DHS FEMA awards $839K for cloud technical support to Wilco Group, LLC

Contract Overview

Contract Amount: $83,900 ($83.9K)

Contractor: Wilco Group, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2026-04-01

End Date: 2026-04-22

Contract Duration: 21 days

Daily Burn Rate: $4.0K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: THE PURPOSE OF THIS FIRM-FIXED-PRICE AWARD IS TO PROVIDE RECOVERY CLOUD ENVIRONMENT TECHNICAL SUPPORT AND SERVICES

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $83,900 to WILCO GROUP, LLC for work described as: THE PURPOSE OF THIS FIRM-FIXED-PRICE AWARD IS TO PROVIDE RECOVERY CLOUD ENVIRONMENT TECHNICAL SUPPORT AND SERVICES Key points: 1. Value for money appears fair given the short duration and fixed-price nature. 2. Competition dynamics indicate a full and open process, suggesting potential for competitive pricing. 3. Risk indicators are low due to the defined scope and fixed-price contract type. 4. Performance context is for essential technical support of a cloud environment. 5. Sector positioning is within IT services, specifically computer systems design. 6. The contract is a delivery order under a larger contract vehicle.

Value Assessment

Rating: fair

The contract value of $839,000 for a 21-day period of performance is relatively modest. Benchmarking against similar cloud technical support contracts is difficult without more detailed scope information. However, the firm-fixed-price structure suggests that the contractor assumes the risk for cost overruns, which can be a positive indicator for value if the scope is well-defined. The award amount is within a reasonable range for specialized IT support services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The data does not specify the number of bidders, but the competitive nature of the award process generally supports price discovery and potentially more favorable pricing for the government. The use of a delivery order suggests it was placed against an existing contract vehicle that was itself competed.

Taxpayer Impact: A full and open competition process is beneficial for taxpayers as it maximizes the pool of potential offerors, fostering a competitive environment that can drive down costs and improve service quality.

Public Impact

The primary beneficiary is the Department of Homeland Security (FEMA), which receives critical technical support for its Recovery Cloud environment. Services delivered include technical support and services essential for the operation and maintenance of the cloud infrastructure. The geographic impact is primarily within the District of Columbia, where the contract is managed. Workforce implications are likely limited to the specialized IT personnel employed by Wilco Group, LLC.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for scope creep if the 'technical support and services' are not precisely defined.
  • Dependence on a single contractor for critical cloud environment support during the performance period.

Positive Signals

  • Firm-fixed-price contract type limits cost uncertainty for the government.
  • Awarded under full and open competition, suggesting a competitive bidding process.
  • Short duration (21 days) limits long-term financial commitment and risk.

Sector Analysis

This contract falls within the Information Technology (IT) sector, specifically Computer Systems Design Services. The market for cloud computing and associated technical support is a rapidly growing segment of the IT industry. Federal spending in this area is substantial, driven by agencies' ongoing efforts to modernize infrastructure and enhance digital service delivery. Comparable spending benchmarks would typically involve analyzing IT support contracts for cloud environments across various federal agencies.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). As a result, small businesses were not specifically targeted for this award. There is no information provided regarding subcontracting plans or their impact on the small business ecosystem for this particular delivery order.

Oversight & Accountability

Oversight for this contract would typically reside with the Federal Emergency Management Agency (FEMA) contracting officers and program managers. As a delivery order under a potentially larger contract vehicle, oversight might also be influenced by the terms of the base contract. Transparency is facilitated by public contract databases, but detailed performance monitoring and accountability measures are internal to the agency. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • Cloud Computing Services
  • IT Technical Support
  • Computer Systems Design Services
  • FEMA IT Modernization Efforts

Risk Flags

  • Short performance period may indicate a need for urgent, temporary support or a pilot phase.
  • Lack of detailed scope in summary data requires careful monitoring of task execution.

Tags

it-services, cloud-computing, technical-support, dhs, fema, firm-fixed-price, full-and-open-competition, delivery-order, district-of-columbia, computer-systems-design-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $83,900 to WILCO GROUP, LLC. THE PURPOSE OF THIS FIRM-FIXED-PRICE AWARD IS TO PROVIDE RECOVERY CLOUD ENVIRONMENT TECHNICAL SUPPORT AND SERVICES

Who is the contractor on this award?

The obligated recipient is WILCO GROUP, 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 $83,900.

What is the period of performance?

Start: 2026-04-01. End: 2026-04-22.

What is the specific nature of the 'Recovery Cloud Environment' and the critical functions it supports for FEMA?

The 'Recovery Cloud Environment' likely refers to a cloud-based infrastructure specifically designed to support FEMA's disaster recovery and response operations. This could encompass systems for managing emergency resources, coordinating relief efforts, processing damage assessments, and communicating with affected populations and stakeholders. The technical support and services provided under this contract are crucial for ensuring the availability, reliability, and performance of these critical systems, especially during or in anticipation of disaster events. Without this support, the cloud environment could experience downtime or performance degradation, potentially hindering FEMA's ability to execute its mission effectively during emergencies.

How does the $839,000 award amount compare to typical spending for similar 21-day cloud technical support engagements?

Benchmarking this specific $839,000 award for a 21-day engagement is challenging without granular data on the scope of services and the complexity of the Recovery Cloud Environment. However, for short-term, specialized IT support, this amount suggests a significant level of expertise or a substantial scope of work within that limited timeframe. Typical daily rates for senior cloud engineers or specialized support personnel can range from $800 to $2,000 or more, depending on skills and location. If this contract covers multiple personnel or highly specialized tasks, the total value for 21 days might be justified. A more thorough comparison would require analyzing the specific tasks, required skill sets, and the number of personnel allocated by Wilco Group, LLC.

What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract?

The provided data does not detail the specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. However, for technical support of a cloud environment, typical SLAs would likely focus on metrics such as system uptime, response times for support requests, resolution times for issues, and performance benchmarks (e.g., latency, throughput). KPIs might include the number of critical incidents resolved within a defined timeframe, successful completion of maintenance tasks, or adherence to security protocols. These would be crucial for FEMA to monitor Wilco Group, LLC's performance and ensure the integrity and availability of the Recovery Cloud Environment.

What is Wilco Group, LLC's track record with FEMA or other federal agencies for similar cloud support services?

Information regarding Wilco Group, LLC's specific track record with FEMA or other federal agencies for cloud support services is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on similar engagements. Federal procurement databases and past performance questionnaires (PPQs) are typically used to gather this information during the evaluation process. Understanding their experience with cloud environments, particularly those supporting critical government functions, is essential for evaluating the risk associated with this award.

Given this is a delivery order, what was the nature and outcome of the competition for the base contract vehicle?

This award is a delivery order, meaning it was placed against a pre-existing contract vehicle that was previously competed. The data states the award itself was made under 'FULL AND OPEN COMPETITION,' implying the delivery order process allowed for competition among eligible awardees of the base contract, or that the base contract itself was awarded through full and open competition. To understand the competition for the base contract, one would need to identify the parent contract vehicle number and review its award details. This would reveal how many bids were received, the evaluation criteria, and the overall competitive landscape at the time the base contract was established.

Industry Classification

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

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 10 W WALNUT ST, ALEXANDRIA, VA, 22301

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $83,900

Exercised Options: $83,900

Current Obligation: $83,900

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QTCA20D00EW

IDV Type: FSS

Timeline

Start Date: 2026-04-01

Current End Date: 2026-04-22

Potential End Date: 2026-04-22 00:00:00

Last Modified: 2026-04-03

More Contracts from Wilco Group, LLC

View all Wilco Group, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending