Department of State awards $3.4M contract for administrative management consulting services to GRAPHI TECH, INC
Contract Overview
Contract Amount: $3,407,393 ($3.4M)
Contractor: Graphi Tech, Inc.
Awarding Agency: Department of State
Start Date: 2017-08-15
End Date: 2023-04-18
Contract Duration: 2,072 days
Daily Burn Rate: $1.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ATTN: DR. MONICA WATSON, A/LM/AQM/IP/TCA POC: NICOLE MAZKOUR, CA/EX/GSD OR JONATHAN PRESS, CA/EX/GSD CA REQUESTS THAT THIS REQUIREMENT BE AWARDED AS AN 8(A) AWARD. ATTACHED IS STATEMENT OF WORK AND GOVERNMENT COST ESTIMATE. NOTE: CA IS REQUESTING TWO SUPPLY SPECIALISTS IN THE SOW, BUT ONLY INTENDS TO FUND ONE OF THOSE POSITIONS UPON AWARD, WITH THE SECOND TO BE FUNDED AT SOME POINT THEREAFTER.IGF::CT::IGF
Place of Performance
Location: HYATTSVILLE, PRINCE GEORGES County, MARYLAND, 20782
State: Maryland Government Spending
Plain-Language Summary
Department of State obligated $3.4 million to GRAPHI TECH, INC. for work described as: ATTN: DR. MONICA WATSON, A/LM/AQM/IP/TCA POC: NICOLE MAZKOUR, CA/EX/GSD OR JONATHAN PRESS, CA/EX/GSD CA REQUESTS THAT THIS REQUIREMENT BE AWARDED AS AN 8(A) AWARD. ATTACHED IS STATEMENT OF WORK AND GOVERNMENT COST ESTIMATE. NOTE: CA IS REQUESTING TWO SUPPLY SPECIALISTS IN THE… Key points: 1. Contract awarded for administrative management and general management consulting services. 2. The contract has a duration of 2072 days, spanning from August 2017 to April 2023. 3. Awarded as a Purchase Order under a Firm Fixed Price contract type. 4. The contract was competed under Full and Open Competition. 5. The North American Industry Classification System (NAICS) code is 541611. 6. The contract is for services to be performed in Maryland (MD).
Value Assessment
Rating: fair
The contract value of $3.4 million over approximately 5.7 years suggests an average annual spend of around $600,000. Without specific details on the scope of services or deliverables, it is difficult to benchmark the value for money. However, the inclusion of two supply specialist positions in the Statement of Work, with only one intended to be funded initially, raises questions about resource planning and potential future funding uncertainties. This approach could indicate a phased approach to service delivery or a potential risk of understaffing if the second position is delayed.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under Full and Open Competition, indicating that all responsible sources were permitted to submit a bid. This method is generally preferred for maximizing competition and achieving the best value for the government. The data does not specify the number of bidders, but the 'full-and-open' designation suggests a robust competitive process was intended.
Taxpayer Impact: Full and open competition typically leads to more competitive pricing for taxpayers by allowing a wider range of vendors to participate, potentially driving down costs through market forces.
Public Impact
The primary beneficiaries of this contract are likely the Department of State's administrative and management functions. The services delivered are expected to enhance the efficiency and effectiveness of general management consulting. The contract's geographic impact is specified as Maryland (MD). The contract may have implications for the workforce by potentially creating or supporting roles for administrative management consultants.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for phased funding of positions could lead to initial understaffing or delays in service delivery.
- Lack of specific performance metrics or deliverables makes it challenging to assess the true value and impact of the services.
- The long contract duration without clear interim funding for all positions might indicate potential budget uncertainties or shifting priorities.
Positive Signals
- Awarded through full and open competition, suggesting a commitment to fair market access and potentially competitive pricing.
- The contract is a Purchase Order, which can be a more agile procurement instrument for specific needs.
- Firm Fixed Price contract type provides cost certainty for the government, assuming the scope of work is well-defined.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically focusing on administrative management and general management consulting. This sector is characterized by a wide range of service providers, from large consulting firms to specialized small businesses. The market size for such services is substantial, driven by government and private sector needs for operational efficiency, strategic planning, and organizational improvement. Benchmarking this contract's value would require comparison to similar consulting engagements within federal agencies, considering the specific expertise and duration required.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside provision. The competition was open to all responsible sources, which could include small businesses if they met the qualifications, but it was not exclusively targeted towards them.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of State's contracting officer and program managers. As a Purchase Order, it is a less complex instrument than a large-scale contract, but standard procurement regulations and agency policies would apply. Transparency is generally facilitated through contract databases like FPDS, where basic award information is publicly available. Specific accountability measures would be detailed in the Statement of Work and the terms of the Purchase Order.
Related Government Programs
- Management and Consulting Services
- Administrative Support Services
- Professional Services Contracts
- Government Consulting Engagements
Risk Flags
- Potential funding uncertainty for the second supply specialist position.
- Lack of detailed performance metrics in provided data.
- Difficulty in benchmarking value without specific service details.
Tags
administrative-management, general-management-consulting, department-of-state, purchase-order, firm-fixed-price, full-and-open-competition, naics-541611, maryland, professional-services, consulting-services
Frequently Asked Questions
What is this federal contract paying for?
Department of State awarded $3.4 million to GRAPHI TECH, INC.. ATTN: DR. MONICA WATSON, A/LM/AQM/IP/TCA POC: NICOLE MAZKOUR, CA/EX/GSD OR JONATHAN PRESS, CA/EX/GSD CA REQUESTS THAT THIS REQUIREMENT BE AWARDED AS AN 8(A) AWARD. ATTACHED IS STATEMENT OF WORK AND GOVERNMENT COST ESTIMATE. NOTE: CA IS REQUESTING TWO SUPPLY SPECIALISTS IN THE SOW, BUT ONLY INTENDS TO FUND ONE OF THOSE POSITIONS UPON AWARD, WITH THE SECOND TO BE FUNDED AT SOME POINT THEREAFTER.IGF::CT::IGF
Who is the contractor on this award?
The obligated recipient is GRAPHI TECH, INC..
Which agency awarded this contract?
Awarding agency: Department of State (Department of State).
What is the total obligated amount?
The obligated amount is $3.4 million.
What is the period of performance?
Start: 2017-08-15. End: 2023-04-18.
What is the specific nature of the administrative management and general management consulting services required by the Department of State under this contract?
The Statement of Work (SOW) attached to the contract request details the specific requirements. While the NAICS code 541611 broadly covers Administrative Management and General Management Consulting Services, the SOW would elaborate on the precise tasks, objectives, and deliverables. This could include areas such as organizational analysis, process improvement, strategic planning support, human capital management consulting, or operational efficiency assessments. The mention of 'two supply specialists' in the SOW suggests a focus on procurement or supply chain management aspects of administrative operations, although only one position was initially funded. A thorough review of the SOW is necessary to understand the full scope of services.
How does the pricing of this contract compare to similar administrative management consulting services procured by the federal government?
Benchmarking the pricing of this $3.4 million contract requires access to detailed pricing data and a comparison with similar contracts for administrative management and general management consulting services. Factors such as the specific services rendered, the level of expertise required, the duration of the contract, and the geographic location of service delivery all influence pricing. Without specific details on the hourly rates, labor categories, or the breakdown of costs within the $3.4 million total, a direct comparison is challenging. However, the fact that it was competed under 'Full and Open Competition' suggests that market forces were intended to drive competitive pricing. Further analysis would involve querying contract databases for comparable services and evaluating the proposed labor mix and rates against established benchmarks.
What are the key performance indicators (KPIs) or metrics used to evaluate the success of GRAPHI TECH, INC. in delivering these consulting services?
The provided data does not explicitly state the Key Performance Indicators (KPIs) or metrics used to evaluate the success of GRAPHI TECH, INC. Typically, these would be defined within the Statement of Work (SOW) or the contract's performance clauses. For administrative management and general management consulting services, KPIs might include adherence to project timelines, quality of deliverables (e.g., reports, analyses, recommendations), client satisfaction, achievement of specific process improvement targets, or cost savings realized. The 'Purchase Order' nature of the award might imply a more task-order-based approach to performance evaluation, with success measured against individual task orders or deliverables rather than a single overarching performance standard for the entire contract duration.
What is the historical spending pattern of the Department of State on administrative management and general management consulting services?
To assess the historical spending pattern of the Department of State on administrative management and general management consulting services, one would need to analyze historical contract data over several fiscal years. This would involve querying databases like the Federal Procurement Data System (FPDS) for contracts awarded under NAICS code 541611 and potentially related codes. Analyzing this data would reveal trends in spending, the types of services most frequently procured, the primary contractors receiving awards, and the average contract values. This specific $3.4 million contract represents a single data point; understanding its context within the broader spending landscape requires a longitudinal analysis of the Department's procurement history in this service category.
What is the significance of the Department of State requesting the requirement be awarded as an 8(a) award, even though it was ultimately competed under full and open competition?
The initial request for an 8(a) award signifies an intention by the Department of State's CA/EX/GSD to utilize the Small Business Administration's (SBA) 8(a) Business Development program. This program is designed to help small disadvantaged businesses compete for federal contracts. However, the subsequent award under 'Full and Open Competition' indicates that either the 8(a) requirement was not met, the program was not utilized for this specific award, or the agency decided to pursue a broader competition. Reasons for not proceeding with an 8(a) award could include a lack of eligible 8(a) contractors capable of meeting the requirement, or a strategic decision to maximize competition and potentially achieve better pricing or a wider range of capabilities through open competition. The discrepancy highlights a potential shift in procurement strategy or an exploration of different avenues for fulfilling the requirement.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL 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
Address: 4009 REMINGTON CT, HYATTSVILLE, MD, 20782
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $8,162,954
Exercised Options: $6,344,318
Current Obligation: $3,407,393
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2017-08-15
Current End Date: 2023-04-18
Potential End Date: 2023-04-18 00:00:00
Last Modified: 2026-02-18
Other Department of State Contracts
- Care Logistical Support Services - Clss — $2.3B (Xator LLC)
- Task Order to Provide Project Management Support, Transition Support, Engineering and Design Support, Securing the Infrastructure Support and O&M Support for the Department's IT Consolidation Program — $2.1B (Science Applications International Corporation)
- Global Security Engineering&supply Chain Services — $1.5B (General Dynamics Information Technology, Inc.)
- Slmaqm04c0030 — $1.2B (Dyncorp International LLC)
- THE Purpose of This Action IS to Establish a NEW Contract With General Dynamics Information Technology for Global Supply Chain Management, Logistics and Technology Development Services to Support the Department of State. the Initial Funding Associated With This Contract IS $22,304,578.00. the Overall Contract Value IS $2,200,000,000.00 — $1.2B (General Dynamics Information Technology, Inc.)