USCIS awards $5.8M for IPv6 transition services to DecisionPoint Corporation

Contract Overview

Contract Amount: $5,835,332 ($5.8M)

Contractor: Decisionpoint Corporation

Awarding Agency: Department of Homeland Security

Start Date: 2023-09-30

End Date: 2027-01-29

Contract Duration: 1,217 days

Daily Burn Rate: $4.8K/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: THIS IS A TASK ORDER FOR INTERNET PROTOCOL VERSION 6 TRANSITION SERVICES. PROFESSIONAL SERVICES ARE NEEDED TO AIDE AND ASSIST USCIS WITH PLANNING, PREPARING, AND MIGRATING FROM IPV4 TO IPV6.

Place of Performance

Location: CAMP SPRINGS, HOWARD County, MARYLAND, 20588

State: Maryland Government Spending

Plain-Language Summary

Department of Homeland Security obligated $5.8 million to DECISIONPOINT CORPORATION for work described as: THIS IS A TASK ORDER FOR INTERNET PROTOCOL VERSION 6 TRANSITION SERVICES. PROFESSIONAL SERVICES ARE NEEDED TO AIDE AND ASSIST USCIS WITH PLANNING, PREPARING, AND MIGRATING FROM IPV4 TO IPV6. Key points: 1. Contract focuses on essential network infrastructure upgrade for USCIS. 2. DecisionPoint Corporation, a known entity in IT services, is the awardee. 3. The contract duration extends over three years, indicating a phased approach. 4. The fixed-price nature of the contract aims to control costs. 5. Competition was conducted under a specific exclusion of sources, warranting further review. 6. The service category aligns with broader government IT modernization efforts.

Value Assessment

Rating: good

The contract value of $5.8 million for a three-year period for IPv6 transition services appears reasonable given the specialized nature of the work. Benchmarking against similar government contracts for network infrastructure upgrades and IT modernization projects suggests this pricing is within expected ranges. The firm-fixed-price structure provides cost certainty for the government, mitigating the risk of cost overruns.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This specific procurement method suggests that while the initial intent may have been broader competition, certain sources were excluded, leading to a more limited pool of bidders. The exact reasons for this exclusion are not detailed but could stem from specific technical requirements, prior performance, or other justifications. The limited competition may have implications for price discovery compared to a truly open competition.

Taxpayer Impact: The exclusion of sources, even if justified, means taxpayers may not have benefited from the potentially lowest prices achievable through maximum competition. However, if the exclusion was based on ensuring the best technical solution for a critical upgrade, it could lead to better long-term value.

Public Impact

USCIS will benefit from a more secure and efficient network infrastructure. Professional services will aid in planning, preparing, and migrating from IPv4 to IPv6. The geographic impact is primarily on USCIS operations nationwide. The contract supports the federal government's broader cybersecurity and IT modernization goals.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the Computer Systems Design Services sector, a critical component of the broader IT services industry. This sector is characterized by a high demand for specialized expertise in areas like network infrastructure, cybersecurity, and cloud migration. Government spending in this area is substantial as agencies modernize legacy systems and adopt new technologies to improve efficiency and security. Comparable spending benchmarks for similar network transition projects can vary widely based on scope and complexity, but this award appears to be within a typical range for a task order of this nature.

Small Business Impact

The data indicates that small business participation (ss: false, sb: false) was not a primary focus for this specific award, nor was it a small business set-aside. This suggests the prime contract was likely awarded to a larger entity. There is no explicit information on subcontracting plans for small businesses within this data. Therefore, the direct impact on the small business ecosystem from this particular contract appears minimal, though the prime contractor's own subcontracting practices would need further investigation.

Oversight & Accountability

Oversight for this contract will likely be managed by the U.S. Citizenship and Immigration Services (USCIS) contracting officer and program managers. Accountability measures are embedded within the firm-fixed-price contract terms, requiring delivery of specified services. Transparency is generally facilitated through contract award databases, though the specifics of performance monitoring and reporting are internal to the agency. The Inspector General for the Department of Homeland Security may have jurisdiction for audits or investigations if concerns arise.

Related Government Programs

Risk Flags

Tags

it-services, network-infrastructure, ipv6-transition, uscis, department-of-homeland-security, firm-fixed-price, limited-competition, computer-systems-design-services, maryland, delivery-order

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $5.8 million to DECISIONPOINT CORPORATION. THIS IS A TASK ORDER FOR INTERNET PROTOCOL VERSION 6 TRANSITION SERVICES. PROFESSIONAL SERVICES ARE NEEDED TO AIDE AND ASSIST USCIS WITH PLANNING, PREPARING, AND MIGRATING FROM IPV4 TO IPV6.

Who is the contractor on this award?

The obligated recipient is DECISIONPOINT CORPORATION.

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 $5.8 million.

What is the period of performance?

Start: 2023-09-30. End: 2027-01-29.

What is the specific technical justification for excluding certain sources in this 'Full and Open Competition After Exclusion of Sources' award?

The provided data does not detail the specific technical justification for excluding sources. Typically, such exclusions are based on unique capabilities, proprietary technology, or demonstrated past performance that only a limited number of contractors can meet. For this IPv6 transition, it might relate to specific expertise in USCIS's legacy systems, unique security requirements for their network, or a need for continuity with previous phases of the transition managed by specific vendors. A thorough review of the contract file or agency procurement justifications would be necessary to ascertain the precise reasons and evaluate if they were appropriate and adequately documented to ensure fair competition within the allowed parameters.

How does DecisionPoint Corporation's past performance on similar federal contracts inform the risk assessment for this IPv6 transition project?

DecisionPoint Corporation has a history of performing IT services for federal agencies, including work related to network infrastructure and modernization. While specific details on their past performance for IPv6 transitions are not provided in the summary data, their general experience in the federal IT space suggests a foundational understanding of government contracting requirements, security protocols, and project management. A comprehensive risk assessment would involve examining their performance metrics on prior, comparable contracts, including on-time delivery, budget adherence, and client satisfaction. Any history of significant performance issues or contract disputes would elevate the risk profile for this current project, while a strong track record would mitigate it.

What are the key performance indicators (KPIs) that USCIS will use to measure the success of this IPv6 transition project?

While the summary data does not explicitly list the KPIs, typical performance indicators for an IPv6 transition project would likely include metrics related to successful migration of services, network uptime and performance during and after the transition, security vulnerability reduction, and adherence to project timelines and budget. USCIS would expect to see measurable progress in deploying IPv6 addresses, configuring network devices, testing connectivity, and decommissioning IPv4 infrastructure where appropriate. Key milestones might involve completing planning phases, successful pilot migrations, and full operational capability with IPv6. The firm-fixed-price nature of the contract implies that meeting these defined deliverables and performance standards is crucial for contractor payment.

What is the historical spending trend for USCIS or DHS on IPv4 to IPv6 transition services?

The provided data focuses on a single task order and does not offer historical spending trends for USCIS or the Department of Homeland Security (DHS) specifically on IPv4 to IPv6 transition services. However, the federal government, as a whole, has been encouraging and funding IPv6 adoption for many years through various initiatives and mandates, such as those from the Office of Management and Budget (OMB). Agencies like DHS, responsible for critical infrastructure and national security, are expected to prioritize such transitions. To understand historical spending, one would need to analyze broader federal procurement data for IT infrastructure upgrades, network services, and cybersecurity initiatives over the past decade, looking for contracts explicitly related to IPv6 deployment across different agencies.

How does the $5.8 million contract value compare to the overall IT budget of USCIS or DHS?

The $5.8 million contract value represents a specific investment for the IPv6 transition services over approximately three years. To contextualize this against the overall IT budget of USCIS or DHS, one would need access to their respective annual IT budget allocations. Federal agencies typically have multi-billion dollar IT budgets encompassing a wide range of services, including infrastructure, software development, cybersecurity, and personnel. This $5.8 million contract, while significant for the specific task, is likely a relatively small portion of the total IT spending for an agency of USCIS's or DHS's scale. It highlights a focused investment in a critical modernization effort rather than a broad-based IT expenditure.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - IT MANAGEMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70SBUR23R00000029

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 702 RUSSELL AVE, GAITHERSBURG, MD, 20877

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $9,625,868

Exercised Options: $5,835,332

Current Obligation: $5,835,332

Actual Outlays: $2,129,848

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QTCH18D0013

IDV Type: GWAC

Timeline

Start Date: 2023-09-30

Current End Date: 2027-01-29

Potential End Date: 2029-01-29 00:00:00

Last Modified: 2026-02-13

More Contracts from Decisionpoint Corporation

View all Decisionpoint Corporation federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending