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
- Sole-source award limits competition and price discovery.
- Potential for cost overruns without competitive pressure.
Positive Signals
- Essential service for USCIS operations.
- Experienced contractor in General Dynamics.
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
- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Department of Homeland Security Contracting
- U.S. Citizenship and Immigration Services Programs
Risk Flags
- Sole-source award
- Lack of competition
- Potential for higher costs
- Vendor lock-in risk
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 Maintenance › Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, 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.
- Global Security Engineering&supply Chain Services — $1.5B (Department of State)
- THE Purpose of This Action IS to Establish a NEW Contract With General Dynamics Information Technology for Global Supply Chain Management, Logistics and Technology Development Services to Support the Department of State. the Initial Funding Associated With This Contract IS $22,304,578.00. the Overall Contract Value IS $2,200,000,000.00 — $1.2B (Department of State)
- Cloud Products&tools (CPT) — $902.0M (Department of Health and Human Services)
- Beneficiary Contact Center Operations — $879.1M (Department of Health and Human Services)
- Award of Task Order 47qfca210051-Nawcad Wolf Ship and AIR C5isr Systems Support — $832.3M (General Services Administration)
View all General Dynamics Information Technology, Inc. federal contracts →
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)