DHS awards $33.6M task order for enterprise applications and services to Peraton Enterprise Solutions LLC
Contract Overview
Contract Amount: $33,570,197 ($33.6M)
Contractor: Peraton Enterprise Solutions LLC
Awarding Agency: Department of Homeland Security
Start Date: 2019-07-11
End Date: 2020-06-26
Contract Duration: 351 days
Daily Burn Rate: $95.6K/day
Competition Type: NOT COMPETED
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: THE PURPOSE OF THIS TASK ORDER IS TO PROCURE SERVICES AND SUPPORT FOR THE ENTERPRISE APPLICATIONS AND SERVICES FOR DHS
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
Department of Homeland Security obligated $33.6 million to PERATON ENTERPRISE SOLUTIONS LLC for work described as: THE PURPOSE OF THIS TASK ORDER IS TO PROCURE SERVICES AND SUPPORT FOR THE ENTERPRISE APPLICATIONS AND SERVICES FOR DHS Key points: 1. Task order focuses on essential enterprise applications and services for DHS operations. 2. Contract awarded as a delivery order under a larger contract vehicle. 3. Significant portion of the contract value allocated to computing infrastructure and data processing. 4. Performance period spans approximately one year, indicating a need for ongoing support. 5. Contract type is Time and Materials, which can pose cost control challenges. 6. No small business set-aside was utilized for this specific task order.
Value Assessment
Rating: fair
The total award of $33.6 million for enterprise applications and services appears to be a substantial investment. Benchmarking this against similar contracts for IT infrastructure and support within large federal agencies is challenging without more granular data on the specific services provided. The Time and Materials (T&M) contract type, while offering flexibility, can lead to higher costs if not managed diligently, as it doesn't have a fixed ceiling for labor hours. Further analysis would be needed to compare per-hour rates and total labor costs against market benchmarks for comparable IT support services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This task order was not competed, indicating it was likely awarded under an existing contract vehicle that may have had its own competitive process. The absence of a new competition for this specific task order means that Peraton Enterprise Solutions LLC was the sole provider. This approach can expedite service delivery but may limit opportunities for price discovery and potentially lead to higher costs compared to a fully competed scenario.
Taxpayer Impact: Taxpayers may not benefit from the most competitive pricing due to the lack of a new bidding process for this specific task order.
Public Impact
The Department of Homeland Security (DHS) is the primary beneficiary, receiving critical support for its enterprise applications and services. Services delivered are essential for the operational continuity and efficiency of DHS's IT infrastructure. The geographic impact is national, supporting a federal agency with nationwide responsibilities. Workforce implications include the potential need for specialized IT personnel to manage and support these enterprise applications.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type can lead to cost overruns if not closely monitored.
- Lack of direct competition for this task order may result in suboptimal pricing.
- Reliance on a single vendor for critical enterprise applications could pose a risk if performance falters.
Positive Signals
- Awarding to an established vendor likely ensures continuity of essential IT services.
- Task order addresses core IT needs for a major federal agency.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on computing infrastructure, data processing, and related services. The market for these services is highly competitive, with numerous large and small businesses offering solutions to government agencies. Federal spending in this category is substantial, driven by the continuous need for agencies to modernize and maintain their IT systems. This task order represents a portion of the government's overall investment in maintaining and supporting its critical enterprise applications.
Small Business Impact
This task order was not awarded as a small business set-aside, nor does it indicate any specific subcontracting requirements for small businesses. Therefore, its direct impact on the small business ecosystem is likely minimal. The primary contractor, Peraton Enterprise Solutions LLC, is a large business, and the focus appears to be on fulfilling the agency's direct IT service needs rather than promoting small business participation through this specific award.
Oversight & Accountability
Oversight for this task order would typically fall under the contracting officer and the Department of Homeland Security's procurement and program management offices. The contract's performance would be monitored against the terms and conditions outlined in the base contract and the task order. Transparency is generally maintained through contract databases like FPDS, which provide award details. Inspector General jurisdiction would apply if any issues of fraud, waste, or abuse arise.
Related Government Programs
- DHS Enterprise IT Services
- Federal Cloud Computing Strategy
- IT Infrastructure Modernization Programs
- Data Center Consolidation Initiatives
Risk Flags
- Non-competitive award
- Time and Materials contract type
- Lack of specific service details
Tags
dhs, enterprise-applications, it-services, data-processing, web-hosting, delivery-order, time-and-materials, not-competed, peraton-enterprise-solutions-llc, district-of-columbia, computing-infrastructure-providers
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $33.6 million to PERATON ENTERPRISE SOLUTIONS LLC. THE PURPOSE OF THIS TASK ORDER IS TO PROCURE SERVICES AND SUPPORT FOR THE ENTERPRISE APPLICATIONS AND SERVICES FOR DHS
Who is the contractor on this award?
The obligated recipient is PERATON ENTERPRISE SOLUTIONS 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 $33.6 million.
What is the period of performance?
Start: 2019-07-11. End: 2020-06-26.
What specific enterprise applications and services are covered under this task order, and what is their criticality to DHS operations?
The provided data indicates the task order is for 'ENTERPRISE APPLICATIONS AND SERVICES FOR DHS' and falls under NAICS code 518210 (Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services). While the exact applications are not detailed, this suggests services related to the management, maintenance, hosting, and support of DHS's core IT systems and applications. These are likely critical for functions such as data management, communication, security operations, and administrative processes across the department. The $33.6 million award suggests a significant scope of work, implying these services are foundational to DHS's ability to execute its mission.
How does the Time and Materials (T&M) contract type compare to other contract types for similar IT services, and what are the associated risks?
Time and Materials (T&M) contracts are used when the level of effort or the period of performance cannot be estimated precisely. They reimburse the contractor for direct labor hours at specified fixed hourly rates and for the actual cost of materials. Compared to Firm-Fixed-Price (FFP) contracts, T&M offers more flexibility but carries higher risk for the government regarding cost control, as the final price is not known upfront. For IT services like those procured here, FFP contracts are often preferred for well-defined scopes to ensure cost certainty. The primary risk with T&M is potential cost overruns if the contractor's hours or rates are excessive or if the scope creeps without adequate oversight. Robust monitoring of labor hours and rates is crucial.
What was the rationale for awarding this task order on a non-competitive basis, and what was the value of the base contract it was awarded under?
The data explicitly states the contract type as 'NOT COMPETED' for this specific task order. Federal procurement regulations allow for non-competitive awards under certain conditions, such as when the services are available only from a limited number of sources, or under specific exceptions to full and open competition. Without access to the details of the base contract (under which this task order was issued), the specific rationale for the non-competitive award cannot be determined. Information regarding the base contract's value, its award date, and its competitive history would be necessary to fully assess the justification for this task order's sole-source nature.
What is Peraton Enterprise Solutions LLC's track record with DHS and other federal agencies for similar IT services?
Peraton Enterprise Solutions LLC has a significant presence in the federal IT contracting space. While specific details of their past performance with DHS for these exact services are not provided in the data, Peraton (and its predecessor companies) has historically held numerous large contracts with various federal agencies, including defense and civilian departments, for IT modernization, network services, cybersecurity, and enterprise application support. Their track record generally indicates experience in managing complex IT programs. A deeper dive into contract databases and past performance reviews would be needed to assess their specific success and reliability in delivering enterprise application support to DHS.
How does the $33.6 million spending on this task order compare to historical DHS spending on enterprise applications and services?
The provided data only details this specific $33.6 million task order awarded in July 2019, with a performance period ending in June 2020. To compare this to historical DHS spending, one would need access to broader DHS IT budget data and contract award histories over multiple fiscal years. Without this comparative data, it's impossible to determine if this $33.6 million represents an increase, decrease, or stable level of spending for enterprise applications and services. Analyzing trends in DHS's IT procurement over time would provide the necessary context for this specific award.
Industry Classification
NAICS: Information › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Veritas Capital Fund Management, L.L.C.
Address: 13600 EDS DR A3S, HERNDON, VA, 20171
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $38,629,744
Exercised Options: $33,588,175
Current Obligation: $33,570,197
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSHQDC15D00015
IDV Type: IDC
Timeline
Start Date: 2019-07-11
Current End Date: 2020-06-26
Potential End Date: 2020-06-26 00:00:00
Last Modified: 2023-08-16
More Contracts from Peraton Enterprise Solutions LLC
- Federal Contract — $1.2B (Department of Health and Human Services)
- Other ADP & Telecommunications Services — $771.5M (Department of Defense)
- THE Agency Consolidated End-User Services (aces)contract Will Provide and Manage Nasa's Personal Computing Hardware, Agency Standard Software, Mobile IT Services, Peripherals and Accessories, Associated End-User Services, and Supporting Infrastructure — $769.2M (National Aeronautics and Space Administration)
- THE Above Solicitation Number IS a Continuation of Solicitation Numbers Hshqdc-07-Q-00050a and Hshqdc-07-Q-00050b. This Number IS for the Down Select Process and Shall Start With Base Notice Even Though ALL Amendments ARE Attached From Phase ONE — $749.5M (Department of Homeland Security)
- Other ADP & Telecommunications Services — $674.7M (Department of Defense)
View all Peraton Enterprise Solutions LLC federal contracts →
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)