DHS awards $5.8M for FPS alarm support, with OLH Technical Services securing the contract
Contract Overview
Contract Amount: $5,835,622 ($5.8M)
Contractor: OLH Technical Services, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-04-01
End Date: 2027-03-31
Contract Duration: 1,094 days
Daily Burn Rate: $5.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: DHS, FEDERAL PROTECTIVE SERVICE (FPS) ALARM PROGRAMMING AND HELP DESK SUPPORT SERVICES.
Place of Performance
Location: DENVER, JEFFERSON County, COLORADO, 80225
State: Colorado Government Spending
Plain-Language Summary
Department of Homeland Security obligated $5.8 million to OLH TECHNICAL SERVICES, LLC for work described as: DHS, FEDERAL PROTECTIVE SERVICE (FPS) ALARM PROGRAMMING AND HELP DESK SUPPORT SERVICES. Key points: 1. Contract value of $5.8M over approximately 3 years suggests a moderate investment in essential security infrastructure. 2. The contract was awarded under full and open competition, indicating a potentially competitive bidding process. 3. The fixed-price contract type may offer cost certainty for the government, shifting performance risk to the contractor. 4. The services provided are critical for the Federal Protective Service's alarm systems, impacting national security. 5. The contractor, OLH Technical Services, LLC, has secured this award, highlighting their role in government IT services. 6. The geographic scope is limited to Colorado, suggesting a localized but important operational focus.
Value Assessment
Rating: good
The contract value of $5.8M over three years for alarm programming and help desk support appears reasonable for specialized IT services. Benchmarking against similar government contracts for alarm system maintenance and IT support would provide a clearer picture of value for money. The firm fixed-price structure suggests the government has negotiated a set price, which can be advantageous if the contractor can deliver efficiently. However, without detailed cost breakdowns or comparisons to commercial IT support rates for similar services, a definitive value assessment is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' While this indicates an intention for broad competition, the 'exclusion of sources' clause suggests specific circumstances led to limiting the pool of potential bidders. Further details on why certain sources were excluded would clarify the extent of competition. The presence of at least one bidder (OLH Technical Services, LLC) confirms some level of competition, but the exact number of bids received is not specified, making it difficult to fully assess price discovery.
Taxpayer Impact: The use of full and open competition generally benefits taxpayers by encouraging multiple vendors to bid, potentially driving down prices. However, the exclusion of sources may have limited the competitive pressure, potentially impacting the final price achieved for taxpayers.
Public Impact
The primary beneficiaries are the Department of Homeland Security's Federal Protective Service, which will receive enhanced alarm system functionality and support. Services include alarm programming and help desk support, crucial for maintaining the operational integrity of security systems. The geographic impact is focused on facilities within Colorado, ensuring reliable security for federal assets in that region. The contract supports the IT services sector, potentially involving skilled technicians and system administrators.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'exclusion of sources' clause warrants further investigation to ensure it did not unduly restrict competition and potentially inflate costs.
- Lack of specific details on the number of bids received makes it difficult to fully assess the competitive landscape and its impact on pricing.
- The fixed-price nature of the contract could lead to cost overruns for the contractor if unforeseen technical challenges arise, potentially impacting service quality if not managed effectively.
Positive Signals
- Awarding under full and open competition signals an effort to leverage market forces for best value.
- The firm fixed-price contract type provides budget certainty for the government.
- The contract duration of approximately three years allows for sustained support and potential for relationship building with the contractor.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on computer systems design and related services. The market for government IT support and security system maintenance is substantial, with numerous companies vying for these contracts. Federal Protective Service (FPS) alarm systems are critical for securing federal buildings, making this a niche but vital segment. Comparable spending benchmarks would involve analyzing other contracts for alarm system support, IT help desk services, and cybersecurity solutions across various federal agencies.
Small Business Impact
This contract does not appear to have a small business set-aside (ss: false, sb: false). Therefore, the primary contractor, OLH Technical Services, LLC, is not a small business for this award. There is no explicit information regarding subcontracting plans for small businesses. This means that opportunities for small businesses to participate in this contract are likely limited to potential subcontracting roles, if any are offered by the prime contractor, rather than direct set-aside awards.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's procurement and program management offices. The Federal Protective Service itself would likely have operational oversight to ensure service delivery meets requirements. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse. Transparency is facilitated by contract award databases, but detailed performance metrics and cost justifications may not be publicly available.
Related Government Programs
- Federal Protective Service Operations
- DHS IT Support Services
- Government Security System Maintenance
- Computer Systems Design Services
- Alarm Monitoring and Control Systems
Risk Flags
- Potential for limited competition due to 'exclusion of sources'.
- Lack of detailed performance metrics in award data.
- Geographic concentration of services in Colorado.
Tags
dhs, federal-protective-service, alarm-systems, it-support, help-desk, computer-systems-design, firm-fixed-price, full-and-open-competition, olh-technical-services, colorado, procurement-operations, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $5.8 million to OLH TECHNICAL SERVICES, LLC. DHS, FEDERAL PROTECTIVE SERVICE (FPS) ALARM PROGRAMMING AND HELP DESK SUPPORT SERVICES.
Who is the contractor on this award?
The obligated recipient is OLH TECHNICAL SERVICES, LLC.
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 $5.8 million.
What is the period of performance?
Start: 2024-04-01. End: 2027-03-31.
What is the track record of OLH Technical Services, LLC with similar federal contracts, particularly in alarm systems and help desk support?
OLH Technical Services, LLC has a history of securing federal contracts, primarily within the IT and technical services domain. While specific details on their performance for alarm programming and help desk support for the Federal Protective Service are not immediately available in this data snippet, their past awards suggest experience in providing IT solutions to government agencies. A deeper dive into their contract history, including past performance evaluations and any reported issues on previous DHS or similar agency contracts, would be necessary to fully assess their suitability and reliability for this specific requirement. Examining their portfolio for similar security-related IT services would provide further context on their capabilities and track record.
How does the awarded amount of $5.8M compare to similar alarm programming and help desk support contracts within DHS or other federal agencies?
The $5.8M contract value over approximately three years for alarm programming and help desk support is a moderate investment. To benchmark this effectively, one would need to compare it against contracts for similar services across federal agencies. For instance, contracts for IT help desk support for agencies of similar size or complexity, or contracts specifically for the maintenance and support of large-scale alarm and security systems, would serve as relevant comparisons. Factors such as the number of users supported, the scope of services (e.g., 24/7 support vs. business hours), the criticality of the systems, and the geographic coverage would influence pricing. Without access to a database of comparable contract values and detailed scopes of work, it is difficult to definitively state whether this represents excellent, fair, or questionable value.
What are the specific risks associated with this contract, given the 'full and open competition after exclusion of sources' award type?
The primary risk associated with the 'full and open competition after exclusion of sources' award type is the potential for reduced competition. While the contract was intended to be competed broadly, the exclusion of certain sources might have limited the number of qualified bidders. This could lead to a less competitive pricing environment than a truly unrestricted full and open competition. Another risk is ensuring that the excluded sources were legitimately excluded based on objective criteria, and not arbitrarily. Furthermore, the firm fixed-price nature of the contract shifts performance risk to the contractor; if OLH Technical Services, LLC underbids or faces unexpected technical challenges, it could impact service quality or lead to contract disputes. The reliance on a single contractor for critical alarm systems also presents a risk if the contractor fails to perform adequately.
What is the expected effectiveness of the services provided by OLH Technical Services, LLC in enhancing the Federal Protective Service's alarm systems?
The effectiveness of the services will depend on OLH Technical Services, LLC's ability to deliver on the contract's performance work statement (PWS). The contract aims to provide alarm programming and help desk support, which are essential for maintaining the functionality, security, and responsiveness of FPS alarm systems. Effective service delivery should lead to fewer system malfunctions, quicker resolution of technical issues, and potentially improved security monitoring capabilities. Success will be measured by adherence to service level agreements (SLAs), response times for help desk tickets, and the successful implementation of any required system updates or programming changes. The firm fixed-price nature incentivizes efficiency, but the government must actively monitor performance to ensure quality standards are met.
How has DHS spending on Federal Protective Service alarm programming and help desk support evolved over the past five years?
Historical spending data for DHS on Federal Protective Service alarm programming and help desk support is not provided in this specific data extract. To analyze spending patterns, one would need to access historical contract databases (like FPDS or SAM.gov) and filter for relevant keywords (e.g., 'FPS alarm support,' 'Federal Protective Service IT services') and contract types over the past five fiscal years. This would reveal trends in contract values, the number of awards, and the contractors involved. Such an analysis could indicate whether spending has increased, decreased, or remained stable, and whether the agency is consolidating services or diversifying its contractor base. Understanding these historical patterns is crucial for assessing the current $5.8M award in a broader fiscal context.
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 - COMPUTE
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70RFP324REM000001
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2702 DENALI ST STE 100, ANCHORAGE, AK, 99503
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,201,805
Exercised Options: $5,835,622
Current Obligation: $5,835,622
Actual Outlays: $1,986,543
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 47QTCB21D0133
IDV Type: GWAC
Timeline
Start Date: 2024-04-01
Current End Date: 2027-03-31
Potential End Date: 2029-03-31 00:00:00
Last Modified: 2026-03-31
More Contracts from OLH Technical Services, LLC
- This Requirement IS a Non-Personal Services Contract to Provide Laboratory Support Service (LSS) to Support the Fbi's Laboratory Division in Daily Operations and Ensure Compliance With the Fbi's Laboratory Policies, Protocols, and Applicable Standard — $12.4M (Department of Justice)
- Wiring Harness Support Services Option Period TWO (2), 11-Month Task Order POP 09/06/2025-08/05/2026 — $4.1M (Department of Homeland Security)
- Graphic Design Support Services — $3.0M (National Science Foundation)
- Wiring Harness Support Services Option Period ONE — $2.9M (Department of Homeland Security)
- Management Services Needed to Maintain the Hawk's Nest Facility in Georgetown, Exuma, BHS Period of Performance: 3/28/2023-3/27/2028 — $903.0K (Department of Justice)
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)