DHS awards $2M for CISA Real Property Asset Management System to S2Alliance Inc
Contract Overview
Contract Amount: $1,986,477 ($2.0M)
Contractor: S2alliance Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-30
End Date: 2026-09-29
Contract Duration: 729 days
Daily Burn Rate: $2.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: LABOR HOURS
Sector: IT
Official Description: PROCURE LICENSE AND ESTABLISH CISA REAL PROPERTY ASSET MANAGEMENT SYSTEM
Place of Performance
Location: ASHBURN, LOUDOUN County, VIRGINIA, 20147
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.0 million to S2ALLIANCE INC. for work described as: PROCURE LICENSE AND ESTABLISH CISA REAL PROPERTY ASSET MANAGEMENT SYSTEM Key points: 1. The contract focuses on developing a system for managing real property assets, a critical function for agency operations. 2. Competition was full and open after exclusion of sources, suggesting a deliberate selection process. 3. The contract duration of 729 days indicates a medium-term project with ongoing service needs. 4. The award to S2Alliance Inc. represents a specific investment in IT infrastructure for asset management. 5. Performance is expected to be in Virginia, aligning with potential agency presence in the region.
Value Assessment
Rating: fair
The contract value of approximately $2 million for a 2-year period for a real property asset management system appears within a reasonable range for specialized IT services. Benchmarking against similar government contracts for asset management systems or IT development projects would provide a clearer picture of value for money. Without specific details on the system's scope and deliverables, a precise comparison is difficult, but the price point does not immediately suggest overpayment or underfunding for the stated purpose.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, certain sources were excluded prior to the solicitation. The exact reasons for exclusion are not detailed, but this approach can sometimes limit the pool of potential bidders. The number of bidders is not specified, making it difficult to assess the true level of competition and its impact on price discovery.
Taxpayer Impact: The limited competition may mean taxpayers did not benefit from the lowest possible price that a broader, unrestricted competition might have yielded.
Public Impact
The primary beneficiaries are the Department of Homeland Security (DHS) and its Cybersecurity and Infrastructure Security Agency (CISA), who will gain improved capabilities for managing real property assets. The services delivered will include the development and establishment of a comprehensive asset management system. The geographic impact is primarily within Virginia, where the services are expected to be performed. Workforce implications may include the need for specialized IT personnel for system development and maintenance, potentially creating or sustaining jobs in the IT sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition could potentially lead to higher costs for taxpayers.
- The exclusion of sources, if not fully justified, raises questions about fairness and optimal resource allocation.
- Lack of detailed performance metrics makes it difficult to assess the system's effectiveness post-implementation.
Positive Signals
- The contract addresses a critical need for asset management within CISA.
- The chosen contractor, S2Alliance Inc., will be responsible for delivering a key IT solution.
- The project duration suggests a commitment to establishing a robust and functional system.
Sector Analysis
The contract falls within the Information Technology sector, specifically focusing on IT services for government asset management. The market for government IT services is substantial, with agencies continually seeking solutions to improve operational efficiency and data management. This contract represents a specific investment in a niche area of IT infrastructure, supporting CISA's broader mission. Comparable spending benchmarks would typically involve analyzing IT development and system integration contracts awarded to similar agencies for asset management or enterprise resource planning solutions.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a small business set-aside. The prime contractor, S2Alliance Inc., will likely manage the entire scope of work, potentially utilizing large business subcontractors if needed, but not under a mandated small business program.
Oversight & Accountability
Oversight for this contract will likely be managed by the Department of Homeland Security's contracting officers and program managers. Accountability measures will be tied to the contract's performance work statement and delivery schedules. Transparency regarding the system's development and implementation may be limited due to the nature of government IT projects, but contract award details are publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Federal Real Property Asset Management Systems
- IT System Development and Integration
- Cybersecurity and Infrastructure Security Agency (CISA) IT Investments
- Department of Homeland Security (DHS) Procurement
Risk Flags
- Limited competition may impact price discovery.
- Exclusion of sources requires clear justification to ensure fairness.
- Performance metrics and success criteria are not detailed.
Tags
it-services, asset-management, dhs, cisa, department-of-homeland-security, s2alliance-inc, computer-systems-design-services, delivery-order, full-and-open-competition-after-exclusion-of-sources, virginia, it-infrastructure, software-procurement
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.0 million to S2ALLIANCE INC.. PROCURE LICENSE AND ESTABLISH CISA REAL PROPERTY ASSET MANAGEMENT SYSTEM
Who is the contractor on this award?
The obligated recipient is S2ALLIANCE 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 $2.0 million.
What is the period of performance?
Start: 2024-09-30. End: 2026-09-29.
What is the specific functionality and scope of the CISA Real Property Asset Management System being procured?
The provided data indicates the procurement is for a 'PROCURE LICENSE AND ESTABLISH CISA REAL PROPERTY ASSET MANAGEMENT SYSTEM.' While the exact functionalities are not detailed, such systems typically encompass modules for tracking property inventory, managing leases, monitoring maintenance schedules, assessing facility conditions, and ensuring compliance with federal regulations regarding real property. The scope likely involves software licensing, system configuration, data migration, user training, and ongoing support to enable CISA to effectively manage its real estate portfolio. The contract's duration of 729 days suggests a significant development or implementation phase.
How does the contract value of $1,986,477.15 compare to similar government procurements for asset management systems?
Comparing this contract's value requires access to a broader database of similar federal procurements. However, for a two-year project involving the establishment of a specialized IT system like a real property asset management system, a value of approximately $2 million is not inherently excessive. Government IT projects can vary widely in cost based on complexity, customization, number of users, and integration requirements. To provide a precise benchmark, one would need to analyze contracts for similar systems (e.g., facilities management, inventory tracking, enterprise resource planning modules) awarded by agencies of comparable size and scope to DHS/CISA over the past few years. Factors like labor rates, software licensing models, and the extent of customization significantly influence pricing.
What are the potential risks associated with the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' procurement method?
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' method, while still competitive, introduces specific risks. The primary risk is that by excluding certain sources upfront, the government may inadvertently limit the pool of highly qualified vendors, potentially missing out on innovative solutions or more competitive pricing. The justification for exclusion must be robust to ensure fairness and prevent potential protests. If the exclusions were not well-founded or transparently communicated, it could lead to perceptions of bias or a less than optimal outcome for taxpayers. The risk lies in whether the selected vendor truly represents the best value achievable through the widest possible competition.
What is S2Alliance Inc.'s track record with similar government contracts, particularly in IT system development for asset management?
Information regarding S2Alliance Inc.'s specific track record with similar government contracts, especially in IT system development for asset management, is not detailed in the provided data. A thorough assessment would require reviewing the company's past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), previous contract awards, and any publicly available project portfolios. Understanding their experience with federal asset management systems, their performance history on prior DHS or CISA contracts, and their success in delivering complex IT solutions would be crucial for evaluating their capability and reliability in executing this current contract effectively.
What are the historical spending patterns for CISA's real property asset management systems or related IT infrastructure?
The provided data does not include historical spending patterns for CISA's real property asset management systems or related IT infrastructure. To analyze this, one would need to access historical contract databases (like FPDS or USASpending.gov) and search for previous procurements by CISA or DHS related to asset management, facilities management software, or enterprise IT solutions over several fiscal years. Understanding past investments, contract durations, and vendor performance would help contextualize the current $2 million award and identify any trends or significant shifts in spending priorities for this area.
How will the success of this asset management system be measured, and what are the key performance indicators (KPIs)?
The provided data does not specify the Key Performance Indicators (KPIs) or the methodology for measuring the success of the CISA Real Property Asset Management System. Typically, such contracts would include a Performance Work Statement (PWS) outlining specific deliverables, timelines, and quality standards. Success would likely be measured against criteria such as system uptime, data accuracy, user adoption rates, reduction in manual processes, improved reporting capabilities, and compliance adherence. Without these defined metrics, it is challenging to objectively assess the contractor's performance and the ultimate value derived from the system.
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 - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70RCSJ24Q00000096
Offers Received: 5
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 43767 CARSON CT, ASHBURN, VA, 20147
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,240,253
Exercised Options: $1,986,477
Current Obligation: $1,986,477
Actual Outlays: $620,776
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $562,809
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 47QTCB21D0324
IDV Type: GWAC
Timeline
Start Date: 2024-09-30
Current End Date: 2026-09-29
Potential End Date: 2027-09-29 00:00:00
Last Modified: 2026-01-22
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)