CISA awards $3.37M task order for travel system cybersecurity to Concur Technologies, Inc
Contract Overview
Contract Amount: $3,365,044 ($3.4M)
Contractor: Concur Technologies, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2021-09-04
End Date: 2026-06-03
Contract Duration: 1,733 days
Daily Burn Rate: $1.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: CISA/CSD CYBERSECURITY DIVISION TAS: 70-21-0566 ITAR ID: 4455 THE GOVERNMENT ANTICIPATES AWARDING A FIRM-FIXED-PRICE (FFP) TASK ORDER FOR CYBERSECURITY AND INFRASTRUCTURE SECURITY AGENCY (CISA) WIDE, GOVERNMENT TRAVEL SYSTEM 2 (ETS2) TRAVEL S
Place of Performance
Location: BELLEVUE, KING County, WASHINGTON, 98004
Plain-Language Summary
Department of Homeland Security obligated $3.4 million to CONCUR TECHNOLOGIES, INC. for work described as: CISA/CSD CYBERSECURITY DIVISION TAS: 70-21-0566 ITAR ID: 4455 THE GOVERNMENT ANTICIPATES AWARDING A FIRM-FIXED-PRICE (FFP) TASK ORDER FOR CYBERSECURITY AND INFRASTRUCTURE SECURITY AGENCY (CISA) WIDE, GOVERNMENT TRAVEL SYSTEM 2 (ETS2) TRAVEL S Key points: 1. Task order focuses on cybersecurity for the Government Travel System 2 (ETS2). 2. Firm-fixed-price contract aims to control costs for defined services. 3. Full and open competition suggests a potentially competitive pricing environment. 4. Contract duration of 1733 days indicates a long-term need for these services. 5. The award is a delivery order under a larger contract vehicle. 6. Cybersecurity services are critical for protecting sensitive government travel data.
Value Assessment
Rating: good
The task order value of $3.37 million over approximately 4.7 years for cybersecurity services related to a government travel system appears reasonable. Benchmarking against similar cybersecurity contracts for enterprise systems is challenging without more specific service details. However, the firm-fixed-price structure suggests that the government has a clear understanding of the scope and associated costs, which generally promotes value for money. The duration of the contract also implies a stable, ongoing requirement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. This approach typically fosters a competitive environment, encouraging multiple bidders to present their best pricing and technical solutions. The number of bidders is not specified, but the open competition suggests a good opportunity for price discovery and potentially lower costs for the government compared to sole-source or limited competition scenarios.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it increases the likelihood of obtaining services at competitive market rates, preventing potential overpricing that can occur with less competitive procurements.
Public Impact
Federal employees utilizing the ETS2 system will benefit from enhanced cybersecurity protections. The services delivered will bolster the security posture of the Government Travel System 2. The geographic impact is nationwide, covering all federal agencies using ETS2. The contract supports the cybersecurity workforce by engaging a private sector provider.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if the system becomes highly specialized.
- Reliance on a single vendor for critical cybersecurity functions requires careful performance monitoring.
Positive Signals
- Firm-fixed-price contract provides cost certainty.
- Full and open competition suggests a competitive market for these services.
- Long-term contract duration indicates a stable and ongoing need, allowing for focused service delivery.
Sector Analysis
This contract falls within the broader cybersecurity services sector, a rapidly growing area driven by increasing digital threats. The market for cybersecurity solutions is highly competitive, with numerous vendors offering a range of specialized services. This specific task order addresses the cybersecurity needs of a government-wide travel system, a critical piece of infrastructure that handles sensitive personal and financial data. Comparable spending benchmarks for enterprise-level cybersecurity for travel systems are difficult to pinpoint without more granular data, but overall government spending on cybersecurity continues to rise significantly.
Small Business Impact
The provided data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, small businesses are unlikely to be direct prime contractors on this award. However, the prime contractor, Concur Technologies, Inc., may engage small businesses as subcontractors, depending on their subcontracting plans and the nature of the services required. The impact on the small business ecosystem would be indirect, primarily through potential subcontracting opportunities.
Oversight & Accountability
Oversight for this task order would primarily fall under the Department of Homeland Security's (DHS) contracting and program management offices. The Cybersecurity and Infrastructure Security Agency (CISA) would also have a vested interest in the performance and security outcomes. As a delivery order under a larger contract, existing oversight mechanisms for that contract vehicle would apply. Transparency is generally facilitated through contract award databases, though specific performance metrics and detailed spending breakdowns may not be publicly available.
Related Government Programs
- Government Travel System 2 (ETS2)
- Cybersecurity Services
- Department of Homeland Security IT Contracts
- Federal Travel Regulations
Risk Flags
- Cybersecurity Risk
- Vendor Performance
- Contract Scope Creep
Tags
it, cybersecurity, dhs, cisa, delivery-order, firm-fixed-price, full-and-open-competition, enterprise-resource-planning, travel-management, washington-dc-metro-area
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $3.4 million to CONCUR TECHNOLOGIES, INC.. CISA/CSD CYBERSECURITY DIVISION TAS: 70-21-0566 ITAR ID: 4455 THE GOVERNMENT ANTICIPATES AWARDING A FIRM-FIXED-PRICE (FFP) TASK ORDER FOR CYBERSECURITY AND INFRASTRUCTURE SECURITY AGENCY (CISA) WIDE, GOVERNMENT TRAVEL SYSTEM 2 (ETS2) TRAVEL S
Who is the contractor on this award?
The obligated recipient is CONCUR TECHNOLOGIES, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Office of Procurement Operations).
What is the total obligated amount?
The obligated amount is $3.4 million.
What is the period of performance?
Start: 2021-09-04. End: 2026-06-03.
What is the specific scope of cybersecurity services being provided under this task order?
The task order specifies cybersecurity services for the Government Travel System 2 (ETS2). While the exact deliverables are not detailed in the provided data, typical cybersecurity services for such a system would include vulnerability assessments, penetration testing, security monitoring, incident response, data protection, access control management, and ensuring compliance with relevant federal security standards (e.g., NIST). The focus is on safeguarding the integrity, confidentiality, and availability of the ETS2 platform and the sensitive travel data it manages.
How does the $3.37 million cost compare to similar cybersecurity contracts for enterprise travel systems?
Direct comparison is challenging without specific details on the scope and duration of other contracts. However, $3.37 million over approximately 4.7 years (1733 days) averages to roughly $717,000 per year. This figure needs to be evaluated against the complexity and criticality of the ETS2 system. Given that ETS2 is a government-wide system, its security requirements are likely substantial. The firm-fixed-price nature suggests a defined scope, and the full and open competition should have driven a competitive price. Without access to proprietary benchmarking data or more detailed contract information, a definitive value-for-money assessment relative to peers is difficult.
What are the key risks associated with this contract, and how are they mitigated?
Key risks include potential vendor lock-in, over-reliance on a single provider for critical security functions, and the possibility of evolving cyber threats outpacing the contracted services. Mitigation strategies likely involve robust performance monitoring by CISA, clearly defined service level agreements (SLAs), regular security audits, and contract clauses that allow for adjustments or termination if performance is unsatisfactory. The firm-fixed-price structure itself mitigates cost overrun risks for the government, provided the scope remains well-defined.
What is Concur Technologies, Inc.'s track record with federal cybersecurity contracts?
Concur Technologies, Inc. (now part of SAP Concur) is a well-established provider of travel and expense management solutions. While their primary focus is on the travel management platform itself, their role in providing cybersecurity for such a critical government system suggests they have the necessary security certifications and experience. Federal agencies often contract with established vendors for core system functionalities, including the security layers. A deeper dive into their contract history with federal agencies, particularly CISA or other departments with similar systems, would reveal their specific performance and compliance record in cybersecurity-related service delivery.
How does this spending align with overall federal cybersecurity spending trends?
This $3.37 million task order is a relatively small component of the overall federal cybersecurity spending, which runs into the tens of billions of dollars annually. However, it aligns with the trend of federal agencies prioritizing cybersecurity investments to protect critical infrastructure and sensitive data. The increasing sophistication of cyber threats necessitates continuous spending on securing systems like ETS2. This award reflects the ongoing commitment to maintaining and enhancing the security posture of essential government IT systems.
Industry Classification
NAICS: Transportation and Warehousing › Scheduled Air Transportation › Scheduled Passenger Air Transportation
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 70RCSA21Q00000075
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: SAP SE
Address: 601 108TH AVE NE STE 1000, BELLEVUE, WA, 98004
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,365,044
Exercised Options: $3,365,044
Current Obligation: $3,365,044
Actual Outlays: $2,076,193
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS33FY0026
IDV Type: IDC
Timeline
Start Date: 2021-09-04
Current End Date: 2026-06-03
Potential End Date: 2026-06-03 00:00:00
Last Modified: 2026-01-21
More Contracts from Concur Technologies, Inc.
- - Travel Management Services — $21.4M (Department of Homeland Security)
- E-Gov Travel Service 2.0 — $17.6M (Department of Health and Human Services)
- - E-Government Travel and Support Services Under the ETS2 Master Contract (gs-33f-Y0026) for Departmental Management Operations — $10.0M (Department of Homeland Security)
- Federal Contract — $6.7M (Department of Agriculture)
- E-Government Travel Services — $5.7M (Department of Homeland Security)
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)