DHS awards $5.8M for USCIS Card Personalization System maintenance to General Dynamics

Contract Overview

Contract Amount: $5,810,580 ($5.8M)

Contractor: General Dynamics Information Technology, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2025-07-03

End Date: 2026-06-26

Contract Duration: 358 days

Daily Burn Rate: $16.2K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: MAINTENANCE, OPTIONAL TESTING, AND CONSUMABLES FOR THE CARD PERSONALIZATION SYSTEM TECHNOLOGY REFRESHMENT (CPSTR) LOCATED AT THE USCIS PRODUCTION FACILITIES IN CORBIN, KENTUCKY AND LEES SUMMIT, MO - ORDERING PERIOD ONE (1)

Place of Performance

Location: CORBIN, LAUREL County, KENTUCKY, 40701

State: Kentucky Government Spending

Plain-Language Summary

Department of Homeland Security obligated $5.8 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC. for work described as: MAINTENANCE, OPTIONAL TESTING, AND CONSUMABLES FOR THE CARD PERSONALIZATION SYSTEM TECHNOLOGY REFRESHMENT (CPSTR) LOCATED AT THE USCIS PRODUCTION FACILITIES IN CORBIN, KENTUCKY AND LEES SUMMIT, MO - ORDERING PERIOD ONE (1) Key points: 1. Contract covers maintenance, testing, and consumables for critical USCIS card personalization systems. 2. General Dynamics Information Technology, Inc. is the sole awardee. 3. The contract is a Firm Fixed Price type, awarded as a Delivery Order. 4. Spending is concentrated in Kentucky and Missouri facilities.

Value Assessment

Rating: good

The award amount of $5.8M for a one-year period appears reasonable for specialized technology maintenance. Benchmarking against similar IT maintenance contracts for critical infrastructure would provide further validation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source award. This limits price discovery and may result in higher costs compared to a competitive process.

Taxpayer Impact: The lack of competition means taxpayers may not be receiving the best possible price for these essential services.

Public Impact

Ensures continued operation of card personalization systems for USCIS identity documents. Supports the secure and efficient issuance of critical identification cards. Potential for higher costs due to sole-source nature of the award.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under IT maintenance and repair services for specialized machinery. Spending in this sector is often driven by the need for continuous operation of critical government systems.

Small Business Impact

There is no indication of small business participation in this sole-source award. Future opportunities should explore avenues for small business involvement.

Oversight & Accountability

The sole-source nature of this award warrants close oversight to ensure fair pricing and effective service delivery. USCIS should document the justification for not competing this requirement.

Related Government Programs

Risk Flags

Tags

commercial-and-industrial-machinery-and-, department-of-homeland-security, ky, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $5.8 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC.. MAINTENANCE, OPTIONAL TESTING, AND CONSUMABLES FOR THE CARD PERSONALIZATION SYSTEM TECHNOLOGY REFRESHMENT (CPSTR) LOCATED AT THE USCIS PRODUCTION FACILITIES IN CORBIN, KENTUCKY AND LEES SUMMIT, MO - ORDERING PERIOD ONE (1)

Who is the contractor on this award?

The obligated recipient is GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC..

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: 2025-07-03. End: 2026-06-26.

What is the justification for the sole-source award, and what steps are being taken to ensure fair pricing?

The justification for a sole-source award typically involves unique capabilities or proprietary technology held by the contractor. To ensure fair pricing, the agency should conduct a thorough price analysis, comparing the proposed costs to historical data, commercial price lists, or independent cost estimates. Regular performance reviews and contract modifications should also be scrutinized to prevent scope creep or unjustified price increases.

What is the risk of system obsolescence or vendor lock-in with this sole-source contract?

The risk of system obsolescence is moderate, as the contract is for technology refreshment and maintenance. However, vendor lock-in is a significant concern with sole-source awards. This can limit future flexibility and potentially increase long-term costs if the incumbent contractor's pricing escalates. Proactive planning for future system upgrades or competitive procurements is crucial to mitigate this risk.

How does this contract contribute to the overall effectiveness and efficiency of USCIS card issuance?

This contract is critical for the operational effectiveness of USCIS card issuance by ensuring the maintenance and availability of the Card Personalization System Technology Refreshment. Reliable functioning of this system directly impacts the timely and secure production of identity documents, which is essential for national security and public service delivery. Any disruption could significantly hinder USCIS's ability to fulfill its mission.

Industry Classification

NAICS: Other Services (except Public Administration)Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and MaintenanceCommercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 70SBUR24R00000024

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: General Dynamics Corp

Address: 3150 FAIRVIEW PARK DR, FALLS CHURCH, VA, 22042

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $5,812,258

Exercised Options: $5,810,580

Current Obligation: $5,810,580

Actual Outlays: $874,906

Subaward Activity

Number of Subawards: 4

Total Subaward Amount: $401,196

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70SBUR24D00000002

IDV Type: IDC

Timeline

Start Date: 2025-07-03

Current End Date: 2026-06-26

Potential End Date: 2026-06-26 00:00:00

Last Modified: 2026-03-25

More Contracts from General Dynamics Information Technology, Inc.

View all General Dynamics Information Technology, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending