DHS awards $2.8M for API Center of Excellence services to Agility Technologies Inc

Contract Overview

Contract Amount: $2,847,702 ($2.8M)

Contractor: Agility Technologies Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2023-09-30

End Date: 2025-09-29

Contract Duration: 730 days

Daily Burn Rate: $3.9K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: THE PURPOSE OF THIS AWARD IS TO PROVIDE SERVICES IN SUPPORT OF THE APPLICATION PROGRAMMING INTERFACE CENTER OF EXCELLENCE

Place of Performance

Location: SPRINGFIELD, LOUDOUN County, DISTRICT OF COLUMBIA, 20598

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $2.8 million to AGILITY TECHNOLOGIES INC. for work described as: THE PURPOSE OF THIS AWARD IS TO PROVIDE SERVICES IN SUPPORT OF THE APPLICATION PROGRAMMING INTERFACE CENTER OF EXCELLENCE Key points: 1. Contract awarded for specialized API Center of Excellence support. 2. Agility Technologies Inc. is the sole awardee. 3. Potential for limited competition due to specialized nature. 4. IT services sector, specifically computer systems design.

Value Assessment

Rating: fair

The contract value of $2.8M over two years for specialized IT services appears within a reasonable range for this type of support. Benchmarking against similar contracts for API development and management centers would provide a clearer picture of value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was not available for competition, suggesting a limited or sole-source approach. This limits price discovery and potentially leads to higher costs compared to a fully competitive process.

Taxpayer Impact: Taxpayer funds are used for specialized IT services. Without full competition, there's a risk of overpayment, impacting the efficient use of public funds.

Public Impact

Enhances government's ability to manage and leverage APIs. Supports modernization of government IT infrastructure. Potential for improved data sharing and service delivery.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition
  • Potential for cost overruns

Positive Signals

  • Supports critical IT infrastructure
  • Addresses need for API expertise

Sector Analysis

This contract falls within the Information Technology sector, specifically Computer Systems Design Services. Spending in this area is substantial across government, with a focus on modernization and cloud migration.

Small Business Impact

The awardee is not listed as a small business, and the contract was not set aside for small business participation. This indicates no direct benefit to small businesses in this specific award.

Oversight & Accountability

The contract is a definitive contract, implying a degree of established terms. Oversight will be crucial to ensure performance aligns with the stated purpose and to monitor costs effectively.

Related Government Programs

  • Computer Systems Design Services
  • Department of Homeland Security Contracting
  • Transportation Security Administration Programs

Risk Flags

  • Limited competition may inflate costs.
  • Sole awardee limits market options.
  • Lack of small business participation.
  • Potential for vendor lock-in.

Tags

computer-systems-design-services, department-of-homeland-security, dc, definitive-contract, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $2.8 million to AGILITY TECHNOLOGIES INC.. THE PURPOSE OF THIS AWARD IS TO PROVIDE SERVICES IN SUPPORT OF THE APPLICATION PROGRAMMING INTERFACE CENTER OF EXCELLENCE

Who is the contractor on this award?

The obligated recipient is AGILITY TECHNOLOGIES INC..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $2.8 million.

What is the period of performance?

Start: 2023-09-30. End: 2025-09-29.

What is the specific value proposition of an 'API Center of Excellence' for the TSA?

An API Center of Excellence (CoE) aims to standardize API development, management, and governance across an organization. For the TSA, this likely translates to improved data integration between systems, enhanced security for data exchange, faster development of new digital services, and better overall management of their growing API landscape, ultimately supporting operational efficiency and passenger experience.

What are the primary risks associated with a limited competition award for specialized IT services?

The primary risks include a lack of competitive pressure on pricing, potentially leading to higher costs for the government. There's also a risk that the chosen vendor may not be the most innovative or efficient solution available, as alternatives were not explored. Furthermore, reliance on a single vendor can create dependency and make future transitions more complex and costly.

How will the effectiveness of these API services be measured and ensured?

Effectiveness will likely be measured through key performance indicators (KPIs) related to API uptime, performance, security compliance, and adoption rates. The contract's success will depend on clear deliverables, regular performance reviews, and adherence to established API governance frameworks. The TSA will need to actively monitor the CoE's output and its impact on broader IT initiatives.

Industry Classification

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

Product/Service Code: IT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 22936 EVERSOLE TER, ASHBURN, VA, 20148

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,847,702

Exercised Options: $2,847,702

Current Obligation: $2,847,702

Actual Outlays: $2,599,211

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2023-09-30

Current End Date: 2025-09-29

Potential End Date: 2025-09-29 12:00:00

Last Modified: 2026-01-27

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending