DLA awards $6.2M continuous process improvement contract to Eagle Integrated Services, LLC
Contract Overview
Contract Amount: $6,235,202 ($6.2M)
Contractor: Eagle Integrated Services, LLC
Awarding Agency: Department of Defense
Start Date: 2024-09-15
End Date: 2025-09-16
Contract Duration: 366 days
Daily Burn Rate: $17.0K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CONTINUOUS PROCESS IMPROVEMENT DLA
Place of Performance
Location: FORT BELVOIR, FAIRFAX County, VIRGINIA, 22060
State: Virginia Government Spending
Plain-Language Summary
Department of Defense obligated $6.2 million to EAGLE INTEGRATED SERVICES, LLC for work described as: CONTINUOUS PROCESS IMPROVEMENT DLA Key points: 1. Contract focuses on enhancing administrative and management consulting services for the Defense Logistics Agency. 2. Eagle Integrated Services, LLC, a single awardee, will provide services over a 366-day period. 3. The contract type is Firm Fixed Price, indicating a defined scope and cost. 4. This award is a Delivery Order under an existing contract, suggesting a pre-established relationship or framework. 5. The North American Industry Classification System (NAICS) code 541611 points to general management consulting services. 6. The contract is not subject to small business set-asides. 7. Virginia is the state associated with this award.
Value Assessment
Rating: fair
The contract value of $6.2 million for a 366-day period for administrative management and general management consulting services appears to be within a reasonable range for specialized consulting. However, without specific details on the scope of work and deliverables, a precise value-for-money assessment is challenging. Benchmarking against similar continuous process improvement contracts within the Department of Defense or other federal agencies would provide a clearer picture of cost-effectiveness. The firm fixed-price structure helps control costs but relies heavily on accurate initial scope definition.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. Sole-source awards are typically justified when only one vendor possesses the unique capabilities, qualifications, or proprietary information required for the specific service. The lack of competition may limit price discovery and potentially lead to higher costs compared to a fully competed contract. The justification for this sole-source award would need to be thoroughly reviewed to ensure it aligns with federal procurement regulations.
Taxpayer Impact: For taxpayers, a sole-source award means there was no opportunity for competitive bidding to drive down prices. This could result in a higher overall cost for the government and, by extension, the taxpayer, unless the unique capabilities of the sole-source provider demonstrably outweigh the cost premium.
Public Impact
The primary beneficiary of this contract is the Defense Logistics Agency (DLA), which will receive enhanced administrative and management consulting services. The services delivered are expected to improve the efficiency and effectiveness of DLA's operations through continuous process improvement. The geographic impact is primarily within the DLA's operational areas, with a specific mention of Virginia. Workforce implications are likely to involve the utilization of specialized consultants from Eagle Integrated Services, LLC, potentially augmenting DLA's internal capabilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs for taxpayers.
- Sole-source awards require strong justification to ensure fair pricing and value.
- The specific deliverables and performance metrics are not detailed, making it difficult to assess the full value proposition.
Positive Signals
- Focus on continuous process improvement can lead to long-term efficiencies for the DLA.
- Firm Fixed Price contract provides cost certainty for the government.
- Award to Eagle Integrated Services, LLC suggests they possess specialized expertise required by the DLA.
Sector Analysis
The federal sector for administrative management and general management consulting services is substantial, with agencies frequently seeking external expertise to optimize operations. The NAICS code 541611 encompasses a broad range of consulting activities. The Defense Logistics Agency, as a major component of the Department of Defense, relies heavily on such services to manage complex supply chains and logistical operations. Comparable spending benchmarks for similar consulting services within the defense sector can vary widely based on the scope, duration, and criticality of the engagement.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. The award to Eagle Integrated Services, LLC, a single entity, suggests that small business participation may be limited unless Eagle Integrated Services, LLC proactively engages small businesses as subcontractors. The absence of set-aside provisions means that opportunities for small businesses to directly compete for this specific contract were not prioritized.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the Defense Logistics Agency's contracting officers and program managers. Accountability measures would be defined within the contract's statement of work and performance standards. Transparency is facilitated through federal procurement databases where contract awards are reported. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected in the execution or award of this contract.
Related Government Programs
- Defense Logistics Agency Operations Support
- Management and Consulting Services
- Federal Acquisition Service Contracts
- Department of Defense IT and Management Support
Risk Flags
- Sole-source award may limit price competition.
- Lack of detailed performance metrics in summary data.
- Contract duration is relatively short (366 days), requiring potential follow-on efforts.
Tags
defense-logistics-agency, department-of-defense, management-consulting, process-improvement, firm-fixed-price, sole-source, delivery-order, administrative-management, virginia, eagle-integrated-services-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $6.2 million to EAGLE INTEGRATED SERVICES, LLC. CONTINUOUS PROCESS IMPROVEMENT DLA
Who is the contractor on this award?
The obligated recipient is EAGLE INTEGRATED SERVICES, LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Logistics Agency).
What is the total obligated amount?
The obligated amount is $6.2 million.
What is the period of performance?
Start: 2024-09-15. End: 2025-09-16.
What specific continuous process improvement methodologies will Eagle Integrated Services, LLC employ under this contract?
The provided data does not specify the exact continuous process improvement methodologies that Eagle Integrated Services, LLC will employ. Typically, such contracts would detail the expected approaches, which could include Lean Six Sigma, Kaizen events, Business Process Re-engineering (BPR), Total Quality Management (TQM), or other recognized frameworks. The Defense Logistics Agency (DLA) would likely have requirements outlined in the Statement of Work (SOW) or Performance Work Statement (PWS) that dictate the preferred methodologies or desired outcomes, such as waste reduction, cycle time improvement, or enhanced customer satisfaction. A thorough review of the contract's SOW would be necessary to identify the specific techniques and tools expected to be utilized by the contractor.
How does the $6.2 million contract value compare to similar process improvement contracts awarded by the DLA or DoD?
Benchmarking the $6.2 million contract value requires comparing it against similar continuous process improvement (CPI) contracts awarded by the Defense Logistics Agency (DLA) or the broader Department of Defense (DoD). Without access to a comprehensive database of historical DLA/DoD CPI contracts, a precise comparison is difficult. However, for a 366-day duration, this value suggests a significant engagement, potentially involving multiple consultants or a high level of specialized expertise. Factors influencing cost include the complexity of the processes being improved, the number of DLA facilities or units involved, and the specific deliverables required. Generally, CPI contracts can range from tens of thousands to millions of dollars, depending on these variables. A detailed analysis would involve identifying contracts with similar NAICS codes (541611) and service scopes within the defense sector.
What are the key performance indicators (KPIs) that will be used to measure the success of Eagle Integrated Services, LLC's performance?
The provided data does not explicitly list the Key Performance Indicators (KPIs) for this contract. However, for a continuous process improvement contract, typical KPIs would focus on measurable improvements in efficiency, cost savings, quality, and timeliness. Examples could include reduction in process cycle times, decrease in error rates, quantifiable cost savings achieved through process optimization, improvements in customer satisfaction scores, or successful implementation of new process documentation. The contract's Performance Work Statement (PWS) or Statement of Work (SOW) would detail these specific metrics, along with acceptable performance levels and any associated incentives or penalties. The Defense Logistics Agency (DLA) would be responsible for monitoring these KPIs throughout the contract period.
What is the track record of Eagle Integrated Services, LLC in delivering similar process improvement services to federal agencies?
Eagle Integrated Services, LLC's track record in delivering similar process improvement services to federal agencies is not detailed in the provided data. As this is a sole-source award, it implies that the Defense Logistics Agency (DLA) has likely evaluated the contractor's past performance and determined them to be uniquely qualified. To assess their track record thoroughly, one would need to examine their past federal contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any publicly available case studies or testimonials related to their work in administrative management and general management consulting. Understanding their experience with similar-sized projects and within the defense sector would be particularly relevant.
What is the potential risk associated with a sole-source award for these critical process improvement services?
The primary risk associated with a sole-source award for critical process improvement services is the potential for reduced price competition, which could lead to higher costs for the government and taxpayers. Without the pressure of multiple bidders, the contractor may have less incentive to offer the most competitive pricing. Additionally, there's a risk that the agency might overlook alternative solutions or innovative approaches that could have emerged from a competitive bidding process. Ensuring the sole-source justification is robust and that the contractor's pricing is fair and reasonable through rigorous negotiation and oversight is crucial to mitigate these risks. The lack of competition also means the agency is heavily reliant on the performance and capabilities of a single vendor.
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: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1826 N LOOP 1604 W STE 337D, SAN ANTONIO, TX, 78248
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,235,202
Exercised Options: $6,235,202
Current Obligation: $6,235,202
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: SP470423D0001
IDV Type: IDC
Timeline
Start Date: 2024-09-15
Current End Date: 2025-09-16
Potential End Date: 2025-09-16 00:00:00
Last Modified: 2026-02-18
More Contracts from Eagle Integrated Services, LLC
- Professional and Technical Support Services for PEO EIS Cyber Directorate — $26.4M (Department of Defense)
- IT Support Services — $11.1M (Defense Nuclear Facilities Safety Board)
- 711 Hpw/Omc (usafsam, RH, Wing Support) 711 Human Performance Wing (711 HPW) and the United States AIR Force School of Aerospace Medicine Information Technology Support — $8.7M (Department of Defense)
- 711TH Mission Support Services - FY22 Fesp EN AC and High Risk High Demand Psych Testing — $6.2M (Department of Defense)
- Comprehensive Netc IT Support Services — $3.2M (Department of Homeland Security)
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)