DHS awards $2.8M contract for 911 resilience testing, with a 3-year performance period

Contract Overview

Contract Amount: $2,797,345 ($2.8M)

Contractor: University of Illinois

Awarding Agency: Department of Homeland Security

Start Date: 2024-08-21

End Date: 2027-04-20

Contract Duration: 972 days

Daily Burn Rate: $2.9K/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: CISA/OPO TAS: L70-22/24-0412 ITAR: N/A THE PURPOSE OF THIS PR IS TO ISSUE A NEW CONTRACT FOR (CIRI BOA) CONFORMANCE TEST LAB - 911 RESILIENCE AND CONFORMANCE TESTING. BASE PERIOD OF PERFORMANCE IS 02/01/2024 THROUGH 01/31/2026.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20528

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $2.8 million to UNIVERSITY OF ILLINOIS for work described as: CISA/OPO TAS: L70-22/24-0412 ITAR: N/A THE PURPOSE OF THIS PR IS TO ISSUE A NEW CONTRACT FOR (CIRI BOA) CONFORMANCE TEST LAB - 911 RESILIENCE AND CONFORMANCE TESTING. BASE PERIOD OF PERFORMANCE IS 02/01/2024 THROUGH 01/31/2026. Key points: 1. The contract focuses on critical 911 resilience and conformance testing, a key area for public safety infrastructure. 2. The chosen contractor, University of Illinois, will provide specialized testing services. 3. The contract is a delivery order under a broader agreement, indicating a structured procurement process. 4. The firm-fixed-price contract type helps manage cost certainty for the government. 5. The performance period extends over three years, suggesting a need for sustained testing and evaluation. 6. The contract value of approximately $2.8 million is modest for a multi-year federal IT service contract.

Value Assessment

Rating: good

The contract value of $2.8 million for a 3-year period appears reasonable for specialized technical services. Benchmarking against similar contracts for resilience testing is difficult without more specific service details. However, the firm-fixed-price structure provides cost control. The University of Illinois's selection suggests a focus on academic expertise in a technical field.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was competed under the Simplified Acquisition Procedures (SAP), which allows for a broader range of competition than micro-purchases but is less formal than full and open competition for larger contracts. The data indicates one award, but the SAP process typically involves soliciting offers from multiple sources. The level of competition within SAP can vary.

Taxpayer Impact: Competing under SAP aims to achieve fair and reasonable pricing by soliciting offers, which is beneficial for taxpayers. The specific number of bidders would provide further insight into the effectiveness of the competition.

Public Impact

The primary beneficiaries are the public through improved reliability and resilience of the 911 emergency communication system. The services delivered will ensure that 911 systems meet critical conformance and resilience standards. The geographic impact is national, as improved 911 systems benefit all users of the service. The contract supports specialized technical expertise within the University of Illinois, potentially fostering workforce development in cybersecurity and emergency communications.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Professional, Scientific, and Technical Services sector, specifically related to IT and public safety communications. The market for resilience and conformance testing services is specialized, often involving academic institutions or dedicated R&D firms. Comparable spending benchmarks are difficult to establish without more granular data on the specific testing protocols and scope.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, the primary focus is on the technical capabilities of the awardee. There is no explicit information on subcontracting plans for small businesses.

Oversight & Accountability

The contract is managed by the Department of Homeland Security's Office of Procurement Operations. Oversight would typically involve contract officers, program managers, and potentially an Inspector General's office for audits and investigations. Transparency is facilitated through contract databases, but specific performance metrics and reporting details are not publicly detailed.

Related Government Programs

Risk Flags

Tags

it, dhs, cisa, competed, delivery-order, firm-fixed-price, professional-scientific-and-technical-services, emergency-communications, public-safety, resilience-testing, district-of-columbia, university-of-illinois

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $2.8 million to UNIVERSITY OF ILLINOIS. CISA/OPO TAS: L70-22/24-0412 ITAR: N/A THE PURPOSE OF THIS PR IS TO ISSUE A NEW CONTRACT FOR (CIRI BOA) CONFORMANCE TEST LAB - 911 RESILIENCE AND CONFORMANCE TESTING. BASE PERIOD OF PERFORMANCE IS 02/01/2024 THROUGH 01/31/2026.

Who is the contractor on this award?

The obligated recipient is UNIVERSITY OF ILLINOIS.

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 $2.8 million.

What is the period of performance?

Start: 2024-08-21. End: 2027-04-20.

What is the track record of the University of Illinois in providing similar resilience and conformance testing services to federal agencies?

The University of Illinois has a strong reputation in research and development, particularly in engineering and computer science fields relevant to communication systems. While specific federal contract history for this exact type of 911 resilience testing may not be readily available in public databases, their academic standing and potential for research grants suggest a capacity for complex technical evaluations. Federal agencies often leverage university expertise for specialized R&D and testing due to their deep knowledge base and access to cutting-edge research facilities. Further investigation into their past performance on related government contracts, particularly those involving communication infrastructure or cybersecurity testing, would provide a clearer picture of their federal contracting experience.

How does the awarded amount of $2.8 million compare to the typical cost of similar 911 resilience testing contracts?

Benchmarking the $2.8 million award for 911 resilience testing is challenging without detailed specifications of the services required. Contracts for specialized technical services can vary significantly based on scope, duration, and complexity. However, for a three-year period, this amount suggests a focused effort on specific testing protocols rather than a comprehensive overhaul or continuous monitoring of the entire 911 infrastructure. Larger contracts for broader emergency communication system modernization or extensive cybersecurity testing could easily run into tens or hundreds of millions of dollars. This award appears to be for a defined set of testing and evaluation activities, making direct comparison difficult without more granular data on the deliverables.

What are the key performance indicators (KPIs) that will be used to measure the success of this contract?

Specific Key Performance Indicators (KPIs) for this contract are not detailed in the provided abstract. However, typical KPIs for resilience and conformance testing would likely include metrics related to the accuracy and completeness of test results, adherence to testing schedules, the identification of critical vulnerabilities or non-conformance issues, and the timely delivery of comprehensive reports. The effectiveness of the testing in identifying potential failure points or areas for improvement in 911 system resilience would be paramount. The Department of Homeland Security (DHS) would establish these KPIs to ensure the contractor meets the required standards for 911 system integrity and reliability.

What is the historical spending pattern for 911 resilience and conformance testing by the Department of Homeland Security?

Historical spending data specifically for '911 resilience and conformance testing' by the Department of Homeland Security (DHS) is not readily available in a consolidated public format. DHS, through agencies like CISA, does invest in emergency communications and public safety infrastructure. Spending in this area can be fragmented across various contracts for system upgrades, maintenance, research, and testing. While this $2.8 million contract represents a specific investment, understanding the broader historical context would require analyzing numerous contracts related to emergency communications, cybersecurity, and infrastructure resilience over several fiscal years. Trends might indicate increasing investment due to evolving threats and technological advancements in public safety communications.

Are there any potential risks associated with relying on an academic institution for critical infrastructure testing?

Relying on an academic institution like the University of Illinois for critical infrastructure testing presents both potential benefits and risks. Benefits include access to cutting-edge research, specialized expertise, and potentially lower overhead costs compared to private sector firms. However, risks can include slower response times due to academic calendars or research priorities, potential limitations in commercial-grade testing environments or scalability, and challenges in navigating federal procurement processes designed for industry partners. Ensuring clear contractual terms, defined deliverables, and robust project management is crucial to mitigate these risks and ensure the testing meets rigorous federal standards for critical infrastructure.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesOther Professional, Scientific, and Technical ServicesAll Other Professional, Scientific, and Technical Services

Product/Service Code: RESEARCH AND DEVELOPMENTGeneral Science and Technology R&D Services

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 352 HENRY ADMINISTRATION BLDG, URBANA, IL, 61801

Business Categories: Category Business, Educational Institution, Government, Higher Education, U.S. National Government, Not Designated a Small Business, Higher Education (Public), U.S. Regional/State Government

Financial Breakdown

Contract Ceiling: $2,797,345

Exercised Options: $2,797,345

Current Obligation: $2,797,345

Actual Outlays: $103,467

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $2,102,478

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 70RSAT21G00000012

IDV Type: BOA

Timeline

Start Date: 2024-08-21

Current End Date: 2027-04-20

Potential End Date: 2027-04-20 00:00:00

Last Modified: 2026-01-28

More Contracts from University of Illinois

View all University of Illinois federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending