DHS awards $9.5M for Bladeworks software maintenance to Infoglide Software Corp
Contract Overview
Contract Amount: $9,500,000 ($9.5M)
Contractor: Infoglide Software Corp
Awarding Agency: Department of Homeland Security
Start Date: 2022-11-04
End Date: 2026-11-03
Contract Duration: 1,460 days
Daily Burn Rate: $6.5K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THE PURPOSE OF THIS CONTRACT IS TO PROVIDE BLADEWORKS SOFTWARE LICENSE MAINTENACE AND SUPPORT WITH A 12-MONTH BASE PERIOD AND FOUR 12-MONTH OPTION PERIODS..
Place of Performance
Location: AUSTIN, TRAVIS County, TEXAS, 78759
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $9.5 million to INFOGLIDE SOFTWARE CORP for work described as: THE PURPOSE OF THIS CONTRACT IS TO PROVIDE BLADEWORKS SOFTWARE LICENSE MAINTENACE AND SUPPORT WITH A 12-MONTH BASE PERIOD AND FOUR 12-MONTH OPTION PERIODS.. Key points: 1. Software maintenance contract for critical Bladeworks system. 2. Sole-source award to Infoglide Software Corp. 3. Potential for long-term reliance on a single vendor. 4. IT sector spending on software licenses and support.
Value Assessment
Rating: fair
The contract value of $9.5 million over potentially 5 years (1 base + 4 options) for software maintenance is difficult to assess without specific benchmarks for Bladeworks. However, the firm-fixed-price structure provides cost certainty.
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 potentially leads to higher costs compared to a competitive environment.
Taxpayer Impact: Taxpayers may be paying a premium due to the lack of competition for this essential software maintenance.
Public Impact
Ensures continued operation of Bladeworks software, critical for TSA functions. Potential for vendor lock-in and limited future negotiation leverage. Lack of competition raises concerns about cost-effectiveness for taxpayers.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Lack of competition
- Potential for price escalation
Positive Signals
- Firm fixed price contract
- Definitive contract type
Sector Analysis
This contract falls within the IT sector, specifically custom computer programming services. Spending on software licenses and maintenance is a significant component of federal IT budgets, often characterized by long-term contracts and vendor relationships.
Small Business Impact
The contract was not awarded to a small business, and the sole-source nature further limits opportunities for small business participation in this specific procurement.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure the pricing remains reasonable and that the government is not overpaying for the software maintenance and support.
Related Government Programs
- Custom Computer Programming Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Sole-source award
- Lack of competition
- Potential for vendor lock-in
- Limited transparency in pricing
Tags
custom-computer-programming-services, department-of-homeland-security, tx, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $9.5 million to INFOGLIDE SOFTWARE CORP. THE PURPOSE OF THIS CONTRACT IS TO PROVIDE BLADEWORKS SOFTWARE LICENSE MAINTENACE AND SUPPORT WITH A 12-MONTH BASE PERIOD AND FOUR 12-MONTH OPTION PERIODS..
Who is the contractor on this award?
The obligated recipient is INFOGLIDE SOFTWARE CORP.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $9.5 million.
What is the period of performance?
Start: 2022-11-04. End: 2026-11-03.
What is the total cost of ownership for Bladeworks software, including initial acquisition and ongoing maintenance, compared to alternative solutions?
Determining the total cost of ownership requires a comprehensive analysis beyond this maintenance contract. It would involve evaluating the initial acquisition costs, implementation expenses, and comparing the ongoing maintenance fees with potential costs of migrating to or developing alternative software solutions. Without this broader context, it's challenging to definitively assess the value proposition.
What are the risks associated with relying on a sole-source vendor for critical software maintenance, particularly regarding security and future development?
Sole-source reliance poses significant risks. Security vulnerabilities may be addressed at the vendor's pace, and the government has limited leverage to demand timely patches or upgrades. Future development is dictated by the vendor's roadmap, potentially leading to outdated functionality or incompatibility with evolving technological standards, creating a long-term dependency.
How effectively does the firm-fixed-price contract structure mitigate cost overruns for this software maintenance agreement?
The firm-fixed-price structure is designed to provide cost certainty and mitigate overruns for the defined scope of work. However, its effectiveness is contingent on the accuracy of the initial cost estimation and the clarity of the maintenance and support deliverables. Scope creep or unforeseen technical issues not covered by the contract could still lead to additional costs or contract modifications.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - SECURITY AND COMPLIANCE
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Fair Isaac Corporation
Address: 9500 ARBORETUM BLVD STE 450, AUSTIN, TX, 78759
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $12,000,000
Exercised Options: $9,500,000
Current Obligation: $9,500,000
Actual Outlays: $7,050,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2022-11-04
Current End Date: 2026-11-03
Potential End Date: 2027-11-03 05:31:45
Last Modified: 2025-12-08
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)