DHS awards $179,943 subscription training platform to Storsoft Technology Corp for ICE Health Services
Contract Overview
Contract Amount: $179,944 ($179.9K)
Contractor: Storsoft Technology Corp
Awarding Agency: Department of Homeland Security
Start Date: 2025-04-10
End Date: 2027-04-09
Contract Duration: 729 days
Daily Burn Rate: $247/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS AWARD IS TO PURCHASE A SUBSCRIPTION-BASED TRAINING PLATFORM THAT ALLOWS ICE HEALTH SERVICES CORP AFFILIATE ADMINISTRATOR TO CREATE COURSE-LEARNING PLANS, COMPETENCY PLANS & COURSE CATALOGS WITH LISTINGS OF MANDATORY TRAINING FOR STAFF.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20536
Plain-Language Summary
Department of Homeland Security obligated $179,943.5 to STORSOFT TECHNOLOGY CORP for work described as: THIS AWARD IS TO PURCHASE A SUBSCRIPTION-BASED TRAINING PLATFORM THAT ALLOWS ICE HEALTH SERVICES CORP AFFILIATE ADMINISTRATOR TO CREATE COURSE-LEARNING PLANS, COMPETENCY PLANS & COURSE CATALOGS WITH LISTINGS OF MANDATORY TRAINING FOR STAFF. Key points: 1. The contract provides a subscription-based training platform for ICE Health Services staff. 2. This award focuses on administrative capabilities for creating learning plans and catalogs. 3. The contract duration is two years, ending in April 2027. 4. The total value is approximately $180,000, indicating a moderate investment in staff development tools. 5. The platform aims to manage mandatory training requirements for personnel. 6. The procurement method was full and open competition after exclusion of sources.
Value Assessment
Rating: good
The contract value of $179,943 for a two-year subscription to a training platform appears reasonable for its stated purpose. Benchmarking against similar government or commercial software-as-a-service (SaaS) training solutions would provide a more precise value assessment. However, given the scope of creating learning plans, competency plans, and course catalogs for staff, the price point suggests a potentially cost-effective solution for managing training needs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was awarded under 'full and open competition after exclusion of sources.' This specific procurement method implies that while the competition was intended to be open, certain sources were excluded, potentially limiting the number of bidders. Further clarification on the reasons for exclusion would be necessary to fully assess the competitive landscape and its impact on price discovery.
Taxpayer Impact: The exclusion of sources, even within an otherwise open competition, could potentially lead to less aggressive pricing than a truly unrestricted full and open competition. Taxpayers may benefit from the chosen vendor's solution, but the full extent of potential savings from broader competition is not realized.
Public Impact
ICE Health Services staff will benefit from a structured and accessible training platform. The platform will facilitate the creation and management of mandatory training courses. This contributes to improved compliance and professional development within the agency. The geographic impact is primarily within the District of Columbia, where the contract is registered.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition due to exclusion of sources may impact price competitiveness.
- The specific functionalities and scalability of the platform are not detailed, posing a potential risk if needs evolve.
- Reliance on a single vendor for critical training infrastructure could present long-term dependency risks.
Positive Signals
- The award supports the critical function of staff training and development within ICE Health Services.
- A subscription-based model offers flexibility and potentially lower upfront costs compared to perpetual licenses.
- The firm fixed-price contract type provides cost certainty for the government.
Sector Analysis
The market for training and learning management systems (LMS) is robust, with numerous commercial off-the-shelf (COTS) solutions available. Government agencies increasingly leverage these platforms to streamline training delivery, track compliance, and manage professional development. Spending in this sector is driven by the need for efficient workforce management and the digitization of training processes. This contract fits within the broader IT services and software procurement category, specifically focusing on human capital management solutions.
Small Business Impact
There is no indication that this contract includes a small business set-aside. The prime contractor, Storsoft Technology Corp, is not specified as a small business in the provided data. Subcontracting opportunities for small businesses are not explicitly mentioned, and their availability would depend on the prime contractor's subcontracting plan, if any.
Oversight & Accountability
The contract is a delivery order under a larger contract vehicle, implying that oversight mechanisms are likely in place at the contract-level. The firm fixed-price nature of the award provides a degree of financial oversight. Transparency regarding the specific exclusion of sources and the evaluation process would enhance accountability. The Department of Homeland Security's Office of Inspector General would have jurisdiction over potential fraud, waste, or abuse related to this award.
Related Government Programs
- ICE Health Services Training Programs
- Federal Learning Management Systems
- Government Employee Training Software
- Department of Homeland Security IT Procurement
Risk Flags
- Limited competition due to exclusion of sources.
- Lack of detailed performance metrics.
- Unclear long-term scalability of the platform.
Tags
it-services, software, training-platform, homeland-security, ice, firm-fixed-price, delivery-order, limited-competition, subscription-service, district-of-columbia
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $179,943.5 to STORSOFT TECHNOLOGY CORP. THIS AWARD IS TO PURCHASE A SUBSCRIPTION-BASED TRAINING PLATFORM THAT ALLOWS ICE HEALTH SERVICES CORP AFFILIATE ADMINISTRATOR TO CREATE COURSE-LEARNING PLANS, COMPETENCY PLANS & COURSE CATALOGS WITH LISTINGS OF MANDATORY TRAINING FOR STAFF.
Who is the contractor on this award?
The obligated recipient is STORSOFT TECHNOLOGY CORP.
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 $179,943.5.
What is the period of performance?
Start: 2025-04-10. End: 2027-04-09.
What specific criteria led to the exclusion of certain sources in this 'full and open competition after exclusion of sources' procurement?
The provided data does not specify the exact criteria or the identities of the excluded sources. Typically, 'exclusion of sources' might occur due to reasons such as prior performance issues with certain vendors, specific technical requirements that only a limited number of vendors can meet, or a previous contract structure that limited competition. Understanding these reasons is crucial for assessing whether the exclusion was justified and if it potentially limited the government's ability to obtain the best value. Without this information, it's difficult to determine if the competition was truly optimized for price and innovation.
How does the functionality of Storsoft Technology Corp's platform compare to other leading government-approved training platforms in terms of features and user experience?
The provided data describes the platform's core function as enabling administrators to create course-learning plans, competency plans, and course catalogs for mandatory staff training. However, it does not detail specific features such as advanced analytics, gamification, mobile accessibility, integration capabilities with other HR systems, or the user interface for both administrators and end-users. A comprehensive comparison would require evaluating these aspects against platforms like Cornerstone OnDemand, Oracle Learning Cloud, or other government-tailored solutions. The value for money is contingent on how well these features meet ICE Health Services' specific needs and user expectations.
What is the historical spending pattern for similar training platforms by U.S. Immigration and Customs Enforcement (ICE) or the Department of Homeland Security (DHS)?
The provided data does not include historical spending patterns for similar training platforms by ICE or DHS. To establish a benchmark, one would need to analyze past contracts for Learning Management Systems (LMS) or training software procured by these agencies. This analysis would reveal trends in contract values, durations, types of services, and the vendors typically used. Understanding historical spending can help determine if the current $179,943 award for a two-year subscription represents an increase, decrease, or stable investment in such capabilities, and whether previous procurements were also competitively sourced.
What are the key performance indicators (KPIs) that will be used to measure the success and effectiveness of this training platform?
The provided data does not specify the key performance indicators (KPIs) that will be used to measure the success of this training platform. Effective measurement would typically involve tracking metrics such as training completion rates, user satisfaction scores, reduction in training-related errors or compliance issues, time saved in training administration, and the platform's uptime and responsiveness. Without defined KPIs, it is challenging to objectively assess whether the platform is delivering the expected value and meeting the agency's training objectives efficiently.
What is Storsoft Technology Corp's track record with federal government contracts, particularly for software and IT services?
The provided data indicates that Storsoft Technology Corp is the contractor for this award. However, it does not offer details on their broader track record with federal government contracts. To assess their reliability and experience, one would need to examine their past performance on similar contracts, including contract values, types of services rendered, client agencies, and any performance reviews or past performance questionnaires. A strong track record with relevant IT services would increase confidence in their ability to deliver the contracted training platform effectively.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70CTD025Q00000012
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1910 31ST AVENUE, GULFPORT, MS, 39501
Business Categories: 8(a) Program Participant, American Indian Owned Business, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $821,047
Exercised Options: $374,104
Current Obligation: $179,944
Actual Outlays: $180,128
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD89B
IDV Type: GWAC
Timeline
Start Date: 2025-04-10
Current End Date: 2027-04-09
Potential End Date: 2029-04-09 00:00:00
Last Modified: 2026-04-10
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)