CACI awarded $9M DHS contract for IPAWS NPWS modernization management support
Contract Overview
Contract Amount: $9,004,861 ($9.0M)
Contractor: CACI, Inc. - Federal
Awarding Agency: Department of Homeland Security
Start Date: 2024-07-23
End Date: 2026-07-22
Contract Duration: 729 days
Daily Burn Rate: $12.4K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IPAWS NPWS MODERNIZATION MANAGEMENT SUPPORT TASK ORDER
Place of Performance
Location: CHANTILLY, FAIRFAX County, VIRGINIA, 20151
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $9.0 million to CACI, INC. - FEDERAL for work described as: IPAWS NPWS MODERNIZATION MANAGEMENT SUPPORT TASK ORDER Key points: 1. Contract focuses on critical emergency alert system modernization, enhancing national security. 2. Management consulting services are essential for complex system upgrades. 3. The contract is a firm-fixed-price delivery order, providing cost certainty. 4. Awarded to CACI, Inc. - Federal, a significant player in government contracting. 5. The duration of nearly two years suggests a substantial scope of work. 6. Virginia is the performance location, potentially impacting local IT and consulting job markets.
Value Assessment
Rating: good
The contract value of $9,004,861.35 for management consulting services over two years appears reasonable for a critical national system modernization effort. Benchmarking against similar large-scale IT modernization projects managed by federal agencies suggests that costs for specialized consulting are often in this range. The firm-fixed-price structure helps control costs, but detailed performance metrics will be key to assessing true value-for-money. Without specific deliverables and performance data, a precise value assessment is challenging, but the scope aligns with typical modernization support contracts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple qualified vendors had the opportunity to bid. This competitive process is designed to foster price discovery and ensure the government receives the best value. The number of bidders is not specified, but the open competition suggests a healthy market for these specialized management consulting services. The government likely received competitive proposals, which should translate into a more favorable price and quality outcome.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down prices through market forces and encouraging innovation among bidders. This approach ensures that public funds are used efficiently by selecting the most capable and cost-effective solution.
Public Impact
The primary beneficiaries are the Department of Homeland Security and the Federal Emergency Management Agency, ensuring the continued operation and improvement of the Integrated Public Alert and Warning System (IPAWS) and National Public Warning System (NPWS). Services delivered include management and administrative support crucial for the modernization of these vital public alert systems. The geographic impact is national, as IPAWS and NPWS are designed to disseminate emergency alerts across the United States. Workforce implications may include opportunities for management consultants and project managers specializing in large-scale IT modernization within the Washington D.C. metropolitan area, where Virginia is located.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in complex modernization projects, requiring robust oversight.
- Dependence on a single contractor for critical management support could pose a risk if performance falters.
- Ensuring effective knowledge transfer and documentation for long-term system maintainability.
Positive Signals
- Firm-fixed-price contract provides cost predictability.
- Full and open competition suggests a competitive award process.
- Award to an established contractor with a track record in federal IT services.
Sector Analysis
This contract falls within the broader Information Technology and Professional Services sector, specifically focusing on management and consulting for government IT systems. The market for federal IT modernization and management support is substantial, with agencies continually seeking to upgrade legacy systems and enhance cybersecurity. Comparable spending benchmarks for similar large-scale IT project management support contracts often range from several million to tens of millions of dollars annually, depending on the complexity and duration.
Small Business Impact
The contract does not indicate any specific small business set-aside. As a full and open competition award, there is no direct requirement for subcontracting to small businesses mandated by the contract terms. However, the prime contractor, CACI, Inc. - Federal, may engage small businesses as subcontractors based on their own business strategies and the availability of specialized services, contributing to the broader small business ecosystem.
Oversight & Accountability
Oversight for this contract will likely be managed by the Federal Emergency Management Agency (FEMA) contracting officers and program managers. Accountability measures will be tied to the performance against the firm-fixed-price delivery order requirements and milestones. Transparency is generally maintained through contract award databases and agency reporting, though specific internal oversight mechanisms are not detailed in the provided data. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- IPAWS Modernization
- National Public Warning System (NPWS)
- Department of Homeland Security IT Modernization
- FEMA Program Management Support
- Federal Emergency Management Agency Contracts
- Administrative Management and General Management Consulting Services
Risk Flags
- Potential for performance issues given the critical nature of the system.
- Risk of cost overruns if not managed tightly, despite fixed-price structure.
- Dependency on contractor expertise for successful modernization.
Tags
it, dhs, fema, management-consulting, it-modernization, full-and-open-competition, firm-fixed-price, delivery-order, national-security, emergency-management, virginia, caci
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $9.0 million to CACI, INC. - FEDERAL. IPAWS NPWS MODERNIZATION MANAGEMENT SUPPORT TASK ORDER
Who is the contractor on this award?
The obligated recipient is CACI, INC. - FEDERAL.
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 $9.0 million.
What is the period of performance?
Start: 2024-07-23. End: 2026-07-22.
What is CACI, Inc. - Federal's track record with the Department of Homeland Security and FEMA, particularly on similar modernization projects?
CACI, Inc. - Federal is a large government contractor with a significant history of serving the Department of Homeland Security (DHS) and its components, including FEMA. They have a broad portfolio encompassing IT modernization, cybersecurity, program management, and professional services. While specific details on past IPAWS or NPWS modernization projects are not provided here, CACI's extensive experience with DHS suggests a familiarity with the agency's operational needs and contracting processes. Their track record generally includes managing complex, large-scale IT initiatives for various federal agencies. A deeper dive into their past performance ratings and contract history with DHS would provide more granular insights into their suitability for this specific task order.
How does the $9M contract value compare to similar management support contracts for large-scale federal IT modernization efforts?
The $9,004,861.35 contract value for approximately two years of management support for the IPAWS NPWS modernization appears to be within the typical range for such critical federal IT projects. Large-scale modernization efforts often require specialized expertise in project management, systems integration, and strategic planning, which command significant consulting fees. For context, similar contracts for managing the modernization of enterprise-level IT systems within agencies like the Department of Defense or the Social Security Administration can range from several million to tens of millions of dollars annually. The firm-fixed-price nature of this award suggests a defined scope, and the value is likely benchmarked against industry standards for comparable services and project complexity.
What are the primary risks associated with the modernization of the IPAWS NPWS, and how does this contract aim to mitigate them?
The primary risks associated with modernizing systems like IPAWS and NPWS include technical complexity, integration challenges with existing infrastructure, cybersecurity vulnerabilities during the transition, potential for service disruptions, and ensuring interoperability across diverse communication channels. This contract aims to mitigate these risks by providing dedicated management and administrative support. The contractor is expected to bring expertise in project planning, execution oversight, risk management, and coordination among various stakeholders. By focusing on the management aspects, the contract allows FEMA to concentrate on technical execution while ensuring the project stays on schedule, within budget, and meets its strategic objectives, thereby reducing the likelihood of project failure or significant operational impact.
What is the expected program effectiveness or outcome of this modernization effort, and how will this contract contribute?
The expected outcome of the IPAWS NPWS modernization is a more robust, resilient, and capable public alert and warning system. This includes enhanced capabilities for disseminating critical information faster, to more people, through a wider array of channels (e.g., mobile alerts, broadcast media, internet). The modernization aims to improve the system's reliability, security, and ability to reach vulnerable populations. This contract contributes by providing the essential management and administrative support needed to steer the complex modernization process. Effective project management ensures that technical requirements are met, timelines are adhered to, and resources are utilized efficiently, directly impacting the successful realization of these enhanced public safety capabilities.
What are the historical spending patterns for IPAWS and NPWS modernization or related management support services by FEMA or DHS?
Historical spending patterns for IPAWS and NPWS modernization, and related management support, would likely show a trend of increasing investment as these systems are recognized as critical national infrastructure. Agencies like FEMA and DHS continuously invest in upgrading their emergency management and communication systems to adapt to evolving threats and technological advancements. While specific historical dollar amounts for this exact task order are not provided, FEMA has historically allocated significant budgets towards maintaining and improving its operational capabilities, including warning systems. Spending on management and IT support services for such modernization efforts is a common component of these budgets, often awarded through various contract vehicles and task orders over multiple fiscal years.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - IT MANAGEMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: CACI International Inc
Address: 14370 NEWBROOK DRIVE, CHANTILLY, VA, 20151
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $12,284,245
Exercised Options: $9,004,861
Current Obligation: $9,004,861
Actual Outlays: $4,271,120
Subaward Activity
Number of Subawards: 9
Total Subaward Amount: $1,834,752
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70FA5021D00000001
IDV Type: IDC
Timeline
Start Date: 2024-07-23
Current End Date: 2026-07-22
Potential End Date: 2026-07-22 00:00:00
Last Modified: 2026-03-11
More Contracts from CACI, Inc. - Federal
- Award Made to CACI, Inc.-Federal for Jida Fs/De Task Order, in the Amount NOT to Exceed $1,773,158,264.00. Igf::cl::igf — $960.0M (General Services Administration)
- Federal Contract — $926.2M (General Services Administration)
- Beagle Task Order Award — $824.3M (General Services Administration)
- CDM Defend Group a Bridge Task Order — $713.4M (General Services Administration)
- Dynamic and Evolving Federal Enterprise Network Defense Group a Defend a Option Exercise and Transfer From Piid 47qfca18f0050 — $708.3M (General Services Administration)
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)