DHS awards $8.55M for cybersecurity support to FEMA, highlighting critical infrastructure protection needs
Contract Overview
Contract Amount: $8,551,509 ($8.6M)
Contractor: Synergist JV LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-02-06
End Date: 2026-02-05
Contract Duration: 364 days
Daily Burn Rate: $23.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: INFORMATION SYSTEM SECURITY OFFICERS RESOURCES BRIDGE IS TO FULFILL CYBER SECURITY REQUIREMENTS FOR FEMA ENTERPRISE SYSTEMS IN ACCORDANCE WITH SECTION 2(D).
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $8.6 million to SYNERGIST JV LLC for work described as: INFORMATION SYSTEM SECURITY OFFICERS RESOURCES BRIDGE IS TO FULFILL CYBER SECURITY REQUIREMENTS FOR FEMA ENTERPRISE SYSTEMS IN ACCORDANCE WITH SECTION 2(D). Key points: 1. Contract addresses essential cybersecurity requirements for FEMA's enterprise systems. 2. Synergist JV LLC secured the contract through full and open competition. 3. The contract duration is one year, indicating a focused, short-term need. 4. Fixed-price contract type suggests predictable costs for the government. 5. The award value is modest, likely reflecting a specific service need rather than a broad program. 6. Cybersecurity remains a high-priority area for federal agencies, especially those managing critical infrastructure. 7. The contract's success hinges on the contractor's ability to deliver specialized information system security expertise.
Value Assessment
Rating: good
The contract value of $8.55 million for a one-year cybersecurity support services is within a reasonable range for specialized IT support. Benchmarking against similar contracts for Information System Security Officers (ISSO) resources would provide a more precise value-for-money assessment. However, given the critical nature of cybersecurity for FEMA, the investment appears justified to ensure the protection of enterprise systems. The firm-fixed-price structure helps manage cost predictability.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The presence of a single delivery order suggests that this was a specific requirement fulfilled through an existing contract vehicle or a targeted solicitation. The level of competition, while not explicitly detailed by the number of bidders, is generally positive for price discovery and ensuring the government receives competitive offers.
Taxpayer Impact: Full and open competition typically leads to better pricing for taxpayers by fostering a competitive environment among qualified vendors.
Public Impact
FEMA benefits directly through enhanced cybersecurity for its enterprise systems, safeguarding sensitive data and operational continuity. The services delivered will bolster the agency's ability to meet federal cybersecurity mandates and protect critical infrastructure. The primary geographic impact is within the District of Columbia, where FEMA's enterprise systems are likely managed or accessed. The contract supports specialized IT roles, potentially creating or sustaining employment for information system security professionals.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if this specific expertise is not readily available elsewhere.
- Reliance on a single contractor for critical cybersecurity functions could pose a risk if performance falters.
Positive Signals
- Awarded through full and open competition, suggesting a competitive process.
- Firm-fixed-price contract type provides cost certainty.
- Focus on essential cybersecurity requirements addresses a critical government need.
Sector Analysis
This contract falls within the Computer Systems Design Services sector, a vital component of the broader IT services industry. The market for cybersecurity services is robust and growing, driven by increasing cyber threats and regulatory requirements. Federal spending in this area is substantial, with agencies like DHS and FEMA consistently investing in protecting their digital infrastructure. This contract represents a specific, targeted investment within this larger sector to address immediate security needs.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As such, there are no direct subcontracting implications for small businesses stemming from this specific award. The primary focus appears to be on securing specialized cybersecurity expertise, likely through a prime contractor capable of meeting stringent requirements. Further analysis would be needed to determine if the prime contractor has a history of engaging small businesses in their overall operations.
Oversight & Accountability
Oversight for this contract would typically fall under the Federal Emergency Management Agency (FEMA) within the Department of Homeland Security (DHS). Standard oversight mechanisms would include contract performance monitoring, regular reporting requirements from the contractor, and potentially site visits or audits. The firm-fixed-price nature of the contract simplifies some aspects of financial oversight. Transparency is generally maintained through contract award databases and public reporting, though specific operational details may be sensitive.
Related Government Programs
- FEMA Cybersecurity Modernization Program
- DHS Information Technology Services
- Federal Information Security Management Act (FISMA) Compliance
- Cybersecurity and Infrastructure Security Agency (CISA) Initiatives
Risk Flags
- Critical Infrastructure Protection
- Cybersecurity Service Delivery
- Federal IT Security Compliance
- Contractor Performance Risk
Tags
it, cybersecurity, dhs, fema, information-system-design-services, full-and-open-competition, firm-fixed-price, delivery-order, district-of-columbia, small-business-not-set-aside, one-year-contract, critical-infrastructure
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $8.6 million to SYNERGIST JV LLC. INFORMATION SYSTEM SECURITY OFFICERS RESOURCES BRIDGE IS TO FULFILL CYBER SECURITY REQUIREMENTS FOR FEMA ENTERPRISE SYSTEMS IN ACCORDANCE WITH SECTION 2(D).
Who is the contractor on this award?
The obligated recipient is SYNERGIST JV LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Federal Emergency Management Agency).
What is the total obligated amount?
The obligated amount is $8.6 million.
What is the period of performance?
Start: 2025-02-06. End: 2026-02-05.
What is the track record of Synergist JV LLC in providing similar cybersecurity services to federal agencies?
A thorough review of Synergist JV LLC's contract history would be necessary to assess their track record. This would involve examining past performance evaluations, any awards or commendations received, and any instances of contract disputes or failures. Specifically, looking for prior experience with FEMA or other agencies facing similar cybersecurity challenges would provide valuable insight into their capability to fulfill the current contract requirements. Without specific past performance data, it's difficult to definitively gauge their reliability for this critical role.
How does the $8.55 million award compare to typical spending on Information System Security Officer (ISSO) resources for an agency of FEMA's size?
The $8.55 million award for one year of ISSO resources for FEMA represents a significant investment, but its comparability depends heavily on the scope of services and the number of personnel required. FEMA, as a large and critical agency, faces complex cybersecurity challenges, necessitating robust support. Benchmarking against contracts for similar-sized agencies or those with comparable IT infrastructures would be ideal. However, the award seems aligned with the high demand and specialized skill sets required for federal cybersecurity roles, suggesting it is a reasonable allocation for comprehensive support.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
Key risks include potential performance deficiencies by the contractor, cybersecurity breaches due to inadequate security measures, and the possibility of cost overruns if the fixed-price structure is not strictly managed. Mitigation strategies likely involve rigorous contractor performance monitoring, defined service level agreements (SLAs), regular security audits, and clear communication channels between FEMA and Synergist JV LLC. The firm-fixed-price nature inherently limits cost overrun risks for the government, provided the scope of work remains consistent. Proactive threat intelligence and incident response planning are also crucial.
How effective is the current cybersecurity posture of FEMA's enterprise systems, and how will this contract contribute to its improvement?
The effectiveness of FEMA's current cybersecurity posture is not detailed in the provided data. However, the need for this contract, which aims to 'fulfill cyber security requirements,' indicates a recognized need for enhancement or sustained support. This contract will contribute by providing specialized ISSO resources to implement and maintain security controls, monitor systems for threats, and ensure compliance with federal regulations. The success of this contract in improving FEMA's posture will depend on the quality of services delivered by Synergist JV LLC and the agency's overall commitment to cybersecurity.
What are the historical spending patterns for cybersecurity services at FEMA, and does this award represent an increase or decrease?
Historical spending data for FEMA's cybersecurity services is not provided. To determine if this $8.55 million award represents an increase or decrease, a comparative analysis of previous years' budgets and contract awards for similar services would be required. Factors such as evolving threat landscapes, new regulatory requirements, and agency-specific initiatives can influence spending levels. Without historical context, it's challenging to place this award within a trend.
What specific cybersecurity requirements are being addressed by this contract, and how are they prioritized?
The contract specifies fulfilling 'cyber security requirements for FEMA enterprise systems in accordance with Section 2(d).' While the exact requirements are not detailed, they likely encompass a range of activities such as vulnerability assessments, security monitoring, incident response, access control management, and ensuring compliance with federal mandates like FISMA. Prioritization would typically be driven by risk assessments, regulatory deadlines, and the criticality of the systems being protected. The focus on 'enterprise systems' suggests a broad scope covering the agency's core IT infrastructure.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - SECURITY AND COMPLIANCE
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70FA3125Q00000020
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 7900 TYSONS ONE PL STE 270, MC LEAN, VA, 22102
Business Categories: Category Business, Joint Venture Economically Disadvantaged Women Owned Small Business, Joint Venture Women Owned Small Business, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $9,752,988
Exercised Options: $9,752,988
Current Obligation: $8,551,509
Actual Outlays: $5,087,240
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QTCA20D0012
IDV Type: FSS
Timeline
Start Date: 2025-02-06
Current End Date: 2026-02-05
Potential End Date: 2026-02-05 00:00:00
Last Modified: 2026-01-27
More Contracts from Synergist JV LLC
- Classified Cloud Build-Out (sustainment) Lockbox 6.0 — $2.1M (Department of the Treasury)
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)