DHS Awards $6.58M Task Order to General Dynamics for Custom Computer Programming Services
Contract Overview
Contract Amount: $6,577,632 ($6.6M)
Contractor: General Dynamics Information Technology, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-30
End Date: 2026-06-30
Contract Duration: 638 days
Daily Burn Rate: $10.3K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: REVMOD SPECIFIC TASK ORDER
Place of Performance
Location: INDIANAPOLIS, MARION County, INDIANA, 46249
State: Indiana Government Spending
Plain-Language Summary
Department of Homeland Security obligated $6.6 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC. for work described as: REVMOD SPECIFIC TASK ORDER Key points: 1. The task order is for custom computer programming services, a critical area for government operations. 2. General Dynamics Information Technology, Inc. secured the contract, indicating potential market concentration. 3. The contract's Time and Materials pricing structure presents a moderate risk for cost overruns. 4. The IT sector, particularly custom programming, is a significant area of federal spending.
Value Assessment
Rating: fair
The Time and Materials (T&M) contract type, while flexible, can lead to higher costs if not closely managed. Benchmarking against similar T&M contracts for programming services is recommended to ensure fair pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process. However, the award was a BPA Call, which may limit the number of actual bidders compared to a standalone solicitation.
Taxpayer Impact: The use of full and open competition is generally beneficial for taxpayers, promoting competitive pricing. However, the T&M structure warrants careful oversight to prevent excessive spending.
Public Impact
Enhances U.S. Customs and Border Protection's technological capabilities. Supports critical national security and border management functions. Potential for job creation within the IT services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials pricing
- Potential for scope creep
- Limited visibility into specific task order performance metrics
Positive Signals
- Full and open competition
- Awarded to a known large contractor
- Supports critical agency mission
Sector Analysis
This contract falls within the Information Technology sector, specifically custom computer programming. Federal spending in IT services remains substantial, with agencies continually seeking to modernize systems and enhance cybersecurity.
Small Business Impact
The contract was not awarded to a small business. While this specific task order did not benefit small businesses, broader federal contracting goals aim to ensure small business participation across various contract vehicles.
Oversight & Accountability
The Department of Homeland Security and U.S. Customs and Border Protection are responsible for oversight. The BPA Call mechanism allows for task orders to be issued under an existing contract, requiring diligent monitoring of each call.
Related Government Programs
- Custom Computer Programming Services
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Time and Materials pricing structure
- Potential for cost overruns
- Limited detail on specific services
- BPA Call may limit direct competition on task order level
Tags
custom-computer-programming-services, department-of-homeland-security, in, bpa-call, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $6.6 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC.. REVMOD SPECIFIC TASK ORDER
Who is the contractor on this award?
The obligated recipient is GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $6.6 million.
What is the period of performance?
Start: 2024-09-30. End: 2026-06-30.
What specific programming services are included in this task order, and how do they align with CBP's strategic IT modernization goals?
The task order specifies 'Custom Computer Programming Services' under NAICS code 541511. While the data doesn't detail the exact services, it's crucial for CBP to ensure these programming efforts directly support their strategic objectives, such as enhancing data analytics, improving border security systems, or streamlining operational workflows. A clear link to modernization goals justifies the investment and ensures efficient resource allocation.
What measures are in place to control costs and prevent scope creep given the Time and Materials pricing structure?
With a Time and Materials (T&M) contract, robust oversight is essential. CBP should implement strict monitoring of labor hours, require detailed progress reports, and establish clear milestones. A defined ceiling price and a process for approving any changes to scope or estimated effort are critical to prevent uncontrolled cost escalation and ensure the project stays within budget.
How will the effectiveness of these custom programming services be measured to ensure they meet CBP's operational needs and deliver value?
Effectiveness should be measured against predefined Key Performance Indicators (KPIs) directly tied to CBP's operational needs. This could include metrics like system uptime, processing speed improvements, reduction in error rates, or user satisfaction. Regular performance reviews and feedback loops with end-users will be vital to ensure the delivered programming services are not only functional but also add tangible value to border protection operations.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: General Dynamics Corp
Address: 3150 FAIRVIEW PARK DR STE 100, FALLS CHURCH, VA, 22042
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,672,632
Exercised Options: $6,577,632
Current Obligation: $6,577,632
Actual Outlays: $4,116,868
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $1,250,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70B01C24A00000036
IDV Type: BPA
Timeline
Start Date: 2024-09-30
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 04:48:32
Last Modified: 2026-02-11
More Contracts from General Dynamics Information Technology, Inc.
- Global Security Engineering&supply Chain Services — $1.5B (Department of State)
- THE Purpose of This Action IS to Establish a NEW Contract With General Dynamics Information Technology for Global Supply Chain Management, Logistics and Technology Development Services to Support the Department of State. the Initial Funding Associated With This Contract IS $22,304,578.00. the Overall Contract Value IS $2,200,000,000.00 — $1.2B (Department of State)
- Cloud Products&tools (CPT) — $902.0M (Department of Health and Human Services)
- Beneficiary Contact Center Operations — $879.1M (Department of Health and Human Services)
- Award of Task Order 47qfca210051-Nawcad Wolf Ship and AIR C5isr Systems Support — $832.3M (General Services Administration)
View all General Dynamics Information Technology, Inc. federal contracts →
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)