DHS Coast Guard Awards $8.57M for Travel System, Full Competition
Contract Overview
Contract Amount: $8,566,791 ($8.6M)
Contractor: CW Government Travel Inc
Awarding Agency: Department of Homeland Security
Start Date: 2019-09-25
End Date: 2027-06-03
Contract Duration: 2,808 days
Daily Burn Rate: $3.1K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: THE PURPOSE OF THIS TASK ORDER IS TO OBTAIN CONTRACTOR SUPPORT FOR A SINGLE, END-TO-END TRAVEL MANAGEMENT SYSTEM THAT IS COMPLIANT WITH THE JOINT TRAVEL REGULATION (JTR) AND FEDERAL TRAVEL REGULATION (FTR).
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20593
Plain-Language Summary
Department of Homeland Security obligated $8.6 million to CW GOVERNMENT TRAVEL INC for work described as: THE PURPOSE OF THIS TASK ORDER IS TO OBTAIN CONTRACTOR SUPPORT FOR A SINGLE, END-TO-END TRAVEL MANAGEMENT SYSTEM THAT IS COMPLIANT WITH THE JOINT TRAVEL REGULATION (JTR) AND FEDERAL TRAVEL REGULATION (FTR). Key points: 1. Contract awarded for a comprehensive travel management system. 2. Full and open competition was utilized. 3. Potential for cost savings through streamlined travel processes. 4. Sector: Transportation/Government Services.
Value Assessment
Rating: good
The contract value of $8.57 million over nearly 8 years appears reasonable for an end-to-end travel management system. Benchmarking against similar government-wide travel system procurements would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The use of full and open competition is a positive indicator for price discovery. This method allows multiple vendors to bid, fostering a competitive environment that should drive down costs and improve service offerings.
Taxpayer Impact: A well-implemented travel system can lead to significant taxpayer savings through reduced administrative overhead and better negotiated rates.
Public Impact
Streamlines travel booking and expense reporting for Coast Guard personnel. Ensures compliance with federal travel regulations (JTR/FTR). Potential for improved travel experience and reduced administrative burden.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration (nearly 8 years) may limit flexibility for future technology adoption.
- Reliance on a single system could pose a risk if performance issues arise.
Positive Signals
- Full and open competition ensures market-driven pricing.
- Clear compliance requirements (JTR/FTR) reduce implementation risk.
- Firm fixed price contract provides cost certainty.
Sector Analysis
This contract falls within the government services and transportation sector, specifically focusing on travel management. Government spending in this area aims for efficiency and compliance, with benchmarks often tied to per-user costs or system-wide administrative savings.
Small Business Impact
The data does not indicate if small businesses were involved in this procurement. Future analysis could explore opportunities for small business participation in subcontracts or related services.
Oversight & Accountability
The use of full and open competition suggests a structured procurement process. Oversight will be crucial to ensure the system meets JTR/FTR compliance and delivers the expected efficiencies throughout its lifecycle.
Related Government Programs
- Scheduled Passenger Air Transportation
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Potential for vendor lock-in due to long contract duration.
- Risk of system obsolescence if technology evolves rapidly.
- Dependence on a single vendor for critical travel functions.
- Ensuring seamless integration with existing financial systems.
Tags
scheduled-passenger-air-transportation, department-of-homeland-security, dc, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $8.6 million to CW GOVERNMENT TRAVEL INC. THE PURPOSE OF THIS TASK ORDER IS TO OBTAIN CONTRACTOR SUPPORT FOR A SINGLE, END-TO-END TRAVEL MANAGEMENT SYSTEM THAT IS COMPLIANT WITH THE JOINT TRAVEL REGULATION (JTR) AND FEDERAL TRAVEL REGULATION (FTR).
Who is the contractor on this award?
The obligated recipient is CW GOVERNMENT TRAVEL INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Coast Guard).
What is the total obligated amount?
The obligated amount is $8.6 million.
What is the period of performance?
Start: 2019-09-25. End: 2027-06-03.
What is the expected return on investment (ROI) for this travel management system?
The ROI is expected to be realized through reduced administrative costs associated with manual travel processing, better negotiated rates with travel providers due to consolidated volume, and improved compliance leading to fewer disallowed expenses. Quantifying this requires tracking baseline travel costs before implementation and comparing them to post-implementation figures, factoring in system maintenance and user training expenses over the contract period.
What are the key performance indicators (KPIs) for this contract?
Key performance indicators likely include system uptime and availability, user satisfaction rates, compliance adherence with JTR/FTR, timeliness of expense report processing, and achievement of cost savings targets compared to previous travel management methods. The agency will monitor these KPIs to ensure the contractor is meeting contractual obligations and delivering value.
How will the system adapt to future changes in federal travel regulations?
The contract should include provisions for the contractor to update the system to remain compliant with evolving JTR and FTR regulations. This typically involves a defined process for incorporating regulatory changes, potentially through software updates or configuration adjustments, ensuring the system remains current and compliant throughout its operational life.
Industry Classification
NAICS: Transportation and Warehousing › Scheduled Air Transportation › Scheduled Passenger Air Transportation
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › OTHER TRANSPORT, TRAVEL, RELOCAT SV
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70Z02319RPFF02700
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4300 WILSON BLVD STE 230, ARLINGTON, VA, 22203
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $40,117,355
Exercised Options: $38,894,132
Current Obligation: $8,566,791
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS33FAA009
IDV Type: IDC
Timeline
Start Date: 2019-09-25
Current End Date: 2027-06-03
Potential End Date: 2027-06-03 12:00:00
Last Modified: 2025-12-17
More Contracts from CW Government Travel Inc
- Descr N.A — $63.8M (General Services Administration)
- Management Service FEE - Combined — $18.3M (Department of Defense)
- Management Service FEE - Combined — $14.7M (Department of Defense)
- E-Government Travel Services TAS::69 4562::TAS Igf::ot::igf — $8.0M (Department of Transportation)
- E-Gov Travel Services 2 (ETS2) Implementation and Options for Transactions — $5.5M (Social Security Administration)
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)