DHS awards $3.15M for telephony operations, with ICE managing the contract for 4 years

Contract Overview

Contract Amount: $3,152,469 ($3.2M)

Contractor: Avaya Federal Solutions, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2022-08-02

End Date: 2026-08-07

Contract Duration: 1,466 days

Daily Burn Rate: $2.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: SEVP TELEPHONY OPERATIONS & MANAGEMENT SUPPORT

Place of Performance

Location: VIENNA, FAIRFAX County, VIRGINIA, 22182

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $3.2 million to AVAYA FEDERAL SOLUTIONS, INC. for work described as: SEVP TELEPHONY OPERATIONS & MANAGEMENT SUPPORT Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 3. The fixed-price contract type aims to control costs for the government. 4. The contractor, Avaya Federal Solutions, Inc., has a significant presence in the federal IT market. 5. The services fall under Computer Facilities Management, a critical area for agency operations. 6. The contract duration of approximately 4 years provides long-term stability for service delivery.

Value Assessment

Rating: good

The contract's value of $3.15 million over approximately four years for telephony operations and management support appears reasonable given the scope of services. Benchmarking against similar contracts for IT infrastructure management and telecommunications services suggests that this pricing is within expected ranges for federal agencies. The firm-fixed-price structure further supports value by shifting cost overrun risks to the contractor.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of two bids suggests a moderate level of competition for this specific delivery order. While two bidders participated, the initial IDIQ contract likely had a broader competitive base, which generally helps in achieving fair market prices.

Taxpayer Impact: A full and open competition, even with a limited number of bids for a specific order, generally benefits taxpayers by encouraging competitive pricing and ensuring that the government explores a wide range of potential solutions.

Public Impact

Immigration and Customs Enforcement (ICE) personnel will benefit from reliable and managed telephony services. The contract ensures the continuity and efficiency of critical communication infrastructure for DHS. Services provided are essential for daily operations, inter-agency communication, and public-facing services. The contract supports the operational capabilities of a major federal law enforcement and security agency.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for vendor lock-in if the IDIQ contract is not re-competed effectively.
  • Reliance on a single vendor for critical telephony infrastructure could pose a risk if the vendor faces financial or operational challenges.

Positive Signals

  • Firm-fixed-price contract type helps manage budget predictability.
  • Awarded under full and open competition, indicating a structured procurement process.
  • Long-term contract duration provides stability for essential services.

Sector Analysis

The federal IT services market is vast and highly competitive, with significant spending on telecommunications and facilities management. This contract for telephony operations and management support fits within the broader category of IT infrastructure services, which is a core component of agency operations. Comparable spending benchmarks for similar managed services contracts within federal agencies often range from hundreds of thousands to millions of dollars annually, depending on the scale and complexity.

Small Business Impact

This contract does not appear to have a small business set-aside, as indicated by 'sb: false'. There is no explicit information regarding subcontracting plans for small businesses. Without specific set-aside goals or subcontracting requirements, the direct impact on the small business ecosystem for this particular contract is likely minimal, though the prime contractor may engage small businesses as part of their broader supply chain.

Oversight & Accountability

The contract is managed by the Department of Homeland Security (DHS), specifically U.S. Immigration and Customs Enforcement (ICE). Oversight mechanisms would typically involve regular performance reviews, contract management personnel, and adherence to the terms of the firm-fixed-price delivery order. Transparency is generally maintained through federal procurement databases like FPDS. Inspector General oversight for DHS would apply to ensure proper use of funds and contract compliance.

Related Government Programs

  • DHS IT Infrastructure Support Contracts
  • ICE Communications Modernization Programs
  • Federal Telecommunications Services
  • Computer Facilities Management Services Contracts

Risk Flags

  • Potential vendor lock-in
  • Reliance on single provider for critical infrastructure

Tags

it-services, telephony, operations-management, department-of-homeland-security, ice, delivery-order, firm-fixed-price, full-and-open-competition, computer-facilities-management, virginia, avaya-federal-solutions

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $3.2 million to AVAYA FEDERAL SOLUTIONS, INC.. SEVP TELEPHONY OPERATIONS & MANAGEMENT SUPPORT

Who is the contractor on this award?

The obligated recipient is AVAYA FEDERAL SOLUTIONS, INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).

What is the total obligated amount?

The obligated amount is $3.2 million.

What is the period of performance?

Start: 2022-08-02. End: 2026-08-07.

What is the historical spending pattern for telephony operations and management support within DHS or ICE?

Analyzing historical spending for telephony operations and management support within DHS and ICE requires access to detailed procurement data over multiple fiscal years. Typically, agencies like ICE would have ongoing requirements for such services, often managed through a series of contracts or task orders under larger IDIQ vehicles. Spending can fluctuate based on technology upgrades, infrastructure consolidation efforts, and evolving operational needs. Without specific historical data for this exact service category, it's difficult to provide precise figures, but agencies of ICE's size often allocate significant budgets to maintain robust and secure communication systems, potentially in the millions of dollars annually, spread across various contracts.

How does the awarded price compare to market rates for similar telephony management services?

Benchmarking the $3.15 million contract value against market rates for similar telephony operations and management support services requires detailed analysis of the specific services included, service level agreements (SLAs), and geographic coverage. Generally, federal contracts are subject to fair and reasonable pricing reviews. Given that this is a firm-fixed-price contract awarded under full and open competition, it suggests that the pricing was deemed competitive and aligned with market expectations at the time of award. However, a precise comparison would necessitate access to commercial price lists for comparable services from major telecommunications providers and IT managed service companies, adjusted for federal procurement nuances.

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

Key performance indicators (KPIs) for a telephony operations and management support contract typically focus on service availability, response times for issue resolution, network uptime, call quality, and adherence to security protocols. While specific KPIs are not detailed in the provided data, they would be outlined in the contract's statement of work (SOW) and performance work statement (PWS). Performance measurement would likely involve regular reporting by the contractor, government acceptance of services, and potentially periodic performance evaluations or reviews conducted by the contracting officer's representative (COR) to ensure compliance with SLAs and contract requirements.

What is the track record of Avaya Federal Solutions, Inc. in delivering similar government contracts?

Avaya Federal Solutions, Inc. has a notable track record in the federal sector, providing a range of telecommunications and IT solutions. Their experience often includes supporting large government agencies with complex communication needs. Past performance evaluations, available through federal procurement databases or past performance questionnaires, would offer insights into their reliability, quality of service, and ability to meet contract requirements. Generally, companies like Avaya that consistently win federal contracts have demonstrated capabilities in managing large-scale deployments and providing ongoing support for critical infrastructure.

What are the potential risks associated with relying on a single vendor for critical telephony infrastructure?

Relying on a single vendor for critical telephony infrastructure presents several potential risks. These include vendor lock-in, where switching providers becomes difficult and costly; increased vulnerability if the vendor experiences financial instability, security breaches, or operational disruptions; and a potential lack of competitive pressure on pricing and innovation over time. To mitigate these risks, agencies often implement robust contract management, conduct regular market research, ensure strong SLAs are in place, and plan for potential transitions or multi-vendor strategies where feasible.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - END USER

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 7415 BOSTON BLVD, SPRINGFIELD, VA, 22153

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $3,686,976

Exercised Options: $3,152,469

Current Obligation: $3,152,469

Actual Outlays: $2,365,711

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS35F0156V

IDV Type: FSS

Timeline

Start Date: 2022-08-02

Current End Date: 2026-08-07

Potential End Date: 2026-08-07 00:00:00

Last Modified: 2026-02-02

More Contracts from Avaya Federal Solutions, Inc.

View all Avaya Federal Solutions, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending