DHS awards $20.5M for Microsoft Office 365 Support to Protege Health Services LLC
Contract Overview
Contract Amount: $20,529,288 ($20.5M)
Contractor: Protege Health Services LLC
Awarding Agency: Department of Homeland Security
Start Date: 2022-07-01
End Date: 2026-05-31
Contract Duration: 1,430 days
Daily Burn Rate: $14.4K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: MICROSOFT OFFICE 365 TECHNICAL SUPPORT SERVICES
Place of Performance
Location: CAMP SPRINGS, HOWARD County, MARYLAND, 20588
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $20.5 million to PROTEGE HEALTH SERVICES LLC for work described as: MICROSOFT OFFICE 365 TECHNICAL SUPPORT SERVICES Key points: 1. Contract awarded to Protege Health Services LLC for $20.5M. 2. Services include Microsoft Office 365 technical support. 3. Contract duration is 1430 days. 4. The North American Industry Classification System (NAICS) code is 541519. 5. The Product Service Code (PSC) is not specified.
Value Assessment
Rating: questionable
The contract's value of $20.5 million for technical support services is substantial. Without specific performance metrics or benchmarks for similar O365 support contracts, it is difficult to definitively assess its value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract is listed as 'NOT AVAILABLE FOR COMPETITION', indicating a limited competition approach. This raises concerns about price discovery and whether the government secured the best possible price.
Taxpayer Impact: The lack of competition may result in taxpayers paying a premium for these services.
Public Impact
Citizens using USCIS services may experience indirect impacts due to the efficiency of O365 support. Federal employees relying on O365 will benefit from uninterrupted technical assistance. The contract supports a critical IT infrastructure component for a major federal agency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition raises concerns about cost-effectiveness.
- Lack of specified Product Service Code (PSC) hinders detailed analysis.
- Small business participation is not indicated.
Positive Signals
- Firm Fixed Price contract type provides cost certainty.
- Long-term contract duration (1430 days) offers stability.
- Services support essential O365 functionality for USCIS.
Sector Analysis
The IT services sector, particularly cloud-based productivity suites like Microsoft Office 365, is a significant area of federal spending. Benchmarks for similar technical support contracts are crucial for evaluating cost-effectiveness.
Small Business Impact
The data indicates that small business participation was not a factor in this award (ss: false, sb: false). Further analysis would be needed to determine if opportunities for small businesses were overlooked or if the nature of the requirement precluded their involvement.
Oversight & Accountability
The 'NOT AVAILABLE FOR COMPETITION' status warrants further oversight to ensure the justification for limited competition was robust and that the pricing was appropriately scrutinized.
Related Government Programs
- Other Computer Related Services
- Department of Homeland Security Contracting
- U.S. Citizenship and Immigration Services Programs
Risk Flags
- Limited competition
- Potential for overpayment due to lack of competition
- No indication of small business participation
- Lack of detailed performance metrics in provided data
Tags
other-computer-related-services, department-of-homeland-security, md, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $20.5 million to PROTEGE HEALTH SERVICES LLC. MICROSOFT OFFICE 365 TECHNICAL SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is PROTEGE HEALTH SERVICES LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Citizenship and Immigration Services).
What is the total obligated amount?
The obligated amount is $20.5 million.
What is the period of performance?
Start: 2022-07-01. End: 2026-05-31.
What is the specific justification for awarding this contract on a limited competition basis, and were alternative competitive strategies considered?
The justification for limited competition is not provided in the data. Typically, such justifications might include urgent needs, unique capabilities, or lack of qualified sources. Without this information, it's impossible to assess if the government adequately explored competitive options or if this limited approach was truly necessary and in the government's best interest.
How does the per-unit cost or overall pricing compare to industry benchmarks for similar Microsoft Office 365 technical support services?
The provided data does not include specific pricing details beyond the total contract value, nor does it offer performance metrics that would allow for a direct comparison to industry benchmarks. A comprehensive assessment of value for money would require detailed cost breakdowns, service level agreements, and comparative data from other government or commercial contracts for similar O365 support.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract to ensure effective service delivery?
The provided data does not specify the KPIs or SLAs for this contract. Effective service delivery for technical support relies heavily on clearly defined and measurable metrics such as response times, resolution rates, and user satisfaction. The absence of this information makes it difficult to evaluate the effectiveness of the services being procured and the contractor's performance.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: RFP06142022
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Ho-Chunk, Inc.
Address: 1 MISSION DR, WINNEBAGO, NE, 68071
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $24,897,398
Exercised Options: $20,529,288
Current Obligation: $20,529,288
Actual Outlays: $15,529,042
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2022-07-01
Current End Date: 2026-05-31
Potential End Date: 2027-02-28 00:00:00
Last Modified: 2025-11-25
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)