PatchPlus Consulting Inc. awarded $27.9M for Army ISR and C2 Staff Services, a definitive contract

Contract Overview

Contract Amount: $27,914,736 ($27.9M)

Contractor: Patchplus Consulting Inc

Awarding Agency: Department of Defense

Start Date: 2017-09-29

End Date: 2023-06-29

Contract Duration: 2,099 days

Daily Burn Rate: $13.3K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 11

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IGF::OT::IGF ANG ISR AND C2 STAFF SERVICES

Place of Performance

Location: ANDREWS AFB, PRINCE GEORGES County, MARYLAND, 20762

State: Maryland Government Spending

Plain-Language Summary

Department of Defense obligated $27.9 million to PATCHPLUS CONSULTING INC for work described as: IGF::OT::IGF ANG ISR AND C2 STAFF SERVICES Key points: 1. Contract value of $27.9M over approximately 6 years indicates significant investment in intelligence, surveillance, and reconnaissance (ISR) and command and control (C2) support. 2. The contract was awarded using full and open competition after exclusion of sources, suggesting a deliberate decision to broaden the vendor pool beyond initial exclusions. 3. A firm-fixed-price contract type generally offers cost certainty for the government, but requires clear scope definition to avoid change orders. 4. The duration of nearly 7 years (2099 days) suggests a long-term need for these specialized staff services. 5. The award to PATCHPLUS CONSULTING INC. represents a substantial commitment to a single vendor for critical support functions. 6. The North American Industry Classification System (NAICS) code 541618 points to a focus on other management consulting services, likely tailored to defense needs.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging without specific service details and comparable contract data. However, a $27.9 million award over nearly seven years for specialized staff services suggests a significant investment. The firm-fixed-price structure aims for cost control, but the overall value-for-money depends heavily on the quality and impact of the consulting services provided to the Army's ISR and C2 operations. Without more granular data on deliverables and performance metrics, a definitive assessment of cost-effectiveness is difficult.

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, certain sources were initially excluded, and then the competition was opened more widely. The number of bidders (10) is a reasonable number for a specialized service contract, suggesting some level of market interest. However, the 'exclusion of sources' aspect warrants further investigation to understand if it limited the competitive landscape unnecessarily.

Taxpayer Impact: The competition level suggests that while multiple firms were considered, the initial exclusion might have prevented the most competitive bids from emerging, potentially impacting the final price paid by taxpayers.

Public Impact

The primary beneficiaries are the Department of the Army, specifically units involved in intelligence, surveillance, and reconnaissance (ISR) and command and control (C2) operations. The services delivered are likely to include strategic planning, operational support, policy development, and analytical expertise to enhance military effectiveness. The geographic impact is likely concentrated within the operational areas of the Army units being supported, potentially including CONUS and OCONUS locations. Workforce implications may involve the integration of contractor personnel into military staff functions, providing specialized skills that may not be readily available within the uniformed or civilian workforce.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • The 'exclusion of sources' in the competition method raises questions about potential limitations on the breadth of competition and its impact on pricing.
  • The long contract duration (nearly 7 years) could lead to vendor lock-in and reduced flexibility if needs evolve significantly.
  • Lack of specific performance metrics or outcome-based evaluations in the provided data makes it difficult to assess the true effectiveness and value of the services.
  • The contract type is firm-fixed-price, which is generally good for cost control, but requires very clear scope definition to avoid costly change orders and disputes.

Positive Signals

  • The use of 'FULL AND OPEN COMPETITION' (even with prior exclusions) indicates an effort to leverage market capabilities and potentially achieve competitive pricing.
  • The firm-fixed-price contract type provides cost certainty for the government, assuming the scope is well-defined and managed.
  • The award to a single contractor for a significant duration suggests a stable, long-term requirement for these specialized ISR and C2 staff services.
  • The contract value of $27.9M, while substantial, may represent good value if it effectively enhances critical military intelligence and command capabilities.

Sector Analysis

This contract falls within the Management Consulting Services sector (NAICS 541618), a segment of the broader professional services market that supports government and commercial entities. The defense sector heavily utilizes such services for strategic planning, operational efficiency, and specialized technical support. The market for defense consulting is competitive, with numerous firms offering expertise in areas like intelligence analysis, C2 systems, and military operations. This contract's value of $27.9 million over its term places it as a significant award within this niche, reflecting the critical nature of ISR and C2 functions for national security.

Small Business Impact

The provided data indicates that small business participation (sb) was false, and there is no mention of small business set-asides. This suggests that the contract was not specifically targeted towards small businesses, and subcontracting opportunities for small businesses are not explicitly detailed. The primary focus appears to be on securing specialized expertise from the broader market, rather than leveraging the small business industrial base for this particular requirement.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Army's contracting and program management offices. The firm-fixed-price nature implies a focus on delivery according to specifications. Transparency is generally facilitated through contract databases like FPDS-NG, where basic award information is published. However, detailed performance reviews, audits, or Inspector General investigations would depend on specific triggers related to performance issues, fraud, or waste, which are not indicated in the provided data.

Related Government Programs

  • Intelligence, Surveillance, and Reconnaissance (ISR) Services
  • Command and Control (C2) Systems Support
  • Defense Consulting Services
  • Management and Professional Services
  • Department of the Army Contracts
  • Information Technology Consulting

Risk Flags

  • Potential for scope creep due to long contract duration and FFP.
  • Lack of specific performance metrics makes value assessment difficult.
  • Ambiguity in 'exclusion of sources' could limit competition.
  • No small business set-aside noted, potentially limiting SMB participation.

Tags

defense, department-of-the-army, management-consulting, intelligence-surveillance-reconnaissance, command-and-control, firm-fixed-price, definitive-contract, full-and-open-competition, staff-services, maryland, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $27.9 million to PATCHPLUS CONSULTING INC. IGF::OT::IGF ANG ISR AND C2 STAFF SERVICES

Who is the contractor on this award?

The obligated recipient is PATCHPLUS CONSULTING INC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $27.9 million.

What is the period of performance?

Start: 2017-09-29. End: 2023-06-29.

What specific types of 'ISR and C2 Staff Services' are being provided under this contract?

The provided data does not specify the exact nature of the 'ISR and C2 Staff Services.' However, based on the NAICS code (541618 - Other Management Consulting Services) and the context of defense contracts, these services likely encompass a range of activities. This could include strategic planning for intelligence operations, analytical support for ISR data, development of C2 system requirements, policy recommendations for command structures, operational planning assistance, and potentially training or advisory roles for military personnel. The 'staff services' designation suggests contractor personnel are integrated into existing military teams to augment capabilities rather than providing standalone systems or equipment.

How does the $27.9 million contract value compare to similar ISR and C2 support contracts awarded by the Department of Defense?

Comparing the $27.9 million value requires context regarding the contract's duration and scope. Awarded over approximately six years (2099 days), this averages to roughly $4.65 million per year. This figure is moderate within the defense sector for specialized staff support. Larger ISR contracts often involve technology development, system integration, or extensive field operations, reaching hundreds of millions or billions. Conversely, smaller, short-term advisory roles might be in the low millions. This contract appears to represent a significant, but not exceptionally large, investment in ongoing, specialized advisory and analytical support for critical C2 and ISR functions.

What are the potential risks associated with a firm-fixed-price contract of this duration for specialized staff services?

A primary risk with firm-fixed-price (FFP) contracts, especially over a long duration like this one (nearly 7 years), is scope creep and the potential for the government to pay a premium if the initial pricing did not accurately anticipate all service needs. If the requirements evolve significantly, the government might be locked into paying for services that are no longer optimal or could be procured more cost-effectively through a different contract type or structure. Conversely, the contractor bears the risk of cost overruns if their estimates are inaccurate. For specialized staff services, defining the scope precisely enough to prevent disputes or the need for costly contract modifications is crucial. The government must maintain vigilant oversight to ensure the services remain relevant and effectively delivered.

What does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' procurement method imply about the contractor selection process?

This procurement method suggests a multi-stage process. Initially, certain potential sources may have been excluded, perhaps due to specific criteria, past performance issues, or other pre-determined factors. Following this initial exclusion, the competition was opened broadly to all responsible sources ('full and open'). This implies that while there was a reason to initially narrow the field, the agency ultimately decided that a wider competition was necessary or beneficial. It could indicate a desire to ensure the best possible value was obtained by considering a larger pool of qualified vendors, even if some were initially screened out. The specific reasons for the initial exclusion and the subsequent opening are not detailed but suggest a deliberate, albeit complex, approach to market engagement.

What is the historical spending pattern for ISR and C2 staff services by the Department of the Army?

Historical spending patterns for ISR and C2 staff services by the Department of the Army are substantial and have generally increased over the past two decades, driven by evolving geopolitical threats and the increasing reliance on technology for situational awareness and decision-making. While specific figures for 'staff services' alone are difficult to isolate from broader ISR/C2 system procurement and operational costs, the Army consistently allocates significant portions of its budget to intelligence gathering, analysis, and command infrastructure. Contracts for advisory, analytical, and support services are common across various Army commands. Spending in this area is influenced by ongoing conflicts, modernization efforts, and the need for specialized expertise to manage complex information flows and networked operations.

How does the performance of PATCHPLUS CONSULTING INC. on previous contracts inform the assessment of this award?

The provided data does not include information on the past performance of PATCHPLUS CONSULTING INC. A comprehensive assessment of this award would ideally involve reviewing their track record on previous government contracts, including factors like on-time delivery, quality of services, adherence to budget (if applicable), and any past disputes or contract terminations. Without this performance history, it is difficult to gauge their reliability and capability to successfully execute a contract of this magnitude and duration. Agencies typically consider past performance as a key evaluation factor in source selection, particularly for complex service contracts.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesOther Management Consulting Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: W9133L17R0034

Offers Received: 11

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3 RALEIGH CIR STE B, MEDFORD, NJ, 08055

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $27,914,736

Exercised Options: $27,914,736

Current Obligation: $27,914,736

Actual Outlays: $4,866,615

Subaward Activity

Number of Subawards: 3

Total Subaward Amount: $9,955,925

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2017-09-29

Current End Date: 2023-06-29

Potential End Date: 2023-06-29 00:00:00

Last Modified: 2022-12-28

More Contracts from Patchplus Consulting Inc

View all Patchplus Consulting Inc federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending