DHS awards $2.9M for geospatial capabilities, infrastructure support to CFOCUS SOFTWARE INCORPORATED

Contract Overview

Contract Amount: $2,946,377 ($2.9M)

Contractor: Cfocus Software Incorporated

Awarding Agency: Department of Homeland Security

Start Date: 2025-09-29

End Date: 2028-09-28

Contract Duration: 1,095 days

Daily Burn Rate: $2.7K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: THE PURPOSE OF THIS ORDER IS FOR GEOSPATIAL CAPABILITIES AND INFRASTRUCTURE SUPPORT.

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 $2.9 million to CFOCUS SOFTWARE INCORPORATED for work described as: THE PURPOSE OF THIS ORDER IS FOR GEOSPATIAL CAPABILITIES AND INFRASTRUCTURE SUPPORT. Key points: 1. Contract focuses on essential geospatial capabilities and infrastructure, critical for agency operations. 2. The award was made under full and open competition, suggesting a competitive bidding process. 3. A Time and Materials contract type indicates potential for cost variability based on effort expended. 4. The contract duration of three years provides a stable period for service delivery. 5. Geographic focus on Washington D.C. highlights localized support needs. 6. The specific NAICS code (541512) points to computer systems design services.

Value Assessment

Rating: fair

The contract value of $2.9 million over three years for geospatial capabilities and infrastructure support appears moderate. Without specific benchmarks for similar geospatial support contracts within DHS or other agencies, a precise value-for-money assessment is challenging. The Time and Materials (T&M) pricing structure, while common for IT services, carries inherent risk of cost overruns if not closely managed. Benchmarking against industry standards for computer systems design services would be necessary for a more definitive evaluation of pricing fairness.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The presence of 3 bidders suggests a reasonable level of competition for this requirement. A competitive process generally leads to better price discovery and potentially more favorable terms for the government compared to sole-source or limited competition awards.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it encourages multiple vendors to offer their best pricing and innovative solutions, driving down costs and improving service quality.

Public Impact

The Department of Homeland Security (DHS) will benefit from enhanced geospatial capabilities and infrastructure. Services delivered will support critical agency functions requiring accurate location-based data and systems. The primary geographic impact is within the District of Columbia, supporting local DHS operations. The contract supports the IT sector workforce involved in computer systems design and geospatial services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Time and Materials contract type poses a risk of cost escalation if not diligently managed and monitored.
  • Lack of specific performance metrics in the provided data makes it difficult to assess the quality of services.
  • The contract's focus on a specific geographic area (DC) might limit broader applicability or scalability of solutions.

Positive Signals

  • Awarded under full and open competition, indicating a robust and fair bidding process.
  • The contract duration of three years provides stability for service delivery and planning.
  • The vendor, CFOCUS SOFTWARE INCORPORATED, is receiving a contract for specialized IT services.

Sector Analysis

This contract falls within the Computer Systems Design Services sector (NAICS 541512), a significant segment of the IT industry. Geospatial capabilities and infrastructure support are increasingly vital across government agencies for data analysis, planning, and operational efficiency. The market for these services is competitive, with numerous firms offering specialized solutions. Benchmarking this $2.9 million, three-year contract would involve comparing it to similar IT service contracts awarded by federal agencies for system design and geospatial support, considering factors like scope, duration, and complexity.

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 for small businesses stemming from a set-aside provision. The primary impact on the small business ecosystem would be through potential subcontracting opportunities if CFOCUS SOFTWARE INCORPORATED chooses to engage small businesses for specialized tasks, or through the competitive landscape where small businesses may have competed for this award.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Homeland Security's contracting and program management offices. Accountability measures would be defined within the contract's terms and conditions, including performance standards and reporting requirements. Transparency is facilitated by the contract award being publicly available. The Inspector General for DHS would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.

Related Government Programs

  • Geospatial Information System (GIS) Support Services
  • IT Infrastructure Modernization
  • Computer Systems Design Services
  • Department of Homeland Security IT Contracts

Risk Flags

  • Potential for cost overruns due to Time and Materials contract type.
  • Need for robust government oversight to manage T&M contract effectively.
  • Limited visibility into contractor's past performance without further data.
  • Geographic limitation to DC may restrict broader application of services.

Tags

it-services, geospatial-capabilities, infrastructure-support, department-of-homeland-security, cfocus-software-incorporated, full-and-open-competition, time-and-materials, district-of-columbia, computer-systems-design, bpa-call

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $2.9 million to CFOCUS SOFTWARE INCORPORATED. THE PURPOSE OF THIS ORDER IS FOR GEOSPATIAL CAPABILITIES AND INFRASTRUCTURE SUPPORT.

Who is the contractor on this award?

The obligated recipient is CFOCUS SOFTWARE INCORPORATED.

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 $2.9 million.

What is the period of performance?

Start: 2025-09-29. End: 2028-09-28.

What is the track record of CFOCUS SOFTWARE INCORPORATED with federal contracts, particularly in geospatial capabilities?

A review of federal procurement data would be necessary to fully assess CFOCUS SOFTWARE INCORPORATED's track record. Specifically, one would look for past performance on similar contracts, including their size, duration, and scope. Examining past performance evaluations, any contract modifications, and any reported disputes or terminations would provide insight into their reliability and capability in delivering geospatial capabilities and infrastructure support. Without this specific historical data, it is difficult to definitively assess their track record beyond this current award.

How does the $2.9 million contract value compare to similar geospatial support contracts awarded by DHS or other agencies?

To benchmark the $2.9 million contract value, a comparative analysis of similar geospatial capabilities and infrastructure support contracts awarded by DHS and other federal agencies over the last 2-3 fiscal years would be required. Key comparison points would include contract duration, scope of services (e.g., system design, data management, infrastructure maintenance), and the number of bidders. Contracts of similar scope and duration, especially those under full and open competition, would provide a relevant benchmark. If this contract's value is significantly higher or lower than comparable awards, it could indicate potential issues with pricing or scope definition.

What are the primary risks associated with a Time and Materials (T&M) contract for geospatial services?

The primary risk with a Time and Materials (T&M) contract for geospatial services is the potential for cost overruns. Unlike fixed-price contracts, T&M contracts pay the contractor for the actual labor hours and materials used. If the scope of work is not clearly defined, or if project management is weak on either the government or contractor side, the hours expended can escalate beyond initial estimates. This necessitates robust government oversight to monitor labor hours, ensure efficiency, and validate the necessity of all materials purchased. Without stringent controls, T&M contracts can become significantly more expensive than anticipated.

How effective are Time and Materials contracts in ensuring value for money in IT service delivery?

Time and Materials (T&M) contracts can be effective for value-for-money when used appropriately, typically for smaller projects, undefined scopes, or when rapid response is needed. However, they inherently carry a higher risk of cost escalation compared to fixed-price contracts. Value for money is best achieved in T&M contracts through rigorous government oversight, clear task orders, defined labor categories with capped rates, and strong project management to ensure efficient use of resources. When these controls are lacking, the potential for overspending increases, diminishing the value proposition for taxpayers.

What is the historical spending trend for geospatial capabilities and infrastructure support within the Department of Homeland Security?

Analyzing historical spending trends for geospatial capabilities and infrastructure support within DHS would require accessing and aggregating data from previous fiscal years. This would involve identifying contracts with similar objectives and NAICS codes (e.g., 541512, potentially others related to surveying, mapping, or IT infrastructure). Examining trends in contract values, number of awards, and types of contractors (large vs. small business) would reveal patterns. A significant increase or decrease in spending could indicate shifts in agency priorities, technological advancements, or changes in contracting strategies. This context is crucial for evaluating the current $2.9 million award.

What are the implications of awarding a BPA Call under full and open competition for future geospatial needs?

Awarding a BPA Call under full and open competition signifies that the initial competition for the underlying Blanket Purchase Agreement (BPA) was broad, allowing multiple vendors to compete. Subsequent calls against this BPA, like this one, benefit from that initial competitive foundation. For future geospatial needs, this approach suggests that DHS has established a framework where multiple vendors can be leveraged. If the BPA itself was competed openly, it implies that subsequent calls are likely to be competitively priced, assuming the BPA terms remain favorable and the market continues to support open competition for task orders.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70RTAC25Q00000044

Offers Received: 3

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 10536 JOYCETON DR, LARGO, MD, 20774

Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $11,995,556

Exercised Options: $2,946,377

Current Obligation: $2,946,377

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 70RTAC25A00000002

IDV Type: BPA

Timeline

Start Date: 2025-09-29

Current End Date: 2028-09-28

Potential End Date: 2028-09-28 00:00:00

Last Modified: 2026-01-23

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending