DHS awards $18.7M for Cyber Investigative Mission Support, with Monkton Inc. as prime
Contract Overview
Contract Amount: $18,705,658 ($18.7M)
Contractor: Monkton, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-21
End Date: 2026-09-20
Contract Duration: 1,095 days
Daily Burn Rate: $17.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: CONTRACT CYBER INVESTIGATIVE MISSION SUPPORT SERVICES (CCIMSS)
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20223
Plain-Language Summary
Department of Homeland Security obligated $18.7 million to MONKTON, INC. for work described as: CONTRACT CYBER INVESTIGATIVE MISSION SUPPORT SERVICES (CCIMSS) Key points: 1. Contract value of $18.7 million over three years suggests a significant need for ongoing cyber support. 2. The award was made under full and open competition, indicating a broad market search. 3. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 4. The primary service area is computing infrastructure, data processing, and web hosting. 5. The contract is a delivery order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle or a similar framework. 6. The geographic focus is Washington D.C., aligning with the operational needs of the U.S. Secret Service.
Value Assessment
Rating: good
The contract value of $18.7 million over three years averages approximately $6.2 million annually. Benchmarking this against similar cyber investigative support contracts is challenging without more specific service details. However, the firm-fixed-price structure is generally favorable for the government, ensuring cost certainty. The absence of reported overruns or significant modifications suggests a well-defined scope and effective pricing at the outset.
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 the solicitation was broadly advertised and multiple vendors had the opportunity to bid. While the specific number of bidders is not provided, this procurement method generally fosters competitive pricing and allows the government to select the best value offer. The 'after exclusion of sources' clause might suggest a prior limited competition or a specific reason for excluding certain entities, but the core competition was open.
Taxpayer Impact: Full and open competition is the most advantageous for taxpayers as it maximizes the pool of potential offerors, driving down prices through robust market forces and increasing the likelihood of selecting the most cost-effective solution.
Public Impact
The U.S. Secret Service benefits from enhanced capabilities in cyber investigations, supporting its protective and investigative missions. Services delivered likely include data analysis, threat intelligence, digital forensics, and IT support for cyber operations. The geographic impact is concentrated in Washington D.C., where the Secret Service has a significant operational presence. The contract supports a specialized workforce in cybersecurity and digital forensics, potentially creating or sustaining jobs in these high-demand fields.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or KPIs makes it difficult to assess the effectiveness and efficiency of the services provided.
- The 'after exclusion of sources' clause warrants further investigation to understand if any potential competitors were unfairly barred.
- Limited public information on the specific deliverables and outcomes makes it hard to gauge the true value for money beyond the contract price.
Positive Signals
- The contract was awarded through full and open competition, suggesting a competitive pricing environment.
- The firm-fixed-price contract type transfers cost overrun risk to the contractor.
- The contract duration of three years provides stability for the agency's cyber investigative needs.
- Monkton, Inc. is a known entity in government contracting, potentially indicating a level of established performance.
Sector Analysis
This contract falls within the broader Information Technology (IT) and professional services sector, specifically focusing on cybersecurity and data processing. The market for cyber investigative support is growing rapidly due to increasing digital threats. Comparable spending benchmarks are difficult to establish without granular details on service scope, but the annual value of $6.2 million is moderate for specialized government IT support. This contract likely supports the U.S. Secret Service's unique mission requirements in combating cybercrime.
Small Business Impact
The data indicates that small business participation is not a primary focus for this specific contract, as the 'small business set-aside' field is false. There is no explicit mention of subcontracting goals for small businesses. This suggests that the prime contractor, Monkton, Inc., is expected to perform the majority of the work, and opportunities for small businesses may be limited unless they are direct subcontractors to Monkton, Inc. without a formal set-aside requirement.
Oversight & Accountability
Oversight for this contract would primarily reside with the U.S. Secret Service contracting officer and program managers. Transparency is moderate, with basic contract award details available. Accountability measures are inherent in the firm-fixed-price structure, where the contractor is responsible for delivering services within the agreed budget. Further oversight details, such as performance reviews or specific reporting requirements, are not publicly detailed but would be part of the contract's administrative file.
Related Government Programs
- Cybersecurity Services
- Information Technology Support
- Data Processing and Hosting
- Digital Forensics
- Federal Law Enforcement Support
Risk Flags
- Potential for unstated exclusions in competition
- Lack of detailed performance metrics
- Limited visibility into specific service deliverables
Tags
it, cybersecurity, dhs, u.s.-secret-service, washington-dc, firm-fixed-price, delivery-order, full-and-open-competition, professional-services, data-processing, web-hosting, mission-support
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $18.7 million to MONKTON, INC.. CONTRACT CYBER INVESTIGATIVE MISSION SUPPORT SERVICES (CCIMSS)
Who is the contractor on this award?
The obligated recipient is MONKTON, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Secret Service).
What is the total obligated amount?
The obligated amount is $18.7 million.
What is the period of performance?
Start: 2023-09-21. End: 2026-09-20.
What specific cyber investigative capabilities does this contract aim to enhance for the U.S. Secret Service?
While the contract title 'CONTRACT CYBER INVESTIGATIVE MISSION SUPPORT SERVICES (CCIMSS)' and NAICS code 518210 (Data Processing, Hosting, and Related Services) provide a general scope, the specific capabilities are not detailed in the provided data. However, based on the agency (U.S. Secret Service) and the nature of cyber investigative support, it likely encompasses areas such as digital forensics, malware analysis, network intrusion detection and response, threat intelligence gathering and analysis, secure data storage and processing for investigations, and potentially technical support for cybercrime investigations. The goal is to bolster the Secret Service's ability to detect, investigate, and disrupt cyber threats targeting U.S. financial infrastructure, government systems, and national security.
How does the $18.7 million contract value compare to historical spending on similar services by the U.S. Secret Service or DHS?
Without access to historical spending databases or more granular details on the specific services procured, a direct comparison of the $18.7 million contract value is difficult. However, the annual value of approximately $6.2 million ($18.7M / 3 years) for cyber investigative mission support appears to be a significant but not extraordinary investment for a federal agency like the U.S. Secret Service, which has critical responsibilities in combating cybercrime and protecting national security interests. Agencies often increase spending in this area due to the evolving threat landscape. To provide a precise comparison, one would need to analyze past contracts for similar services, considering inflation, scope changes, and the number of vendors involved over time.
What are the key performance indicators (KPIs) or metrics used to evaluate Monkton, Inc.'s performance under this contract?
The provided data does not include specific Key Performance Indicators (KPIs) or metrics for evaluating Monkton, Inc.'s performance. Typically, such metrics are detailed within the contract's Statement of Work (SOW) or Performance Work Statement (PWS). For a contract like this, potential KPIs could include response times for cyber incidents, accuracy of digital forensic analysis, timeliness of threat intelligence reports, uptime of hosted services, and adherence to security protocols. The absence of this information in the summary data suggests it is likely contained within the full contract documentation, which is not publicly accessible in this format. Effective oversight would rely on these defined metrics.
What is the significance of the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award type?
The award type 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' indicates that the solicitation was initially intended for broad competition, but certain sources were excluded prior to or during the bidding process. This could occur for various reasons, such as prior performance issues, security concerns, or specific technical requirements that only a subset of potential vendors could meet. Despite the exclusions, the core procurement process was designed to be competitive among the remaining eligible sources. It suggests a deliberate effort to ensure fair competition while addressing specific agency needs or mitigating identified risks associated with certain contractors.
Are there any known performance issues or past contract disputes involving Monkton, Inc. that might be relevant to this award?
The provided data does not contain information regarding past performance issues or contract disputes involving Monkton, Inc. A comprehensive assessment would require reviewing contract performance databases (like the Contractor Performance Assessment Reporting System - CPARS) and public records for any significant disputes, claims, or negative past performance reviews. Without this information, it is assumed that Monkton, Inc. met the eligibility criteria and demonstrated adequate past performance to be awarded this contract. Government agencies typically conduct thorough pre-award reviews of contractor performance.
Industry Classification
NAICS: Information › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 70US0923Q70092357
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2236 CENTRAL AVE, VIENNA, VA, 22182
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $28,597,880
Exercised Options: $18,705,658
Current Obligation: $18,705,658
Actual Outlays: $11,210,076
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: FA259520D0001
IDV Type: IDC
Timeline
Start Date: 2023-09-21
Current End Date: 2026-09-20
Potential End Date: 2028-09-20 00:00:00
Last Modified: 2025-09-11
More Contracts from Monkton, Inc.
- Internal Revenue Service Criminal Investigation HAS a Requirement for Designing, and Deploying a NEW Cloud-Based Enterprise Case Management System to Collect and Analyze Data, Catalog Issues, and Potential Solutions to Accomplish ITS Mission — $28.4M (Department of the Treasury)
- Requirement for System Integration Support for the Medical Information Exchange (MIX) Portfolio of Programs — $26.4M (Department of Homeland Security)
- THE Purpose of This Task Order IS for Individual Assistance Modernization — $18.5M (Department of Homeland Security)
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)