DOJ awards $53.7M contract for CJIS operational services to Accenture Federal Services

Contract Overview

Contract Amount: $53,741,439 ($53.7M)

Contractor: Accenture Federal Services LLC

Awarding Agency: Department of Justice

Start Date: 2024-03-04

End Date: 2027-03-03

Contract Duration: 1,094 days

Daily Burn Rate: $49.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 12

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: CJIS OPERATIONAL SERVICES

Place of Performance

Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22203

State: Virginia Government Spending

Plain-Language Summary

Department of Justice obligated $53.7 million to ACCENTURE FEDERAL SERVICES LLC for work described as: CJIS OPERATIONAL SERVICES Key points: 1. Contract awarded via full and open competition, suggesting a robust market. 2. The contract duration of 1094 days (approx. 3 years) provides a stable period for service delivery. 3. The award type is a Delivery Order, indicating it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 4. The North American Industry Classification System (NAICS) code 541512 points to computer systems design services. 5. The contract is for operational services, implying ongoing support and maintenance rather than new development. 6. The vendor, Accenture Federal Services LLC, is a significant player in the federal IT contracting space.

Value Assessment

Rating: good

Benchmarking the value-for-money for this specific delivery order is challenging without knowing the base IDIQ contract's terms and the specific services rendered. However, the total award amount of $53.7 million over approximately three years suggests a moderate annual spend. Further analysis would require comparing the unit rates and scope of work against similar IT operational services contracts awarded by the FBI or other agencies.

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 offers. The presence of 12 bids suggests a healthy level of competition for this requirement. This competitive process is expected to drive more favorable pricing and service terms for the government.

Taxpayer Impact: A competitive award process generally benefits taxpayers by ensuring the government receives the best possible value for its investment, as multiple vendors vie to offer the most attractive terms.

Public Impact

The Federal Bureau of Investigation (FBI) is the primary beneficiary, receiving essential operational services for its Criminal Justice Information Services (CJIS). This contract ensures the continued operation and support of critical IT systems that underpin law enforcement and criminal justice functions nationwide. The services delivered are vital for maintaining the integrity and accessibility of criminal justice data across federal, state, and local agencies. The geographic impact is nationwide, as CJIS systems support law enforcement activities across the United States.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Computer Systems Design Services sector, a critical component of the broader Information Technology (IT) industry. The federal government is a major consumer of these services, particularly for maintaining and operating complex information systems. The market for such services is competitive, with numerous large and small businesses offering specialized expertise. The FBI's reliance on these services for its CJIS division highlights the importance of robust IT infrastructure for national security and law enforcement.

Small Business Impact

This contract was not set aside for small businesses, and the data indicates no small business subcontracting goals were explicitly mentioned. The primary awardee is a large business. This suggests that opportunities for small businesses may be limited to potential subcontracting roles, which are not detailed in the provided data. Further investigation into the prime contractor's subcontracting plan would be necessary to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract will primarily reside with the Federal Bureau of Investigation (FBI), the specific agency within the Department of Justice utilizing the services. Accountability measures are typically embedded within the contract's performance work statement (PWS) and delivery terms. Transparency is facilitated through contract award databases like FPDS. The Inspector General for the Department of Justice would have jurisdiction for audits and investigations if any performance or financial irregularities were identified.

Related Government Programs

Risk Flags

Tags

it-services, computer-systems-design, department-of-justice, federal-bureau-of-investigation, delivery-order, full-and-open-competition, time-and-materials, operational-services, virginia, accenture-federal-services-llc

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $53.7 million to ACCENTURE FEDERAL SERVICES LLC. CJIS OPERATIONAL SERVICES

Who is the contractor on this award?

The obligated recipient is ACCENTURE FEDERAL SERVICES LLC.

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Bureau of Investigation).

What is the total obligated amount?

The obligated amount is $53.7 million.

What is the period of performance?

Start: 2024-03-04. End: 2027-03-03.

What is the historical spending pattern for CJIS operational services by the FBI?

Analyzing historical spending for CJIS operational services by the FBI requires access to detailed contract databases over multiple fiscal years. While this specific delivery order is for $53.7 million, understanding the broader trend involves examining previous contracts for similar services, including any base IDIQ contracts from which this order was issued. Factors such as contract renewals, scope changes, and the introduction of new technologies can significantly influence spending patterns. Without access to this historical data, it's difficult to determine if the current award represents an increase, decrease, or stable level of investment in CJIS operational services. Trends might also be influenced by legislative mandates, evolving law enforcement needs, and budget allocations within the Department of Justice.

How does the pricing of this contract compare to similar IT operational services contracts?

Directly comparing the pricing of this $53.7 million delivery order to similar IT operational services contracts is challenging without detailed knowledge of the specific services rendered, the labor categories involved, and the base IDIQ contract's pricing structure. However, the fact that it was awarded under full and open competition with 12 bidders suggests a competitive environment that likely drove reasonable pricing. To conduct a thorough benchmark, one would need to compare the proposed labor rates, overheads, and any fixed-price components against government-wide IT services schedules (like GSA MAS) or other agency-specific contracts for comparable system design and operational support. The Time and Materials (T&M) pricing type necessitates close monitoring of hours and rates to ensure value.

What are the key performance indicators (KPIs) for this contract, and how is performance being measured?

The specific Key Performance Indicators (KPIs) and measurement methodologies for this CJIS operational services contract are not detailed in the provided data. Typically, for IT operational services, KPIs would focus on system availability, response times, incident resolution rates, data integrity, and security compliance. Performance is usually measured through regular reporting by the contractor, government acceptance testing, and periodic performance reviews. The contract likely includes a Performance Work Statement (PWS) that outlines these requirements and metrics. The FBI's Contracting Officer's Representative (COR) is responsible for monitoring contractor performance against these KPIs and ensuring compliance with the contract terms.

What is Accenture Federal Services LLC's track record with the FBI and similar agencies?

Accenture Federal Services LLC is a well-established federal contractor with a significant history of providing IT and professional services to various government agencies, including the Department of Justice and the FBI. Their track record typically includes managing large-scale IT projects, system integration, and operational support. While specific performance details for this particular contract are not yet available as it is a recent award, Accenture's broader experience suggests they possess the capabilities to handle complex operational requirements. A deeper dive into their past performance evaluations, contract history, and any past performance questionnaires (PPQs) submitted during the bidding process would provide a more comprehensive understanding of their reliability and expertise with the FBI.

What are the potential risks associated with this contract, and what mitigation strategies are in place?

Potential risks for this contract include vendor performance issues, cybersecurity threats to the CJIS systems, potential cost overruns due to the Time and Materials (T&M) pricing structure, and the challenge of transitioning services if the contract is not renewed. Mitigation strategies typically involve robust contract oversight by the FBI COR, clearly defined performance standards and penalties in the PWS, regular security audits, strict financial monitoring of T&M expenditures, and contingency planning for service continuity. The competitive nature of the award also serves as a risk mitigation factor, as it implies a selection of a vendor deemed capable of meeting the requirements.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 12

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Novetta Solutions, LLC

Address: 800 N GLEBE RD STE 300, ARLINGTON, VA, 22203

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $90,354,047

Exercised Options: $57,812,745

Current Obligation: $53,741,439

Actual Outlays: $31,495,860

Subaward Activity

Number of Subawards: 8

Total Subaward Amount: $13,987,133

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS35F540GA

IDV Type: FSS

Timeline

Start Date: 2024-03-04

Current End Date: 2027-03-03

Potential End Date: 2029-03-03 00:00:00

Last Modified: 2026-04-01

More Contracts from Accenture Federal Services LLC

View all Accenture Federal Services LLC federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending