USCIS awards $4.6M for network incident response, with a 5-year duration and full and open competition

Contract Overview

Contract Amount: $4,621,259 ($4.6M)

Contractor: Spatial Front Inc

Awarding Agency: Department of Homeland Security

Start Date: 2025-09-23

End Date: 2031-02-22

Contract Duration: 1,978 days

Daily Burn Rate: $2.3K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 18

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: TECHNICAL OPERATIONS SUPPORT SERVICES TO SUPPORT THE MONITORING, COORDINATING, RE-MEDIATING, AND REPORTING FOR ALL NETWORK INCIDENTS, MAINTENANCE, AND OUTAGES WITHIN THE USCIS INFRASTRUCTURE. NON-COVERED CONTRACT, EXCEPTION 2.(D). IMMIGRATION ENFORCE

Place of Performance

Location: STENNIS SPACE CENTER, HANCOCK County, MISSISSIPPI, 39529

State: Mississippi Government Spending

Plain-Language Summary

Department of Homeland Security obligated $4.6 million to SPATIAL FRONT INC for work described as: TECHNICAL OPERATIONS SUPPORT SERVICES TO SUPPORT THE MONITORING, COORDINATING, RE-MEDIATING, AND REPORTING FOR ALL NETWORK INCIDENTS, MAINTENANCE, AND OUTAGES WITHIN THE USCIS INFRASTRUCTURE. NON-COVERED CONTRACT, EXCEPTION 2.(D). IMMIGRATION ENFORCE Key points: 1. Contract focuses on critical network incident monitoring, coordination, remediation, and reporting for USCIS infrastructure. 2. The contract duration extends over five years, indicating a long-term need for these services. 3. Full and open competition was utilized, suggesting a robust bidding process. 4. The contract type is Time and Materials, which can pose cost control challenges if not managed carefully. 5. Spatial Front Inc. is the awarded contractor, with a track record to be further analyzed. 6. The services are essential for maintaining the stability and security of USCIS's network operations.

Value Assessment

Rating: fair

The contract value of $4.6 million over approximately five years averages to about $924,000 annually. Benchmarking this against similar IT support contracts is challenging without more specific service details. The Time and Materials pricing structure requires close monitoring to ensure value for money, as it can lead to cost overruns if not managed effectively. The exclusion of sources exception (2.d) warrants further investigation into why this specific approach was taken, as it may limit competitive pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'Full and Open Competition after Exclusion of Sources.' While the 'full and open' aspect suggests broad solicitation, the 'exclusion of sources' clause (specifically Exception 2.d) indicates that certain potential sources were intentionally excluded. The number of bidders is not explicitly stated, but the competition type implies multiple bids were considered. The exclusion of sources may limit the breadth of competition and potentially impact price discovery.

Taxpayer Impact: The use of 'full and open competition' is generally beneficial for taxpayers as it aims to secure the best value through a wide range of offers. However, the specific exclusion of sources needs scrutiny to ensure it did not unduly restrict competition and lead to higher costs for taxpayers.

Public Impact

USCIS network operations and infrastructure stability are directly supported, ensuring the continuity of immigration services. Citizens and immigrants relying on USCIS services benefit from a more reliable and secure IT environment. The contract supports IT professionals and technicians involved in network monitoring and incident response. Geographic impact is national, as USCIS operates across the United States. Maintenance of network integrity is crucial for data security and privacy of sensitive immigration information.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Time and Materials pricing structure can lead to uncontrolled cost escalation if not rigorously managed.
  • The 'exclusion of sources' clause requires further understanding to ensure it did not limit competition unnecessarily.
  • The contract duration of nearly five years necessitates ongoing performance monitoring to ensure sustained quality.
  • Dependence on a single contractor for critical network operations introduces potential single-point-of-failure risks.

Positive Signals

  • Awarded through full and open competition, indicating a broad search for qualified vendors.
  • The contract addresses essential IT infrastructure support, crucial for agency operations.
  • A defined period of performance (nearly 5 years) allows for consistent service delivery.
  • The contractor, Spatial Front Inc., will be responsible for critical network incident response.

Sector Analysis

This contract falls within the Computer Systems Design Services sector (NAICS 541512), a significant segment of the IT services market. This sector encompasses a wide range of services, including IT consulting, systems integration, and IT support. The market is characterized by a mix of large established firms and smaller specialized companies. Spending in this area is driven by government agencies' continuous need to maintain and upgrade their complex IT infrastructures, manage cybersecurity threats, and ensure operational efficiency. Comparable spending benchmarks would typically involve analyzing other government contracts for similar IT operational support services across various agencies.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits for small businesses stemming from a set-aside. The primary contractor, Spatial Front Inc., will likely manage the majority of the work. Any subcontracting would be at the discretion of the prime contractor, and its impact on the small business ecosystem would depend on their subcontracting plan, if any.

Oversight & Accountability

Oversight for this contract will likely be managed by the U.S. Citizenship and Immigration Services (USCIS) contracting officer and contract specialists. Performance monitoring, adherence to the Time and Materials pricing, and delivery of services will be key areas of oversight. Transparency is generally maintained through contract databases like FPDS, which provide public access to contract awards. Inspector General jurisdiction would typically fall under the Department of Homeland Security's Office of Inspector General, which investigates fraud, waste, and abuse in agency programs.

Related Government Programs

  • USCIS IT Infrastructure Support
  • Network Operations and Maintenance Contracts
  • Federal IT Services Procurement
  • Cybersecurity Support Services
  • Department of Homeland Security IT Contracts

Risk Flags

  • Potential for cost overruns due to Time and Materials pricing.
  • Limited competition due to 'exclusion of sources' clause.
  • Risk of technological obsolescence over the contract's long duration.
  • Dependence on a single contractor for critical network functions.

Tags

it-services, network-operations, incident-response, uscis, department-of-homeland-security, time-and-materials, full-and-open-competition, it-support, computer-systems-design-services, federal-contract, delivery-order, spatial-front-inc

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $4.6 million to SPATIAL FRONT INC. TECHNICAL OPERATIONS SUPPORT SERVICES TO SUPPORT THE MONITORING, COORDINATING, RE-MEDIATING, AND REPORTING FOR ALL NETWORK INCIDENTS, MAINTENANCE, AND OUTAGES WITHIN THE USCIS INFRASTRUCTURE. NON-COVERED CONTRACT, EXCEPTION 2.(D). IMMIGRATION ENFORCE

Who is the contractor on this award?

The obligated recipient is SPATIAL FRONT 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 $4.6 million.

What is the period of performance?

Start: 2025-09-23. End: 2031-02-22.

What is the specific nature of the 'exclusion of sources' mentioned in the contract award, and what are its implications for competition?

The contract states 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES, EXCEPTION 2.(D)'. This typically means that while the procurement was intended to be open to all responsible sources, certain categories or specific sources were intentionally excluded from consideration. Exception 2.(d) often relates to specific circumstances where only a limited number of sources are capable of meeting the agency's needs, or where national security or other compelling reasons necessitate exclusion. The implication for competition is that it narrows the field of potential bidders, which could potentially reduce the number of offers received and may impact the government's ability to secure the lowest possible price. A thorough review of the justification for this exclusion is necessary to understand its necessity and impact on overall value for taxpayers.

How does the Time and Materials (T&M) contract type compare to other contract types for IT support services in terms of cost control and risk?

Time and Materials (T&M) contracts are often used when the scope of work is not clearly defined or is expected to change frequently. They reimburse the contractor for the actual cost of labor (at specified hourly rates) and materials, plus a fixed fee or profit. While T&M offers flexibility, it carries a higher risk of cost overruns for the government compared to fixed-price contracts, as the final cost is not known upfront. Effective management, including detailed tracking of hours, labor categories, and material costs, along with strong oversight, is crucial to control costs and ensure value. For IT support services where requirements can evolve, T&M can be appropriate, but it demands vigilant administration by the government contracting team.

What is Spatial Front Inc.'s track record with federal IT support contracts, particularly those involving network operations?

Assessing Spatial Front Inc.'s track record requires a review of their past performance on similar federal contracts. Information from sources like the Federal Procurement Data System (FPDS) or contractor performance assessment reporting (CPARS) would be invaluable. Key areas to investigate include their history with network incident response, system monitoring, and IT infrastructure support. Evaluating past performance on contracts of similar size, duration, and complexity can provide insights into their ability to meet USCIS's requirements. A review of any past performance issues, contract modifications, or disputes would also be pertinent to understanding their reliability and capability in this domain.

What are the potential risks associated with a nearly five-year contract duration for network incident response services?

A contract duration of nearly five years for critical network incident response services presents several potential risks. Firstly, technology evolves rapidly in the IT sector; a five-year-old contract might not fully account for the latest technological advancements or security protocols, potentially leading to outdated solutions. Secondly, long-term reliance on a single vendor can reduce flexibility and make it harder for the agency to adapt to changing needs or to switch to more innovative or cost-effective solutions if they emerge. Thirdly, contractor performance can degrade over time, and a long duration increases the window for such degradation. Robust performance management and regular reviews are essential to mitigate these risks and ensure the agency continues to receive high-quality, relevant services throughout the contract period.

How does this contract's value and duration compare to other federal spending on similar IT operational support services?

The contract value of $4.6 million over approximately 1978 days (roughly 5.4 years) equates to an average annual value of about $850,000. This figure needs to be contextualized within the broader landscape of federal IT spending. Government-wide spending on IT services, particularly for operational support, network management, and cybersecurity, is in the tens of billions of dollars annually. While $4.6 million is a significant sum for a single contract, it represents a small fraction of the total federal IT budget. To provide a precise comparison, one would need to benchmark against contracts with similar scope (network incident response, monitoring, remediation) and service levels, considering factors like agency size, infrastructure complexity, and geographic reach. Without more granular data on comparable contracts, it's difficult to definitively state if this represents exceptional or standard value.

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 - DELIVERY

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70SBUR25R00000009

Offers Received: 18

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 6550 ROCK SPRING DR, BETHESDA, MD, 20817

Business Categories: 8(a) Program Participant, Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $36,267,772

Exercised Options: $4,621,259

Current Obligation: $4,621,259

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 47QTCB21D0044

IDV Type: GWAC

Timeline

Start Date: 2025-09-23

Current End Date: 2031-02-22

Potential End Date: 2031-02-22 00:00:00

Last Modified: 2026-03-20

More Contracts from Spatial Front Inc

View all Spatial Front Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending