0
General Services Administration Awarded a Contract to GUIDEHOUSE INC. for $999,999,999,999.00
Signed on
2/24/2014, 12:00 AM
GUIDEHOUSE INC. Government Contract #GS00Q14OADU216
GUIDEHOUSE INC. was awarded a contract with the United States Government for $999,999,999,999.00. The contract was awarded by the agency office GSA/FAS/PSHC/OASIS, which is a division with the Federal Acquisition Service within the General Services Administration.
Summary of Award
The U.S. federal government contract awarded to Guidehouse Inc., detailed in the provided JSON object, represents an intricate aspect of federal procurement. This contract, administered under the General Services Administration (GSA) with the Federal Acquisition Service (FAS), primarily focuses on professional services under the One Acquisition Solution for Integrated Services (OASIS) initiative.
**Contract Overview:**
The awarded contract, identified by ID `GS00Q14OADU216`, is classified under the Indefinite Delivery Vehicle (IDV). More technically, it's classified as an "INDEFINITE DELIVERY / REQUIREMENTS" contract, allowing for the procurement of services or products as needed over time without a predetermined quantity. This type of contract is usually favorable when precise forecasting is complicated yet allows flexibility for both the government and the service provider.
**Scope and Services:**
This contract falls under the major program called "ONE ACQUISITION SOLUTION FOR INTEGRATED SERVICES" (OASIS), and it facilitates support in management, particularly financial management. The Product or Service Code (PSC) assigned is `R710`, denoting management support services in the financial sector. The North American Industry Classification System (NAICS) code `541219`, corroborates this focus by identifying the area as "Other Accounting Services." This expansive classification allows Guidehouse Inc. to deliver a range of professional financial management solutions, possibly including strategic financial consulting, auditing, and operational support.
**Financials:**
Despite the contract's flexibility, the total obligation to date stands at zero. However, the potential contract value, representing all options and extensions, is set at an extraordinary $999,999,999,999. While no subawards have been made, the recorded total account outlay reaches $13,165,902.26, reflecting the expenditures or transactions processed under this contract so far.
**Recipient Profile:**
Guidehouse Inc., the recipient of the contract, presents itself as a major player in the professional services landscape. Located in McLean, Virginia, the company is classified as a corporate entity that is not tax-exempt and is not designated as a small business. This categorization indicates that Guidehouse is a large, U.S.-owned business specializing in various professional services. The firm's team of executives is headlined by Scott McIntyre, who also represents the highest-paid officer with a compensation of $2,589,085.
**Competitive and Regulatory Context:**
The contract emerged from a competitive process, with 137 offers received, highlighting robust interest and competition for such federal contracts. It employed a solicitation method known as "NEGOTIATED PROPOSAL/QUOTE," ensuring comprehensive evaluation processes and requirements. The extent of competition was full and open, adhering to principles of fairness and transparency in federal procurements.
There were no set-asides or preferences applied, reflecting that the competition was on a wide scale, involving large entities. Importantly, the small business competitive status is noted as false, affirming the extensive scale of the project suitable for larger corporations like Guidehouse.
**Contracting Agency:**
Both the funding and awarding agencies are rooted in the General Services Administration, with the particular subtier being the Federal Acquisition Service. This consistency ensures streamlined processes and adherence to government standards.
**Performance and Timeline:**
The period of performance inaugurates on September 3, 2014, extending potentially to March 1, 2025, with the latest modifications made in February 2025. As a multiyear contract, it spans over a decade, matching the complex nature of services anticipated.
**Technical and Regulatory Considerations:**
Regulatory scoping highlights include compliance with standard commercial acquisition procedures, where commercial item acquisition is listed as “not used.” This specification implies that the services procured possibly involve unique or customized elements tailored to the specific requirements of the federal government.
Moreover, the executive details and business location underscore the prevailing influence and capability of Guidehouse Inc., reinforcing its stature as a preferred service provider for complex governmental needs.
**Conclusion:**
This contract reflects strategic government procurement aimed at acquiring specialized financial management services pivotal for federal operations under the umbrella of the OASIS program. Guidehouse Inc.'s role underscores its proficiency in delivering high-level consultancy and financial oversight, ensuring alignment with national interests and regulatory standards.
This engagement demonstrates a calibrated approach to federal spending, emphasizing flexibility, comprehensive service provision, and adherence to competitive procurement processes, with Guidehouse positioned as a critical partner in federal fiscal management initiatives.