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 Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION 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
- 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)