DHS Coast Guard Awards $3M Logistics Support Contract to Apogee-SAIC
Contract Overview
Contract Amount: $3,034,325 ($3.0M)
Contractor: Apogee-Saic Capabilities Integrator, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2021-04-11
End Date: 2026-04-10
Contract Duration: 1,825 days
Daily Burn Rate: $1.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: LOGISTICS MANAGEMENT SUPPORT SERVICES
Place of Performance
Location: COLORADO SPRINGS, EL PASO County, COLORADO, 80920
State: Colorado Government Spending
Plain-Language Summary
Department of Homeland Security obligated $3.0 million to APOGEE-SAIC CAPABILITIES INTEGRATOR, LLC for work described as: LOGISTICS MANAGEMENT SUPPORT SERVICES Key points: 1. Contract value of $3.03M for logistics management support. 2. Awarded via full and open competition, indicating market availability. 3. Potential risk in service continuity if performance issues arise. 4. Services fall under 'Other Computer Related Services' NAICS code.
Value Assessment
Rating: fair
The contract value of $3.03M for 5 years of logistics support appears reasonable given the duration and scope. Benchmarking against similar IT support contracts is difficult without more specific service details.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, suggesting a competitive bidding process. This method generally leads to better price discovery and value for the government.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for necessary logistics support services.
Public Impact
Ensures continued operational readiness for the U.S. Coast Guard's logistics functions. Supports critical infrastructure and asset management for national security. Potential impact on Coast Guard's ability to respond to maritime emergencies if services are disrupted.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited specific details on service performance metrics.
- Potential for vendor lock-in if follow-on contracts are not competitive.
Positive Signals
- Awarded through full and open competition.
- Long-term contract provides stability for service delivery.
Sector Analysis
Logistics management support services are crucial for government agencies to maintain operational efficiency. Benchmarks for this sector vary widely based on the specific services and agency needs.
Small Business Impact
The contract was not awarded to a small business. Further analysis would be needed to determine if small businesses had an opportunity to participate in the subcontracting plan.
Oversight & Accountability
The contract is a delivery order under a larger contract, implying existing oversight mechanisms. However, specific oversight details for this order are not provided.
Related Government Programs
- Other Computer Related Services
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Potential for scope creep if not managed tightly.
- Dependence on a single contractor for critical logistics functions.
- Limited visibility into subcontracting opportunities for small businesses.
- Performance metrics not explicitly detailed in the provided data.
Tags
other-computer-related-services, department-of-homeland-security, co, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $3.0 million to APOGEE-SAIC CAPABILITIES INTEGRATOR, LLC. LOGISTICS MANAGEMENT SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is APOGEE-SAIC CAPABILITIES INTEGRATOR, LLC.
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 $3.0 million.
What is the period of performance?
Start: 2021-04-11. End: 2026-04-10.
What specific logistics management functions are covered under this contract, and how do they align with the Coast Guard's core mission requirements?
This contract likely covers a range of functions such as inventory management, supply chain optimization, asset tracking, and potentially maintenance scheduling for Coast Guard assets. These functions are critical for ensuring the operational readiness and effectiveness of the Coast Guard's maritime security and safety missions.
What are the key performance indicators (KPIs) for this contract, and what are the potential risks if these KPIs are not met?
Key performance indicators would likely include metrics related to inventory accuracy, delivery timeliness, cost savings achieved, and overall system uptime. Failure to meet these KPIs could lead to operational delays, increased costs, and reduced readiness for Coast Guard operations, potentially impacting response times to emergencies.
How does the pricing structure (Firm Fixed Price) ensure value for money over the contract's duration, considering potential changes in operational needs?
A Firm Fixed Price (FFP) contract establishes a set price for the defined scope of work, shifting cost risk to the contractor. This ensures budget predictability for the government. However, it may limit flexibility if the Coast Guard's needs evolve significantly, potentially requiring contract modifications or new procurements.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70Z08421PBB500400
Offers Received: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 8610 EXPLORER DR STE 305, COLORADO SPRINGS, CO, 80920
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,034,325
Exercised Options: $3,034,325
Current Obligation: $3,034,325
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W52P1J18DA047
IDV Type: IDC
Timeline
Start Date: 2021-04-11
Current End Date: 2026-04-10
Potential End Date: 2026-04-10 00:00:00
Last Modified: 2026-04-02
More Contracts from Apogee-Saic Capabilities Integrator, LLC
- OPS ~ Clin 1 Labor — $39.3M (Department of Defense)
- Excise Files Information Retrieval System (exfirs) — $11.6M (Department of the Treasury)
View all Apogee-Saic Capabilities Integrator, LLC federal contracts →
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)