DHS's I-901 Fee Collection System Contract Awarded to U.S. Bancorp for $19.2M
Contract Overview
Contract Amount: $19,237,316 ($19.2M)
Contractor: U.S. Bancorp
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-28
End Date: 2026-09-27
Contract Duration: 1,095 days
Daily Burn Rate: $17.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: I-901 FEE COLLECTION SYSTEM
Place of Performance
Location: VIENNA, FAIRFAX County, VIRGINIA, 22182
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $19.2 million to U.S. BANCORP for work described as: I-901 FEE COLLECTION SYSTEM Key points: 1. The contract supports financial transactions processing for immigration fees. 2. U.S. Bancorp is the sole awardee for this definitive contract. 3. The contract duration is three years, ending in September 2026. 4. This system is crucial for managing immigration-related fee collections.
Value Assessment
Rating: good
The contract value of $19.2M over three years appears reasonable for a specialized financial transaction system. Benchmarking against similar government contracts for fee collection and processing systems would provide a more precise assessment.
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. This method is expected to yield fair pricing and identify the most capable vendor for the service.
Taxpayer Impact: The system's efficiency in collecting fees directly impacts revenue generation for immigration services, ultimately benefiting taxpayers by ensuring program funding.
Public Impact
Ensures efficient processing of fees for international travelers and students. Supports the financial infrastructure of U.S. immigration and customs enforcement. Streamlines the collection and management of critical immigration-related funds.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in provided data.
- Potential for vendor lock-in if system is highly specialized.
Positive Signals
- Awarded through full and open competition.
- Utilizes a firm fixed-price contract type, providing cost certainty.
- Supports a critical government function for national security and immigration.
Sector Analysis
This contract falls under financial transactions processing, a common area for government IT and financial services. Benchmarks for similar systems often vary widely based on complexity and user volume.
Small Business Impact
The data indicates this contract was not awarded to small businesses. Further analysis would be needed to determine if subcontracting opportunities exist for small businesses within this contract.
Oversight & Accountability
The contract is managed by U.S. Immigration and Customs Enforcement (ICE) under the Department of Homeland Security. Standard government oversight procedures for contract performance and financial management are expected to be in place.
Related Government Programs
- Financial Transactions Processing, Reserve, and Clearinghouse Activities
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Sole awardee may limit future competition.
- Dependence on a single vendor for critical financial processing.
- Potential cybersecurity risks associated with financial transaction data.
- Contract duration of three years requires monitoring for potential extensions.
Tags
financial-transactions-processing-reserv, department-of-homeland-security, va, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $19.2 million to U.S. BANCORP. I-901 FEE COLLECTION SYSTEM
Who is the contractor on this award?
The obligated recipient is U.S. BANCORP.
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 $19.2 million.
What is the period of performance?
Start: 2023-09-28. End: 2026-09-27.
What is the expected impact of this system on the efficiency of fee collection and processing times for applicants?
The I-901 Fee Collection System is designed to streamline the collection and processing of fees required for various immigration benefits and programs. Its successful implementation is expected to reduce manual processing, minimize errors, and expedite the overall workflow, leading to faster turnaround times for applicants and improved operational efficiency for U.S. Immigration and Customs Enforcement.
What are the primary risks associated with the reliance on U.S. Bancorp for this critical financial transaction system?
Key risks include potential service disruptions if the system experiences technical failures, data security breaches compromising sensitive financial and personal information, and vendor performance issues that could delay fee processing. Over-reliance on a single vendor also presents a risk of limited flexibility in adapting to future technological advancements or changing regulatory requirements.
How does the firm fixed-price contract structure ensure value for money and mitigate cost overruns for taxpayers?
A firm fixed-price contract establishes a set price for the work, shifting the risk of cost overruns to the contractor, U.S. Bancorp. This structure provides budget certainty for the government and taxpayers, as the final cost is predetermined. Value for money is achieved if the contractor delivers the required services within the agreed-upon scope and quality standards at the fixed price.
Industry Classification
NAICS: Finance and Insurance › Activities Related to Credit Intermediation › Financial Transactions Processing, Reserve, and Clearinghouse Activities
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: TWO STEP
Solicitation ID: 70CMSD23R00000001
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 800 NICOLLET MALL, MINNEAPOLIS, MN, 55402
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $26,064,756
Exercised Options: $19,237,316
Current Obligation: $19,237,316
Actual Outlays: $10,620,899
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-09-28
Current End Date: 2026-09-27
Potential End Date: 2027-09-27 00:00:00
Last Modified: 2025-09-24
More Contracts from U.S. Bancorp
- Fleet Fuel Card Services — $42.2M (Department of Defense)
- I-901 FEE Website — $29.1M (Department of Homeland Security)
- Swipe SEA Card Services — $15.3M (Department of Defense)
- Recompete of Contract Number 16pbgc20c0005 for Lockbox Service for the Missing Participants Program. the Service Should BE in Accordance With the Contract Terms and Conditions, the Statement of Work (SOW) and the Contractor's Quote — $14.6K (Pension Benefit Guaranty Corporation)
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)