of work and any associated performance work statements or quality assurance surveillance plans. Understanding these metrics is crucial for assessing the true value delivered by the contractor.
How did the full and open competition process ensure the most cost-effective solution for NASA's relocation needs?
While 'full and open competition' suggests multiple bidders were allowed, the effectiveness in achieving cost-effectiveness depends on the number of bids received, the evaluation criteria, and the final negotiated price. Without details on the bidding process and the competitive range, it's difficult to confirm if the most cost-effective solution was secured.
What is the potential impact of the firm fixed-price contract on service quality and contractor innovation?
A firm fixed-price contract shifts risk to the contractor, incentivizing them to control costs. However, it can sometimes lead to a focus on meeting minimum requirements rather than exceeding them, potentially limiting service quality or innovation if not carefully monitored through performance standards.
Industry Classification
NAICS: Real Estate and Rental and Leasing › Activities Related to Real Estate › Other Activities Related to Real Estate
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › RELOCATION OR TRAVEL AGENT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Tiger Hotel TRS SUB LLC (UEI: 205271935)
Address: 1325 G ST NW STE 600, WASHINGTON, DC, 20005
Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $13,201,422
Exercised Options: $13,201,422
Current Obligation: $13,155,388
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: NNX07AA27Z
IDV Type: BPA
Timeline
Start Date: 2007-10-01
Current End Date: 2012-09-30
Potential End Date: 2016-10-31 00:00:00
Last Modified: 2019-03-29
More Contracts from Bgrs Relocation Inc
- Other Functions = Inherently Governmental Rating Relocation Services — $73.4M (Department of the Treasury)
- Relocation Services — $63.3M (Department of Justice)
- Management Support Services — $61.0M (Department of Justice)
- 10 Funding 0200 for Relocation Services — $53.3M (Department of Justice)
- OCC Employee Relocation Services — $41.9M (Department of the Treasury)
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →