DHS Awards $2.6M Task Order to SYN-TECH SYSTEM, INC. for Custom Computer Programming Services

Contract Overview

Contract Amount: $2,611,192 ($2.6M)

Contractor: Syn-Tech System, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2025-09-17

End Date: 2026-08-21

Contract Duration: 338 days

Daily Burn Rate: $7.7K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: THIS TASK ORDER IS FOR OPTION PERIOD 3 SERVICES.

Place of Performance

Location: ZAPATA, ZAPATA County, TEXAS, 78076

State: Texas Government Spending

Plain-Language Summary

Department of Homeland Security obligated $2.6 million to SYN-TECH SYSTEM, INC. for work described as: THIS TASK ORDER IS FOR OPTION PERIOD 3 SERVICES. Key points: 1. Contract awarded for Option Period 3 services, extending existing support. 2. SYN-TECH SYSTEM, INC. is the incumbent provider. 3. The contract is for custom computer programming services. 4. This is a firm-fixed-price contract. 5. The contract duration is 338 days.

Value Assessment

Rating: fair

The contract value of $2.61 million for 338 days of custom computer programming services appears reasonable given the duration and specialized nature of the work. Benchmarking against similar contracts for IT services of this scope is necessary for a definitive assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source or limited competition award. This approach may limit price discovery and potentially lead to higher costs compared to a fully competitive process.

Taxpayer Impact: As a sole-source award, taxpayers may not be receiving the best possible price due to the lack of competitive bidding.

Public Impact

Ensures continued operation of critical U.S. Customs and Border Protection systems. Supports national security by maintaining essential IT infrastructure. Potential for increased costs due to lack of competition. Limited transparency into the justification for sole-source award.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition
  • Potential for cost overruns due to sole-source award

Positive Signals

  • Incumbent provider ensures continuity of services
  • Firm-fixed-price contract provides cost certainty

Sector Analysis

This contract falls within the Information Technology sector, specifically custom computer programming services. Spending in this area is substantial across federal agencies, with significant variation based on project complexity and duration. Benchmarks for similar programming services can vary widely.

Small Business Impact

The contract was not awarded to a small business, as indicated by 'sb': false. There is no indication of subcontracting opportunities for small businesses within the provided data.

Oversight & Accountability

The lack of competition raises questions about the oversight applied to the justification for a sole-source award. Further review of the justification documentation is recommended to ensure accountability and value for taxpayer money.

Related Government Programs

  • Custom Computer Programming Services
  • Department of Homeland Security Contracting
  • U.S. Customs and Border Protection Programs

Risk Flags

  • Lack of competitive bidding
  • Potential for inflated pricing
  • Limited transparency in award justification
  • No small business participation identified

Tags

custom-computer-programming-services, department-of-homeland-security, tx, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $2.6 million to SYN-TECH SYSTEM, INC.. THIS TASK ORDER IS FOR OPTION PERIOD 3 SERVICES.

Who is the contractor on this award?

The obligated recipient is SYN-TECH SYSTEM, 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 $2.6 million.

What is the period of performance?

Start: 2025-09-17. End: 2026-08-21.

What was the specific justification for awarding this contract on a sole-source basis, and was it adequately documented?

The provided data does not include the justification for the sole-source award. Typically, sole-source contracts are awarded when only one responsible source can provide the required supplies or services. Agencies must document this justification thoroughly, often citing reasons like unique capabilities, urgent needs, or follow-on work to a previous competition. A review of the contract file would be necessary to ascertain the specific rationale and its adequacy.

How does the per-unit cost or overall pricing compare to similar custom computer programming services procured competitively by other federal agencies?

Without specific unit cost breakdowns or access to a broader market analysis, a direct comparison is difficult. However, the $2.61 million price tag for 338 days of service suggests a significant investment. Given the sole-source nature, it is plausible that the pricing may be higher than what could be achieved through a competitive bidding process, where multiple vendors vie for the contract.

What is the potential impact on system effectiveness and security if SYN-TECH SYSTEM, INC. were not retained for this option period?

Retaining the incumbent provider, SYN-TECH SYSTEM, INC., likely ensures a seamless transition and continued operational effectiveness for the custom computer programming services. Disrupting this continuity could lead to temporary performance degradation, security vulnerabilities during a transition, and potential delays in critical IT functions for U.S. Customs and Border Protection. The sole-source award suggests these risks were deemed significant.

Industry Classification

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

Product/Service Code: INSTALLATION OF EQUIPMENTINSTALLATION OF EQUIPMENT

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 100 FOUR POINTS WAY, TALLAHASSEE, FL, 32305

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

Financial Breakdown

Contract Ceiling: $2,611,192

Exercised Options: $2,611,192

Current Obligation: $2,611,192

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70B03C22D00000016

IDV Type: IDC

Timeline

Start Date: 2025-09-17

Current End Date: 2026-08-21

Potential End Date: 2026-08-21 13:44:08

Last Modified: 2026-02-05

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending