DHS awards $18.7M contract for IT customer service and integration, with limited competition
Contract Overview
Contract Amount: $18,681,932 ($18.7M)
Contractor: Akiak Technology, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-27
End Date: 2026-09-26
Contract Duration: 729 days
Daily Burn Rate: $25.6K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THE OFFICE OF INFORMATION TECHNOLOGY (OIT) REQUIRE CUSTOMER SERVICE, ACCOUNTS, AND INTEGRATION (CSAI) SERVICES. THESE SERVICES WILL ALLOW FOR USCIS-OIT OFFICE OF CHIEF INFORMATION OFFICER (CIO) TO OPERATIONALIZE THE INTEGRATED ONLINE ACCOUNT EXPERIEN
Place of Performance
Location: CAMP SPRINGS, HOWARD County, MARYLAND, 20588
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $18.7 million to AKIAK TECHNOLOGY, LLC for work described as: THE OFFICE OF INFORMATION TECHNOLOGY (OIT) REQUIRE CUSTOMER SERVICE, ACCOUNTS, AND INTEGRATION (CSAI) SERVICES. THESE SERVICES WILL ALLOW FOR USCIS-OIT OFFICE OF CHIEF INFORMATION OFFICER (CIO) TO OPERATIONALIZE THE INTEGRATED ONLINE ACCOUNT EXPERIEN Key points: 1. Contract focuses on critical IT infrastructure for USCIS account management and integration. 2. Limited competition raises questions about potential price overruns and value for money. 3. The contract duration of two years suggests a need for ongoing operational support. 4. Fixed-price contract type aims to control costs, but initial award value is substantial. 5. The specific NAICS code (541519) indicates a broad range of IT services are covered. 6. Contractor AKIAK TECHNOLOGY, LLC is relatively new to large federal IT service contracts. 7. Geographic focus on Maryland for contract performance.
Value Assessment
Rating: fair
The contract's value of $18.7 million over two years for IT customer service and integration appears within a reasonable range for large-scale federal IT operations. However, without specific benchmarks for comparable USCIS or DHS IT support contracts, a precise value-for-money assessment is challenging. The firm-fixed-price structure is a positive indicator for cost control, but the limited competition could lead to less favorable pricing than a more open process might yield. Further analysis of the contractor's proposed labor rates and historical performance on similar tasks would be beneficial.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was awarded on a 'NOT AVAILABLE FOR COMPETITION' basis, indicating a limited competition scenario. While the specific justification for this limited competition is not provided, it suggests that only one or a very small number of responsible sources were deemed capable of meeting the government's needs. This approach can expedite contract awards but may forgo the potential cost savings and innovation that a broader competitive process could generate. The limited number of bidders restricts the government's ability to leverage market forces for optimal pricing and service delivery.
Taxpayer Impact: The limited competition means taxpayers may not be receiving the most cost-effective solution available in the market. The government's ability to negotiate favorable terms is reduced, potentially leading to higher overall spending for these essential IT services.
Public Impact
USCIS officers and staff will benefit from improved IT customer service, account management, and system integration. The contract supports the operationalization of integrated online accounts, enhancing user experience and efficiency. Services delivered are crucial for the functioning of USCIS's IT infrastructure. The primary geographic impact is within the Department of Homeland Security's operational sphere, with performance likely centered in Maryland. Workforce implications include potential support roles for AKIAK TECHNOLOGY, LLC staff, contributing to the IT services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may result in higher costs for taxpayers.
- Lack of transparency in the 'not available for competition' justification.
- Contractor's track record on large-scale federal IT integration projects needs further scrutiny.
- Potential for vendor lock-in due to specialized service requirements.
Positive Signals
- Firm-fixed-price contract type helps manage cost certainty.
- Contract supports critical USCIS IT modernization efforts.
- Defined contract period (2 years) provides clear scope and timeline.
- Focus on customer service and integration addresses key operational needs.
Sector Analysis
The IT services sector is a vast and competitive market, with federal spending often concentrated on large, complex systems integration and support contracts. This contract falls within the 'Other Computer Related Services' category, which encompasses a wide array of IT support functions. Comparable spending benchmarks for similar IT customer service and integration contracts within federal agencies like DHS can vary significantly based on scope, duration, and complexity. However, multi-million dollar awards for two-year terms are common for agencies requiring specialized IT operational support.
Small Business Impact
The contract was not awarded as a small business set-aside, and there is no indication of subcontracting requirements for small businesses. This suggests that the primary contractor, AKIAK TECHNOLOGY, LLC, is either not a small business or that the contract's nature did not lend itself to a small business set-aside. The lack of explicit small business participation could mean missed opportunities for the small business IT ecosystem to contribute to this federal project.
Oversight & Accountability
Oversight for this contract will likely fall under the Department of Homeland Security's existing contract management and oversight mechanisms. The U.S. Citizenship and Immigration Services (USCIS) Office of Information Technology (OIT) will be responsible for monitoring performance and ensuring compliance with contract terms. Transparency regarding performance metrics and any potential issues may be limited due to the nature of the award and the specific reporting requirements. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- USCIS IT Modernization Programs
- DHS Enterprise IT Services
- Federal Cloud Computing Strategy Implementation
- IT Customer Relationship Management Systems
- Government IT Infrastructure Support Contracts
Risk Flags
- Limited Competition
- Lack of Transparency in Award Justification
- Potential for Overpriced Services
- Contractor's Limited Public Federal Performance Data
Tags
it-services, customer-service, account-management, system-integration, department-of-homeland-security, uscis, limited-competition, firm-fixed-price, definitive-contract, maryland, other-computer-related-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $18.7 million to AKIAK TECHNOLOGY, LLC. THE OFFICE OF INFORMATION TECHNOLOGY (OIT) REQUIRE CUSTOMER SERVICE, ACCOUNTS, AND INTEGRATION (CSAI) SERVICES. THESE SERVICES WILL ALLOW FOR USCIS-OIT OFFICE OF CHIEF INFORMATION OFFICER (CIO) TO OPERATIONALIZE THE INTEGRATED ONLINE ACCOUNT EXPERIEN
Who is the contractor on this award?
The obligated recipient is AKIAK TECHNOLOGY, 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 $18.7 million.
What is the period of performance?
Start: 2024-09-27. End: 2026-09-26.
What is the specific justification for awarding this contract on a 'not available for competition' basis?
The provided data indicates the contract was awarded under 'NOT AVAILABLE FOR COMPETITION.' This typically means that the agency determined, after market research, that only one source was reasonably available or that exceptional circumstances precluded full and open competition. Common reasons include unique capabilities, urgent needs where only one vendor can respond in time, or follow-on work to a previous contract where a specific vendor's proprietary knowledge is essential. Without the official justification document (e.g., a Justification and Approval - J&A), the precise rationale remains unknown. This lack of transparency can be a concern for ensuring fair market access and optimal value.
What is AKIAK TECHNOLOGY, LLC's track record with similar federal IT integration contracts?
Information regarding AKIAK TECHNOLOGY, LLC's specific track record on large-scale federal IT integration and customer service contracts of this magnitude is not detailed in the provided data. As a relatively new entity or one with less public federal contract history, a deeper dive into their past performance, client testimonials, and project outcomes would be necessary for a comprehensive assessment. Federal procurement databases and past performance reviews would be key resources to evaluate their capability to successfully execute this $18.7 million contract over two years.
How does the $18.7 million award compare to similar IT support contracts within DHS or USCIS?
Benchmarking this $18.7 million contract against similar IT support contracts within DHS or USCIS requires access to historical contract data and an understanding of the specific services rendered. Federal IT support contracts can range widely in value, from a few million to hundreds of millions of dollars, depending on the scope, duration, and complexity of the services. For a two-year contract focused on customer service, accounts, and integration, $18.7 million suggests a significant operational requirement. Without specific comparable contract details (e.g., scope of work, number of users supported, service level agreements), it's difficult to definitively state if this represents high or low value, though the limited competition raises potential concerns about optimal pricing.
What are the key performance indicators (KPIs) for this contract, and how will they be measured?
The provided data does not specify the Key Performance Indicators (KPIs) for this contract or the methods for measuring them. Typically, IT support and integration contracts include metrics related to response times, resolution rates, system uptime, customer satisfaction scores, and successful integration of new functionalities. The contract's success will hinge on USCIS's ability to define and rigorously monitor these KPIs to ensure AKIAK TECHNOLOGY, LLC is meeting the required service levels. Effective oversight and performance management are crucial, especially given the limited competition.
What is the potential impact of this contract on USCIS's ongoing IT modernization efforts?
This contract is directly linked to USCIS's IT modernization efforts, specifically focusing on operationalizing integrated online accounts through customer service, account management, and integration services. By ensuring the smooth functioning of these core IT components, the contract supports the broader goal of modernizing USCIS's digital infrastructure. It aims to improve the efficiency and user experience of online services, which is a critical aspect of any agency's modernization strategy. The success of this contract could enable further advancements in USCIS's digital service delivery capabilities.
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: 70SBUR24R00000025
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4850 EISENHOWER AVE UNIT 419, ALEXANDRIA, VA, 22304
Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, HUBZone Firm, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $24,132,576
Exercised Options: $18,681,932
Current Obligation: $18,681,932
Actual Outlays: $7,913,217
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2024-09-27
Current End Date: 2026-09-26
Potential End Date: 2026-09-26 00:00:00
Last Modified: 2025-09-25
More Contracts from Akiak Technology, LLC
- Ea/Ote Ru/Et Analysis Support — $2.1M (Department of Commerce)
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)