DHS Awards $37.7M for Cisco Equipment to MA Federal, Inc. Under Full and Open Competition
Contract Overview
Contract Amount: $37,664,691 ($37.7M)
Contractor: MA Federal, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-27
End Date: 2024-10-30
Contract Duration: 399 days
Daily Burn Rate: $94.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: CISCO EQUIPMENT
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20191
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $37.7 million to MA FEDERAL, INC. for work described as: CISCO EQUIPMENT Key points: 1. Significant award for network hardware and related services. 2. MA Federal, Inc. is the primary contractor. 3. Competition was full and open after exclusion of sources. 4. The contract spans over a year, indicating ongoing needs.
Value Assessment
Rating: good
The award amount of $37.7M appears reasonable for a large quantity of Cisco equipment and associated services over a 13-month period. Benchmarking against similar large-scale federal IT procurements would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition after exclusion of sources, suggesting a robust price discovery process. This method aims to ensure the government receives competitive pricing.
Taxpayer Impact: The use of full and open competition is generally beneficial for taxpayers as it promotes competitive pricing and potentially lower costs for government procurements.
Public Impact
Ensures continued operational capability for U.S. Customs and Border Protection's network infrastructure. Supports critical border security and law enforcement functions. Potential for technology refresh and enhanced network performance.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Contract duration extends beyond one year, requiring ongoing budget allocation.
- Reliance on a single vendor for a significant portion of network equipment.
Positive Signals
- Full and open competition utilized.
- Awarded to a single entity, potentially streamlining management.
- Firm fixed price contract provides cost certainty.
Sector Analysis
This procurement falls within the IT sector, specifically focusing on network hardware and related services. Federal spending on IT infrastructure, including networking equipment, is substantial and critical for agency operations.
Small Business Impact
The data indicates this contract was not awarded to a small business. Further analysis would be needed to determine if small businesses had opportunities to participate as subcontractors.
Oversight & Accountability
The contract is managed by the Department of Homeland Security, U.S. Customs and Border Protection. Standard federal procurement oversight mechanisms should apply to ensure performance and cost control.
Related Government Programs
- Other Computer Related Services
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Potential for vendor lock-in with Cisco equipment.
- Long-term sustainment and support costs not detailed.
- Cybersecurity implications of network hardware procurement.
- Dependency on a single awardee for critical infrastructure.
Tags
other-computer-related-services, department-of-homeland-security, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $37.7 million to MA FEDERAL, INC.. CISCO EQUIPMENT
Who is the contractor on this award?
The obligated recipient is MA FEDERAL, 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 $37.7 million.
What is the period of performance?
Start: 2023-09-27. End: 2024-10-30.
What specific Cisco equipment is being procured, and how does it align with current and future operational needs?
The provided data does not specify the exact Cisco equipment models or configurations. A detailed breakdown would be necessary to assess its alignment with operational requirements, potential for technology obsolescence, and overall value for money. Understanding the specific components is key to evaluating if the procurement meets the evolving technological demands of U.S. Customs and Border Protection.
What was the rationale for excluding specific sources prior to the full and open competition, and did this exclusion impact the competitive landscape?
The exclusion of sources prior to full and open competition suggests that certain vendors or technologies were deemed unsuitable or that a specific requirement necessitated this approach. The impact on the competitive landscape depends on how many potential bidders remained. If the exclusion significantly limited the pool of qualified bidders, it could have potentially reduced price competition, even within an otherwise open process.
How does the benchmarked price per unit for this Cisco equipment compare to commercial off-the-shelf pricing and other federal contracts?
Without specific unit details and pricing, a direct per-unit cost benchmark is not feasible. However, the total award of $37.7 million for network equipment over 13 months warrants a detailed price analysis. Comparing the unit costs against GSA schedules, other agency contracts for similar Cisco products, and commercial pricing would be crucial to determine if the government is receiving a competitive rate.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Igov Technologies, Inc.
Address: 12030 SUNRISE VALLEY DR STE 300, RESTON, VA, 20191
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $43,200,000
Exercised Options: $37,664,691
Current Obligation: $37,664,691
Actual Outlays: $37,664,691
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSHQDC13D00016
IDV Type: IDC
Timeline
Start Date: 2023-09-27
Current End Date: 2024-10-30
Potential End Date: 2024-10-30 16:36:18
Last Modified: 2025-02-07
More Contracts from MA Federal, Inc.
- HW and SW for the Transformation Program Office for TWO DHS Data Centers, DC-1 (data Center 1) and DC2 (data Center 2) — $25.3M (Department of Homeland Security)
- Project Management for Clin 0001 — $16.9M (Department of Defense)
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)