DHS awards $2.9M for business process optimization, with a focus on IT systems design

Contract Overview

Contract Amount: $2,899,435 ($2.9M)

Contractor: Reliant Focus Joint Venture LLC

Awarding Agency: Department of Homeland Security

Start Date: 2022-10-01

End Date: 2025-09-29

Contract Duration: 1,094 days

Daily Burn Rate: $2.6K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: BUSINESS PROCESS OPTIMIZATION SERVICES

Place of Performance

Location: BELTSVILLE, PRINCE GEORGES County, MARYLAND, 20705

State: Maryland Government Spending

Plain-Language Summary

Department of Homeland Security obligated $2.9 million to RELIANT FOCUS JOINT VENTURE LLC for work described as: BUSINESS PROCESS OPTIMIZATION SERVICES Key points: 1. Contract value of $2.9M for business process optimization services. 2. Services primarily fall under Computer Systems Design, indicating an IT focus. 3. Awarded via full and open competition, suggesting a competitive bidding process. 4. The contract duration spans nearly three years, from October 2022 to September 2025. 5. Firm Fixed Price contract type aims to control costs. 6. The contractor, RELIANT FOCUS JOINT VENTURE LLC, is a key player in this award.

Value Assessment

Rating: good

The contract value of $2.9 million for business process optimization and IT systems design appears reasonable given the nearly three-year duration. Benchmarking against similar contracts for IT consulting and systems design services would provide a more precise assessment of value for money. The firm fixed-price structure suggests an effort to manage cost overruns, which is a positive indicator for value.

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,' indicating that while the competition was broad, specific sources may have been excluded based on predefined criteria. The number of bidders is not specified, but the 'full and open' nature suggests a robust competitive environment, which generally leads to better price discovery and potentially lower costs for the government.

Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by driving down prices and encouraging innovative solutions from multiple vendors.

Public Impact

The Department of Homeland Security, specifically the Transportation Security Administration, will benefit from improved business processes. Services are expected to enhance the efficiency and effectiveness of IT systems. The primary impact is on the internal operations and technological infrastructure of the TSA. Workforce implications may include the need for personnel skilled in business process analysis and IT system design.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for scope creep if business process definitions are not clearly delineated.
  • Dependence on contractor expertise could create knowledge transfer challenges.
  • Ensuring alignment with broader DHS IT modernization goals requires careful oversight.

Positive Signals

  • Clear contract type (Firm Fixed Price) helps manage budget predictability.
  • Defined period of performance provides a structured approach to service delivery.
  • Award to a joint venture may indicate capacity to handle complex requirements.

Sector Analysis

This contract falls within the IT services sector, specifically focusing on computer systems design and business process optimization. The market for these services is highly competitive, with numerous firms offering specialized expertise. Government spending in this area is substantial, driven by the need for agencies to modernize legacy systems, improve operational efficiency, and enhance cybersecurity. Comparable spending benchmarks would typically be found within IT consulting and system integration contracts awarded to federal agencies.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside requirement. The primary impact on the small business ecosystem would be through potential subcontracting opportunities if the prime contractor chooses to engage them, or through competition with other small businesses for future similar contracts.

Oversight & Accountability

Oversight for this contract would typically be managed by the Contracting Officer's Representative (COR) within the Transportation Security Administration. Accountability measures are embedded in the contract's performance standards and deliverables, tied to the Firm Fixed Price structure. Transparency is generally maintained through contract award databases and reporting requirements, though specific internal oversight mechanisms are not detailed in the provided data.

Related Government Programs

  • IT Professional Services
  • Management and Business Professional Services
  • IT and Related Services
  • Business Process Reengineering Services

Risk Flags

  • Potential for scope creep
  • Integration challenges with existing systems
  • Contractor performance risk
  • Dependence on specific contractor expertise

Tags

it-services, business-process-optimization, computer-systems-design, department-of-homeland-security, transportation-security-administration, firm-fixed-price, full-and-open-competition, delivery-order, maryland, it-modernization

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $2.9 million to RELIANT FOCUS JOINT VENTURE LLC. BUSINESS PROCESS OPTIMIZATION SERVICES

Who is the contractor on this award?

The obligated recipient is RELIANT FOCUS JOINT VENTURE LLC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Transportation Security Administration).

What is the total obligated amount?

The obligated amount is $2.9 million.

What is the period of performance?

Start: 2022-10-01. End: 2025-09-29.

What is the track record of RELIANT FOCUS JOINT VENTURE LLC in performing similar federal contracts?

Assessing the track record of RELIANT FOCUS JOINT VENTURE LLC requires a review of their past performance on federal contracts, particularly those involving business process optimization and computer systems design. This would involve examining contract databases for previous awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any documented successes or failures. A joint venture's performance can be influenced by the capabilities and experience of its constituent members. Understanding their history with the Department of Homeland Security or similar agencies would provide insight into their reliability and ability to meet complex requirements within budget and schedule.

How does the awarded price compare to market rates for similar business process optimization services?

To compare the awarded price of $2.9 million to market rates, one would need to benchmark it against similar contracts for business process optimization and IT systems design services. This involves analyzing data from publicly available contract databases (like FPDS or SAM.gov) for contracts with comparable scope, duration, and complexity, awarded to similar types of contractors (e.g., joint ventures, large businesses). Factors such as the labor categories, hours, and rates proposed by the contractor would be crucial for a detailed comparison. Without access to the specific details of the bids received and the contractor's proposed labor mix, a precise market rate comparison is challenging, but the overall contract value can be assessed against the average spend for similar services.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks for this contract include potential scope creep if the definition of 'business process optimization' is not tightly managed, leading to cost overruns or schedule delays. There's also a risk related to the successful integration of optimized processes with existing IT infrastructure and the potential for resistance to change within the organization. Mitigation strategies likely involve robust project management, clear definition of deliverables and success criteria, regular stakeholder communication, and strong oversight by the COR. The firm fixed-price nature of the contract also incentivizes the contractor to manage risks effectively to maintain profitability.

How effective is the Transportation Security Administration likely to be in achieving its objectives through this contract?

The effectiveness of this contract hinges on the clarity of the TSA's objectives for business process optimization and IT systems design, and the contractor's ability to deliver solutions that meet those objectives. If the TSA has well-defined requirements and performance metrics, and the contractor possesses the necessary expertise, the contract is likely to be effective in improving operational efficiency and IT capabilities. Success will also depend on the TSA's internal capacity to adopt the proposed changes and integrate the new processes. Regular performance monitoring and feedback loops will be crucial for ensuring the contract remains aligned with TSA's strategic goals.

What are the historical spending patterns for business process optimization and IT services at the TSA?

Analyzing historical spending patterns for business process optimization and IT services at the TSA would involve examining contract data over several fiscal years. This would reveal the typical contract values, types of services procured, primary contractors, and the overall trend in IT and process improvement investments. Understanding these patterns can help contextualize the current $2.9 million award, indicating whether it represents a significant increase or decrease in spending, or if it aligns with historical procurement strategies for these types of services. It can also highlight areas where the TSA has consistently invested or where new focus areas are emerging.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&DSPECIAL STUDIES - NOT R and D

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 11720 BELTSVILLE DR, BELTSVILLE, MD, 20705

Business Categories: Black American Owned Business, Category Business, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Joint Venture Economically Disadvantaged Women Owned Small Business, Joint Venture Women Owned Small Business, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $2,899,435

Exercised Options: $2,899,435

Current Obligation: $2,899,435

Actual Outlays: $2,732,433

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 47QTCB22D0057

IDV Type: GWAC

Timeline

Start Date: 2022-10-01

Current End Date: 2025-09-29

Potential End Date: 2025-09-29 07:56:04

Last Modified: 2026-01-14

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending