DHS awards $11.8M IT support task order to SILOSMASHERS, INC. under a BPA
Contract Overview
Contract Amount: $11,858,735 ($11.9M)
Contractor: Silosmashers, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2024-08-25
End Date: 2025-09-29
Contract Duration: 400 days
Daily Burn Rate: $29.6K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: SILOSMASHERS BPA TASK ORDER 3 FOR INFORMATION TECHNOLOGY SUPPORT SERVICES
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20191
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $11.9 million to SILOSMASHERS, INC. for work described as: SILOSMASHERS BPA TASK ORDER 3 FOR INFORMATION TECHNOLOGY SUPPORT SERVICES Key points: 1. Value for money assessed against similar IT support contracts. 2. Competition dynamics indicate a full and open process. 3. Risk indicators include contract type and performance period. 4. Performance context is IT support services for DHS. 5. Sector positioning is within the broader IT services market.
Value Assessment
Rating: fair
The total value of this task order is $11.8 million. Benchmarking against similar IT support services contracts within the federal government is challenging without more granular data on the specific services provided. The 'Time and Materials' contract type can sometimes lead to higher costs if not closely managed, but it also offers flexibility for evolving IT needs. The contract's duration of approximately 13 months (September 2025 end date) suggests a focused scope of work.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under a Blanket Purchase Agreement (BPA) through full and open competition. This indicates that multiple vendors were likely solicited, and the award was made to the vendor offering the best value. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust competitive environment.
Taxpayer Impact: A full and open competition generally benefits taxpayers by fostering a competitive environment that can drive down prices and encourage innovation from multiple vendors.
Public Impact
The Department of Homeland Security (DHS) is the primary beneficiary, receiving IT support services. Services delivered include custom computer programming and IT support. The geographic impact is primarily within Virginia, where the contractor is located. Workforce implications may include the need for skilled IT professionals to fulfill the contract.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns due to Time and Materials pricing structure.
- Scope creep could increase costs if not managed effectively.
- Dependence on a single BPA for IT support could limit future competition.
Positive Signals
- Awarded through full and open competition, suggesting competitive pricing.
- Contractor has an existing BPA, indicating established relationship and processes.
- Task order is for a defined period, limiting long-term financial commitment.
Sector Analysis
This contract falls within the Information Technology (IT) services sector, specifically custom computer programming and IT support. The federal IT services market is substantial, with agencies consistently investing in maintaining and upgrading their technological infrastructure. This contract represents a small portion of overall federal IT spending, which is often characterized by a mix of large prime contractors and specialized service providers.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). While the prime contractor, SILOSMASHERS, INC., may be a small business, the award itself was made under a full and open competition BPA. There is no explicit information on subcontracting plans for small businesses within this task order, which could be a missed opportunity for broader small business participation.
Oversight & Accountability
Oversight for this task order would typically fall under the Department of Homeland Security's procurement and program management offices. The BPA under which this task order was issued may have its own oversight mechanisms. Transparency is facilitated by the public nature of contract awards, but detailed performance metrics and spending breakdowns are not readily available in this summary. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- DHS IT Modernization Initiatives
- Federal Civilian IT Services
- Custom Computer Programming Services
- IT Support Services Contracts
Risk Flags
- Time and Materials Contract Type
- Potential for Scope Creep
- Limited Publicly Available Performance Data
Tags
it-services, dhs, silosmashers-inc, custom-computer-programming, time-and-materials, full-and-open-competition, virginia, task-order, bpa-call, moderate-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $11.9 million to SILOSMASHERS, INC.. SILOSMASHERS BPA TASK ORDER 3 FOR INFORMATION TECHNOLOGY SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is SILOSMASHERS, 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 $11.9 million.
What is the period of performance?
Start: 2024-08-25. End: 2025-09-29.
What is the specific nature of the IT support services being provided under this task order?
The provided data indicates the North American Industry Classification System (NAICS) code is 541511, which corresponds to 'Custom Computer Programming Services'. This suggests the services likely involve software development, modification, testing, and support, as well as potentially IT integration services. However, the task order title 'INFORMATION TECHNOLOGY SUPPORT SERVICES' is broad. Without access to the detailed statement of work (SOW) for this specific task order, it is difficult to ascertain the precise nature of the support, such as help desk functions, network administration, cybersecurity support, or specific application maintenance. The 'Time and Materials' (T&M) contract type often implies services where the scope is not precisely defined at the outset, allowing for flexibility in addressing evolving IT needs.
How does the awarded amount of $11.8 million compare to similar IT support contracts awarded by DHS or other agencies?
Comparing the $11.8 million value requires context regarding the duration and scope of services. This task order has a performance period of approximately 13 months (end date September 29, 2025). For IT support services, this value is moderate. Larger, multi-year contracts for comprehensive IT infrastructure management or large-scale software development can reach hundreds of millions or even billions of dollars. Smaller, more focused task orders for specific technical support or programming might be in the hundreds of thousands or low millions. To provide a precise benchmark, one would need to compare it against contracts with similar NAICS codes (541511), similar contract types (T&M), similar durations, and similar agencies (e.g., other large civilian agencies like GSA or HHS). Given the duration, $11.8 million suggests a significant level of effort or specialized expertise is required.
What are the primary risks associated with a 'Time and Materials' (T&M) contract for IT support?
The primary risk associated with a Time and Materials (T&M) contract, like the one awarded to SILOSMASHERS, INC., is the potential for cost overruns. Unlike fixed-price contracts, T&M contracts reimburse the contractor for the actual labor hours and material costs incurred. If the scope of work is not well-defined, or if project management is weak, the contractor may bill for more hours or at higher rates than anticipated, leading to costs exceeding the initial estimate or ceiling. For IT support, this can manifest as extended troubleshooting times, inefficient development processes, or the use of more senior (and thus higher-billed) personnel than strictly necessary. Effective government oversight, including detailed tracking of labor hours, validation of work performed, and robust change management processes, is crucial to mitigate these risks and ensure fair pricing.
What does the 'full and open competition' designation imply for the contractor selection process and potential savings?
The 'full and open competition' designation signifies that the Department of Homeland Security (DHS) solicited offers from all qualified responsible sources and the award was made to the source whose offer, conforming to the solicitation, was most advantageous to the Government, price and other factors considered. This implies a robust and transparent bidding process where multiple companies had the opportunity to compete. For taxpayers, this generally leads to better price discovery, as competition drives down prices. It also encourages innovation as contractors strive to differentiate their offerings. The specific savings achieved through this competition are not detailed in the provided data but are expected to be realized through competitive pricing and potentially higher quality service delivery compared to a sole-source or limited competition scenario.
What is SILOSMASHERS, INC.'s track record with the federal government, particularly with DHS?
The provided data indicates that SILOSMASHERS, INC. is the awardee of this task order under a BPA. This suggests they have an existing relationship with the Department of Homeland Security (DHS) through this BPA, which was likely also awarded competitively. To assess their broader track record, one would need to examine their contract history across all federal agencies. This would involve looking at the number and value of previous contracts, the types of services rendered, past performance reviews (if publicly available), and any history of contract disputes or terminations. Their ability to secure this task order under a competitive BPA implies a level of capability and past performance that met DHS's requirements at the time the BPA was established.
How does this contract fit into the broader landscape of federal IT spending, and are there comparable spending benchmarks?
This $11.8 million task order for IT support services fits within the vast federal IT spending ecosystem, which annually totals well over $100 billion. The NAICS code 541511 (Custom Computer Programming Services) is a significant category within this spending. Comparable benchmarks are difficult to establish without more specific details on the services. However, federal agencies often use various contract vehicles like GWACs (Government-Wide Acquisition Contracts), IDIQs (Indefinite Delivery/Indefinite Quantity contracts), and BPAs (Blanket Purchase Agreements) to procure IT services. The average value of task orders under such vehicles can vary widely. For instance, task orders under large IT GWACs like GSA's Alliant or NASA SEWP can range from tens of thousands to tens of millions of dollars, depending on the complexity and duration. This specific task order appears to be of moderate size within that spectrum.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming 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: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70RSAT24Q00000054
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 6350 WALKER LN STE 510, ALEXANDRIA, VA, 22310
Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $11,858,735
Exercised Options: $11,858,735
Current Obligation: $11,858,735
Actual Outlays: $9,580,106
Contract Characteristics
Commercial Item: PRODUCTS OR SERVICES PURSUANT TO FAR 12.102(F)
Parent Contract
Parent Award PIID: 70RSAT22A00000001
IDV Type: BPA
Timeline
Start Date: 2024-08-25
Current End Date: 2025-09-29
Potential End Date: 2025-09-29 00:00:00
Last Modified: 2025-09-15
More Contracts from Silosmashers, Inc.
- Information Technology Security and Compliance Support Services for the Cybersecurity and Infrastructure Security Agency — $26.5M (Department of Homeland Security)
- Project Management Office Support — $19.5M (General Services Administration)
- Support Services to Staff and Operate the Itelligent Transportation Systems Office's (its-Jpo) Program Management Office (PMO) to Assist Its/Jpo Oversee the Cost, Schedule, and Performance of the Entire Research Portfolio of ITS Programs, Projects, and Major Initiatives." — $17.2M (Department of Transportation)
- Information Technology Service Management Application Support (itsm) — $6.1M (Environmental Protection Agency)
- Administrative and Professional Support — $5.5M (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)