DHS awards $2.2M for USCIS Agile and Human-Centered Design Training to AMIVERO LLC
Contract Overview
Contract Amount: $2,204,537 ($2.2M)
Contractor: Amivero LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-12-20
End Date: 2027-01-22
Contract Duration: 763 days
Daily Burn Rate: $2.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS AWARD IF FOR AGILE MANAGEMENT TRAINING AND HUMAN CENTERED DESIGN SERVICES SUPPORTING USCIS VERIFICATION DIVISION TO FULFILL ITS STATUTORY RESPONSIBILITIES, AND MANAGE SHIFTING BUSINESS PRIORITIES AND SYSTEM ENHANCEMENTS.
Place of Performance
Location: CAMP SPRINGS, HOWARD County, MARYLAND, 20588
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.2 million to AMIVERO LLC for work described as: THIS AWARD IF FOR AGILE MANAGEMENT TRAINING AND HUMAN CENTERED DESIGN SERVICES SUPPORTING USCIS VERIFICATION DIVISION TO FULFILL ITS STATUTORY RESPONSIBILITIES, AND MANAGE SHIFTING BUSINESS PRIORITIES AND SYSTEM ENHANCEMENTS. Key points: 1. Contract focuses on critical USCIS verification division needs, including statutory responsibilities and system enhancements. 2. Awardee AMIVERO LLC brings specialized expertise in agile management and human-centered design. 3. The contract duration of 763 days suggests a sustained need for these support services. 4. Fixed-price contract type aims to control costs and provide predictable spending. 5. The procurement method, 'Full and Open Competition after Exclusion of Sources,' warrants further examination for its competitive implications. 6. Geographic focus on Maryland indicates a concentration of federal IT support services in the region.
Value Assessment
Rating: fair
The contract value of $2.2 million for specialized training and design services appears moderate for a federal IT support contract. Benchmarking against similar agile and human-centered design training contracts is difficult without more specific service details. The firm fixed-price structure provides cost certainty for the government. However, the absence of detailed performance metrics or clear deliverables makes a definitive value-for-money assessment challenging at this stage.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition after Exclusion of Sources.' This procurement method suggests that while the competition was intended to be open, specific sources may have been excluded for reasons not immediately apparent. The number of bidders is not provided, making it difficult to assess the breadth of competition. This approach can sometimes limit price discovery compared to a truly unrestricted full and open competition.
Taxpayer Impact: The limited competition may mean taxpayers did not benefit from the lowest possible price achievable through broader market engagement. Further clarity on the exclusion of sources is needed to ensure fair pricing.
Public Impact
USCIS verification division staff will benefit from enhanced training in agile methodologies and human-centered design. Improved internal processes and system enhancements are expected outcomes, leading to more efficient verification services. The contract supports the fulfillment of USCIS's statutory responsibilities, impacting the integrity of immigration processes. Workforce development within USCIS is a key implication, equipping personnel with modern project management and design skills. The geographic impact is primarily within Maryland, where the contractor is based and services are likely delivered.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'Exclusion of Sources' aspect of the competition needs clarification to ensure fair market access and optimal pricing.
- Lack of detailed performance metrics makes it difficult to fully assess the contractor's potential effectiveness and value.
- The specific nature of the 'shifting business priorities' is not detailed, potentially impacting the long-term relevance of the training.
Positive Signals
- The contract addresses critical operational needs for the USCIS verification division.
- The use of agile and human-centered design principles indicates a commitment to modernizing government services.
- Firm fixed-price contract type offers cost predictability for the government.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on training and consulting for agile methodologies and human-centered design. The federal IT services market is substantial, with significant spending on software development, system modernization, and professional services. This award represents a small but important investment in human capital and process improvement within a critical government function. Comparable spending benchmarks would typically be found in IT consulting and training categories, often involving specialized skill sets.
Small Business Impact
Information regarding small business set-asides or subcontracting plans is not provided for this award. As the contract is not explicitly designated as a small business set-aside, it is likely that larger firms or a mix of firms participated in the competition. The impact on the small business ecosystem would depend on whether small businesses were prime contractors or subcontractors, which is not detailed here.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's contracting and program management offices. Accountability measures are inherent in the firm fixed-price contract type, requiring delivery of specified services. Transparency is facilitated by contract databases, though detailed performance reporting is not publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- USCIS IT Modernization Programs
- DHS Agile Transformation Initiatives
- Federal Workforce Training and Development
- Human-Centered Design Consulting Services
Risk Flags
- Limited competition justification unclear
- Performance metrics not detailed
- Potential for training obsolescence
Tags
it-services, training, agile, human-centered-design, dhs, uscis, maryland, firm-fixed-price, delivery-order, limited-competition
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.2 million to AMIVERO LLC. THIS AWARD IF FOR AGILE MANAGEMENT TRAINING AND HUMAN CENTERED DESIGN SERVICES SUPPORTING USCIS VERIFICATION DIVISION TO FULFILL ITS STATUTORY RESPONSIBILITIES, AND MANAGE SHIFTING BUSINESS PRIORITIES AND SYSTEM ENHANCEMENTS.
Who is the contractor on this award?
The obligated recipient is AMIVERO 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 $2.2 million.
What is the period of performance?
Start: 2024-12-20. End: 2027-01-22.
What specific agile methodologies and human-centered design principles will be taught, and how will their effectiveness be measured?
The provided data does not specify the exact agile methodologies (e.g., Scrum, Kanban) or human-centered design frameworks that will be taught. Similarly, metrics for measuring the effectiveness of the training are not detailed. Typically, effectiveness could be measured through pre- and post-training assessments, observed improvements in project delivery times, increased user satisfaction with systems developed using these principles, or enhanced team collaboration. Further details from the contract statement of work would be necessary to ascertain these specifics and establish clear performance benchmarks.
What was the rationale behind the 'Full and Open Competition after Exclusion of Sources' procurement method, and which sources were excluded?
The procurement method 'Full and Open Competition after Exclusion of Sources' (FAR 6.302-5) is used when specific sources are known to be the only ones capable of meeting the government's needs, or when it is otherwise in the government's interest to limit the competition to specific sources. The rationale for excluding other sources is not provided in the summary data. This could be due to unique capabilities, prior performance on related systems, or specific security requirements. Understanding the excluded sources and the justification is crucial for assessing whether the competition was truly adequate and if taxpayers received the best possible value.
How does the $2.2 million contract value compare to similar agile training and human-centered design support contracts within DHS or other federal agencies?
Without specific details on the scope, duration, and deliverables of this $2.2 million contract, direct comparison to similar federal contracts is challenging. However, for specialized IT training and consulting services, this value is within a common range for multi-year engagements supporting specific divisions or programs. Larger agencies like DHS often award multi-million dollar contracts for comprehensive IT modernization and training efforts. Benchmarking would require analyzing contracts with similar service descriptions, contractor experience levels, and geographic locations, which are not fully detailed here.
What is AMIVERO LLC's track record with federal contracts, particularly in agile management and human-centered design?
The provided data identifies AMIVERO LLC as the awardee but does not detail their specific track record with federal contracts. A comprehensive assessment would require reviewing their past performance on similar government contracts, including client satisfaction, adherence to schedules and budgets, and the successful delivery of agile and human-centered design services. Publicly available contract databases (like SAM.gov or FPDS) would typically provide this information, including details on previous awards, task orders, and performance evaluations, which are essential for evaluating contractor reliability.
What are the anticipated risks associated with this contract, and what mitigation strategies are in place?
Potential risks include the contractor failing to deliver effective training, the training becoming outdated due to rapid technological changes, or the 'exclusion of sources' leading to suboptimal pricing. Mitigation strategies might involve robust performance monitoring, clear deliverable definitions, phased payments tied to milestones, and potentially incorporating flexibility into the training curriculum. The firm fixed-price nature of the contract shifts some performance risk to the contractor, but the government must still actively manage the contract to ensure objectives are met.
Industry Classification
NAICS: Manufacturing › Ship and Boat Building › Ship Building and Repairing
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70SBUR25Q00000008
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1900 RESTON METRO PLZ STE 300, RESTON, VA, 20190
Business Categories: 8(a) Program Participant, Category Business, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $3,999,966
Exercised Options: $2,204,537
Current Obligation: $2,204,537
Actual Outlays: $497,907
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $1,785,799
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QRCA25DA081
IDV Type: IDC
Timeline
Start Date: 2024-12-20
Current End Date: 2027-01-22
Potential End Date: 2029-01-22 00:00:00
Last Modified: 2026-01-30
More Contracts from Amivero LLC
- Logingov Fraud OPS Total Call Order — $8.9M (General Services Administration)
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)