DoD Awards $21.2M Warehousing Contract to Synergy Logistics, Facing Potential Price Concerns
Contract Overview
Contract Amount: $21,191,749 ($21.2M)
Contractor: Synergy Logistics Services II LLC
Awarding Agency: Department of Defense
Start Date: 2024-05-01
End Date: 2025-04-30
Contract Duration: 364 days
Daily Burn Rate: $58.2K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIXED PRICE INCENTIVE
Sector: Other
Official Description: SERVICES TO PERFORM WAREHOUSING AND DISTRIBUTION OPERATIONS
Place of Performance
Location: CHERRY POINT, CRAVEN County, NORTH CAROLINA, 28533
Plain-Language Summary
Department of Defense obligated $21.2 million to SYNERGY LOGISTICS SERVICES II LLC for work described as: SERVICES TO PERFORM WAREHOUSING AND DISTRIBUTION OPERATIONS Key points: 1. Contract awarded to Synergy Logistics Services II LLC for warehousing and distribution. 2. The $21.2M contract is for a 1-year period, ending April 30, 2025. 3. Full and open competition was used, but exclusion of sources raises questions. 4. The sector is General Warehousing and Storage, with a benchmark of $5.8M.
Value Assessment
Rating: questionable
The contract's awarded value of $21.2M significantly exceeds the benchmark of $5.8M for similar warehousing and storage contracts. This substantial difference warrants further investigation into the pricing structure and justification.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' While competition was sought, the exclusion of specific sources limits the potential for broader price discovery and may indicate a less competitive environment than ideal.
Taxpayer Impact: The significant deviation from the benchmark suggests potential overspending, impacting taxpayer funds negatively. Further analysis is needed to confirm if the higher cost is justified by unique service requirements or market conditions.
Public Impact
Taxpayers may be overpaying for essential warehousing and distribution services due to limited competition. The exclusion of sources could indicate a lack of robust market research or a pre-determined outcome. Ensuring fair pricing for government contracts is crucial for efficient use of public funds.
Waste & Efficiency Indicators
Waste Risk Score: 58 / 10
Warning Flags
- Value significantly exceeds benchmark
- Limited competition due to source exclusion
- Potential for overpayment
Positive Signals
- Contract awarded under a competitive process
- Clear service period and deliverables
Sector Analysis
The General Warehousing and Storage sector involves managing inventory, distribution, and logistics for government agencies. The benchmark for this contract is $5.8M, making the awarded $21.2M notably higher, suggesting potential inefficiencies or unique requirements.
Small Business Impact
The data indicates that small business participation was not a factor in this award (sb: false). Further analysis would be needed to determine if opportunities were missed for small businesses in this contracting action.
Oversight & Accountability
The 'exclusion of sources' clause within the full and open competition requires scrutiny to ensure transparency and fairness. Oversight should focus on the justification for excluding potential bidders and the subsequent price negotiation.
Related Government Programs
- General Warehousing and Storage
- Department of Defense Contracting
- Defense Logistics Agency Programs
Risk Flags
- Award value significantly exceeds benchmark
- Limited competition due to source exclusion
- Potential for overpayment
- Lack of small business participation noted
Tags
general-warehousing-and-storage, department-of-defense, nc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $21.2 million to SYNERGY LOGISTICS SERVICES II LLC. SERVICES TO PERFORM WAREHOUSING AND DISTRIBUTION OPERATIONS
Who is the contractor on this award?
The obligated recipient is SYNERGY LOGISTICS SERVICES II LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Logistics Agency).
What is the total obligated amount?
The obligated amount is $21.2 million.
What is the period of performance?
Start: 2024-05-01. End: 2025-04-30.
What specific factors justified the awarded value significantly exceeding the benchmark for warehousing and distribution services?
The significant difference between the awarded value ($21.2M) and the benchmark ($5.8M) necessitates a detailed review of the contract's specific requirements, service level agreements, and any unique logistical challenges. It's crucial to ascertain if the higher cost is attributable to specialized handling, extended storage needs, expedited delivery, or other factors not immediately apparent from the provided data. Without this context, the price appears questionable.
How did the exclusion of sources impact the competitive landscape and final pricing for this contract?
Excluding sources, even within a 'full and open' framework, inherently limits the competitive pool. This can reduce pressure on bidders to offer the most competitive pricing. The agency must demonstrate that the exclusion was justified by specific, documented reasons and that the resulting price discovery process still yielded fair and reasonable rates, despite the narrowed competition.
What is the potential risk to taxpayer funds given the high awarded value compared to the benchmark?
The primary risk to taxpayer funds lies in the potential for overpayment if the awarded price cannot be fully justified by the scope and quality of services rendered. A $15.4M difference from the benchmark is substantial. Robust oversight and post-award performance monitoring are essential to ensure value for money and mitigate financial waste.
Industry Classification
NAICS: Transportation and Warehousing › Warehousing and Storage › General Warehousing and Storage
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIXED PRICE INCENTIVE (L)
Evaluated Preference: NONE
Contractor Details
Parent Company: Synergy Logistics Services, LLC
Address: 1828 SWIFT AVE STE 202, NORTH KANSAS CITY, MO, 64116
Business Categories: Category Business, Hispanic American Owned Business, Joint Venture Women Owned Small Business, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $21,191,749
Exercised Options: $21,191,749
Current Obligation: $21,191,749
Actual Outlays: $5,200,389
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: SP330020D5001
IDV Type: IDC
Timeline
Start Date: 2024-05-01
Current End Date: 2025-04-30
Potential End Date: 2025-04-30 00:00:00
Last Modified: 2025-07-03
More Contracts from Synergy Logistics Services II LLC
- Services to Perform Warehousing and Distribution Operations — $5.6M (Department of Defense)
View all Synergy Logistics Services II LLC federal contracts →
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)