DHS awards $3M contract for SAROPS help desk support to PREMIERSDN, LLC

Contract Overview

Contract Amount: $2,993,662 ($3.0M)

Contractor: Premiersdn, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2024-08-30

End Date: 2026-08-29

Contract Duration: 729 days

Daily Burn Rate: $4.1K/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: SAROPS HELP DESK & SUPPORT SERVICES

Place of Performance

Location: PORTSMOUTH, PORTSMOUTH CITY County, VIRGINIA, 23703

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $3.0 million to PREMIERSDN, LLC for work described as: SAROPS HELP DESK & SUPPORT SERVICES Key points: 1. Contract value appears reasonable for specialized IT support services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. No immediate risk indicators are apparent from the provided data. 4. This contract supports critical Search and Rescue Operations systems. 5. The contractor, PREMIERSDN, LLC, is positioned to provide essential IT services. 6. The contract duration is approximately two years.

Value Assessment

Rating: good

The contract value of approximately $3 million over two years for help desk and support services for the SAROPS system appears to be within a reasonable range for specialized IT support. Benchmarking against similar contracts for IT help desk and system support services would provide a more definitive assessment of value for money. However, given the critical nature of SAROPS, the pricing is likely competitive.

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 multiple bidders were likely considered. This approach generally fosters price discovery and ensures that the government receives competitive offers. The specific number of bidders is not provided, but the method suggests a robust competition.

Taxpayer Impact: A full and open competition process is beneficial for taxpayers as it typically leads to lower prices and better quality services due to the competitive pressure on bidders.

Public Impact

The primary beneficiaries are the U.S. Coast Guard personnel who rely on the SAROPS system for search and rescue operations. The contract delivers essential IT help desk and support services, ensuring the operational readiness of a critical national security system. The geographic impact is national, supporting Coast Guard operations across various regions. Workforce implications include the potential for employment within PREMIERSDN, LLC for IT support specialists.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Positive Signals

  • Awarded under full and open competition, indicating a competitive process.
  • Contract is for essential IT support services for a critical system.
  • Fixed-price contract type can help control costs.
  • Contract duration is reasonable for the scope of services.

Sector Analysis

This contract falls within the IT services sector, specifically focusing on computer systems design and related services. The market for IT support and help desk services is substantial, with government contracts forming a significant portion. This award to PREMIERSDN, LLC for SAROPS support is consistent with government needs for maintaining complex operational systems.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this specific award. While PREMIERSDN, LLC is the prime contractor, further analysis would be needed to determine if subcontracting opportunities exist for small businesses within the scope of this contract.

Oversight & Accountability

Oversight for this contract would typically be managed by the U.S. Coast Guard contracting officers and program managers. Transparency is facilitated through contract award databases. Accountability measures are inherent in the firm-fixed-price structure and performance expectations. Inspector General jurisdiction would apply in cases of fraud or mismanagement.

Related Government Programs

  • Coast Guard IT Support Services
  • Search and Rescue Systems Maintenance
  • Department of Homeland Security IT Contracts
  • Computer Systems Design Services

Tags

it-services, help-desk, support-services, computer-systems-design, department-of-homeland-security, u.s.-coast-guard, firm-fixed-price, full-and-open-competition, delivery-order, virginia, sarops

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $3.0 million to PREMIERSDN, LLC. SAROPS HELP DESK & SUPPORT SERVICES

Who is the contractor on this award?

The obligated recipient is PREMIERSDN, 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: 2024-08-30. End: 2026-08-29.

What is the track record of PREMIERSDN, LLC in providing similar IT support services to federal agencies?

A comprehensive review of PREMIERSDN, LLC's past performance would involve examining their contract history, client feedback, and any performance evaluations available through federal databases like the Contractor Performance Assessment Reporting System (CPARS). Without access to these specific details, it's difficult to definitively assess their track record. However, their selection for this contract by the Department of Homeland Security suggests they met the agency's pre-qualification criteria and demonstrated capability in relevant areas. Further investigation into their previous awards and performance metrics would be necessary for a complete understanding of their reliability and expertise in delivering IT support services.

How does the awarded amount compare to similar IT help desk support contracts within the federal government?

The awarded amount of approximately $3 million over two years for the SAROPS help desk and support services needs to be benchmarked against comparable federal IT support contracts. Factors such as the complexity of the system supported, the required service levels (e.g., response times, uptime guarantees), the number of users, and the specific technical expertise required all influence pricing. Contracts for general IT help desk support might be lower, while those for highly specialized, mission-critical systems like SAROPS could command higher prices. A detailed comparison would require analyzing contracts with similar scope, duration, and agency, ideally within the Department of Homeland Security or similar operational environments.

What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract?

The specific Key Performance Indicators (KPIs) and Service Level Agreements (SLAs) for this SAROPS help desk and support services contract are not detailed in the provided data. Typically, such contracts would include metrics related to response times for issue resolution, system availability, user satisfaction, and adherence to security protocols. The U.S. Coast Guard would have established these KPIs and SLAs to ensure the effective and efficient operation of the SAROPS system. Failure to meet these agreed-upon performance standards could result in penalties or impact future contract awards for PREMIERSDN, LLC.

What is the historical spending pattern for SAROPS help desk and support services by the Department of Homeland Security?

To assess historical spending patterns for SAROPS help desk and support services, one would need to examine the Department of Homeland Security's (DHS) procurement data over several fiscal years. This would involve identifying previous contracts awarded for the maintenance and support of the SAROPS system, noting their values, durations, and awarded contractors. Analyzing this data would reveal trends in spending, identify any significant increases or decreases, and highlight the consistency of contractor selection. Understanding these patterns provides context for the current $3 million award and helps in evaluating whether the current expenditure aligns with historical investment in this critical system.

Are there any potential risks associated with the sole-source nature or limited competition of this contract?

The provided data indicates this contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' not a sole-source or limited competition scenario. Therefore, the risks typically associated with limited competition, such as potentially higher prices due to reduced bidder pool or less innovation, are mitigated. Full and open competition generally leads to better value and a wider range of potential solutions. The 'exclusion of sources' aspect might refer to specific technical requirements that narrowed the field, but the overarching framework was competitive, reducing inherent risks related to market concentration or lack of choice.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70Z0G324ROIPL0001

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3410 W HOSPITAL AVE STE 201, ATLANTA, GA, 30341

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Joint Venture Economically Disadvantaged Women Owned Small Business, Limited Liability Corporation, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business

Financial Breakdown

Contract Ceiling: $4,481,233

Exercised Options: $2,993,662

Current Obligation: $2,993,662

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 47QTCB22D0010

IDV Type: GWAC

Timeline

Start Date: 2024-08-30

Current End Date: 2026-08-29

Potential End Date: 2027-08-29 00:00:00

Last Modified: 2026-03-11

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending