Peraton Enterprise Solutions LLC awarded $31.87M for DHS cybersecurity tools and sensors under CDM program
Contract Overview
Contract Amount: $31,870,231 ($31.9M)
Contractor: Peraton Enterprise Solutions LLC
Awarding Agency: General Services Administration
Start Date: 2014-01-15
End Date: 2014-10-14
Contract Duration: 272 days
Daily Burn Rate: $117.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 16
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::OT::IGF THE PURPOSE OF THIS ORDER IS TO SUPPORT THE DHS, OFFICE OF CYBER SECURITY AND COMMUNICATIONS (CS&C), OPERATING ON BEHALF OF A SPECIFIC SET OF FEDERAL D/AS BY PROVIDING TOOLS AND SENSORS IN SUPPORT OF THE CDM PROGRAM.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20001
Plain-Language Summary
General Services Administration obligated $31.9 million to PERATON ENTERPRISE SOLUTIONS LLC for work described as: IGF::OT::IGF THE PURPOSE OF THIS ORDER IS TO SUPPORT THE DHS, OFFICE OF CYBER SECURITY AND COMMUNICATIONS (CS&C), OPERATING ON BEHALF OF A SPECIFIC SET OF FEDERAL D/AS BY PROVIDING TOOLS AND SENSORS IN SUPPORT OF THE CDM PROGRAM. Key points: 1. Contract supports the Department of Homeland Security's Continuous Diagnostics and Mitigation (CDM) program. 2. Focuses on providing essential tools and sensors for cybersecurity. 3. Awarded via a Blanket Purchase Agreement (BPA) Call, indicating a pre-competed framework. 4. The contract duration is 272 days, suggesting a focused, short-term operational need. 5. The fixed-price contract type aims to control costs and provide budget certainty. 6. The North American Industry Classification System (NAICS) code 518210 points to data processing and hosting services.
Value Assessment
Rating: good
The contract value of $31.87 million for a 272-day period appears reasonable for specialized cybersecurity tools and sensors supporting a major federal program like CDM. Benchmarking against similar large-scale cybersecurity procurements for federal agencies suggests this is within expected ranges for the scope of work. The firm-fixed-price structure provides cost predictability for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. While the specific number of bidders is not provided, the 'full and open' designation suggests a competitive process that likely yielded multiple proposals. This approach is generally favored for ensuring fair pricing and access to a broad range of capabilities.
Taxpayer Impact: Full and open competition typically benefits taxpayers by fostering a competitive environment that can drive down prices and encourage innovation, leading to better value for government spending.
Public Impact
Federal agencies within the Department of Homeland Security (DHS) and other federal departments/agencies (D/As) benefit from enhanced cybersecurity capabilities. Services delivered include the provision of tools and sensors crucial for monitoring and mitigating cyber threats. The geographic impact is national, supporting federal IT infrastructure across the United States. Workforce implications include potential support for cybersecurity professionals involved in the implementation and operation of these tools.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if tools are proprietary and difficult to integrate with other systems.
- Dependence on a single vendor for critical cybersecurity infrastructure could pose a risk if the vendor's performance falters.
- Ensuring the long-term sustainability and supportability of the provided tools is crucial.
Positive Signals
- Supports a critical national security mission (cybersecurity for federal agencies).
- Awarded through full and open competition, suggesting a robust selection process.
- Firm-fixed-price contract type provides cost certainty for the government.
- The CDM program itself is a strategic initiative aimed at improving federal cybersecurity posture.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on cybersecurity solutions. The market for federal cybersecurity is substantial and growing, driven by increasing cyber threats. Comparable spending benchmarks for federal cybersecurity tools and services often run into billions of dollars annually across various agencies. This contract represents a specific procurement within the broader CDM program, which aims to standardize and improve cybersecurity across the federal government.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications specifically tied to small business set-asides for this particular award. The focus is likely on larger, established providers capable of delivering complex cybersecurity solutions at scale.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the General Services Administration (GSA) as the issuing agency, and the specific program office within DHS (Office of Cybersecurity and Communications). Accountability measures are inherent in the firm-fixed-price contract type, requiring delivery of specified goods and services. Transparency is generally maintained through federal procurement databases like FPDS-NG, where contract awards are reported.
Related Government Programs
- Continuous Diagnostics and Mitigation (CDM) Program
- Department of Homeland Security (DHS) Cybersecurity Initiatives
- Federal Information Security Management Act (FISMA) Compliance
- General Services Administration (GSA) IT Schedule Contracts
Risk Flags
- Potential for vendor lock-in
- Dependence on single vendor for critical security tools
- Ensuring long-term supportability and upgrades
Tags
it, cybersecurity, dhs, gsa, full-and-open-competition, bpa-call, firm-fixed-price, tools-and-sensors, national, federal-acquisition-service, computing-infrastructure-providers, data-processing
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $31.9 million to PERATON ENTERPRISE SOLUTIONS LLC. IGF::OT::IGF THE PURPOSE OF THIS ORDER IS TO SUPPORT THE DHS, OFFICE OF CYBER SECURITY AND COMMUNICATIONS (CS&C), OPERATING ON BEHALF OF A SPECIFIC SET OF FEDERAL D/AS BY PROVIDING TOOLS AND SENSORS IN SUPPORT OF THE CDM PROGRAM.
Who is the contractor on this award?
The obligated recipient is PERATON ENTERPRISE SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $31.9 million.
What is the period of performance?
Start: 2014-01-15. End: 2014-10-14.
What is the specific nature of the 'tools and sensors' provided under this contract, and how do they contribute to the CDM program's objectives?
The 'tools and sensors' provided under this contract are integral components of the Continuous Diagnostics and Mitigation (CDM) program, which aims to enhance the cybersecurity posture of federal agencies. These tools and sensors are designed to continuously monitor federal networks and systems for vulnerabilities, threats, and unauthorized activities. They can include a range of technologies such as vulnerability scanners, intrusion detection systems, security information and event management (SIEM) solutions, and data loss prevention (DLP) tools. By providing real-time data and alerts, these components enable agencies to identify and address security weaknesses proactively, manage their asset inventories, and implement appropriate mitigation strategies, thereby strengthening their overall defense against cyberattacks.
How does the BPA Call mechanism influence the competition and pricing for this contract compared to a standalone solicitation?
A Blanket Purchase Agreement (BPA) Call operates under a pre-established BPA, which itself has already undergone a competitive process. When a BPA Call is issued, it essentially 'calls off' services or products from that existing agreement. This means the primary competition occurred when the BPA was initially awarded. For this specific BPA Call, the competition might be limited to the vendors who hold the underlying BPA, or it could be a further competitive process among those BPA holders, depending on the BPA's terms. This can lead to faster procurement cycles and potentially more favorable pricing due to pre-negotiated rates within the BPA. However, it might also limit the pool of potential offerors compared to a full and open competition for a standalone contract.
What are the potential risks associated with relying on a single vendor for critical cybersecurity tools and sensors, as might be implied by a BPA Call structure?
Relying on a single vendor for critical cybersecurity tools and sensors, even under a BPA Call, carries several potential risks. Firstly, there's the risk of vendor lock-in, where the government becomes heavily dependent on a specific vendor's proprietary technology, making it difficult and costly to switch to alternative solutions in the future. Secondly, if the vendor experiences financial instability, undergoes mergers, or discontinues product lines, the government could face disruptions in support, maintenance, and upgrades. Thirdly, a single vendor might not offer the most innovative or best-of-breed solutions across all necessary cybersecurity domains. Finally, a concentrated reliance could create a single point of failure or a more attractive target for sophisticated cyber adversaries seeking to compromise federal systems.
How does the $31.87 million award value compare to historical spending on the CDM program or similar cybersecurity initiatives?
The $31.87 million award value for this specific BPA Call under the CDM program is a significant but not extraordinary figure within the context of large-scale federal cybersecurity procurements. The CDM program itself is a multi-year, multi-billion dollar initiative aimed at enhancing the cybersecurity of federal networks and systems. Individual contract awards within CDM can range from millions to hundreds of millions of dollars, depending on the scope, duration, and specific services or products being procured. This particular award, covering tools and sensors over approximately nine months, appears to be a substantial investment for a defined period, aligning with the program's objective of providing necessary security capabilities. Compared to other federal cybersecurity contracts, its value is consistent with procurements for specialized technology and services supporting critical infrastructure.
What is the track record of Peraton Enterprise Solutions LLC in delivering federal cybersecurity contracts, particularly those related to CDM?
Peraton Enterprise Solutions LLC, and its parent company Peraton, have a significant track record in supporting federal government contracts, including those in the defense, intelligence, and civilian sectors. They are known for providing a range of IT and cybersecurity services. While specific details on their performance on this particular BPA Call are not provided in the summary data, Peraton has been a major player in various federal IT and cybersecurity programs. Their experience often includes areas like network security, data analytics, and mission support. For the CDM program specifically, Peraton has been involved in various capacities, often through prime contracts or significant subcontracts, delivering solutions related to asset management, vulnerability management, and continuous monitoring. Their established presence suggests a capacity to handle complex federal requirements.
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: INFORMATION TECHNOLOGY EQUIPMENT (INCLD FIRMWARE) SOFTWARE,SUPPLIES& SUPPORT EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 16
Pricing Type: FIRM FIXED PRICE (J)
Contractor Details
Parent Company: HP, Inc. (UEI: 009122532)
Address: 13600 EDS DR A3S-B53, HERNDON, VA, 20171
Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $64,392,672
Exercised Options: $31,870,231
Current Obligation: $31,870,231
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS00T13AJA0014
IDV Type: BPA
Timeline
Start Date: 2014-01-15
Current End Date: 2014-10-14
Potential End Date: 2014-10-14 00:00:00
Last Modified: 2019-12-23
More Contracts from Peraton Enterprise Solutions LLC
- Federal Contract — $1.2B (Department of Health and Human Services)
- Other ADP & Telecommunications Services — $771.5M (Department of Defense)
- THE Agency Consolidated End-User Services (aces)contract Will Provide and Manage Nasa's Personal Computing Hardware, Agency Standard Software, Mobile IT Services, Peripherals and Accessories, Associated End-User Services, and Supporting Infrastructure — $769.2M (National Aeronautics and Space Administration)
- THE Above Solicitation Number IS a Continuation of Solicitation Numbers Hshqdc-07-Q-00050a and Hshqdc-07-Q-00050b. This Number IS for the Down Select Process and Shall Start With Base Notice Even Though ALL Amendments ARE Attached From Phase ONE — $749.5M (Department of Homeland Security)
- Other ADP & Telecommunications Services — $674.7M (Department of Defense)
View all Peraton Enterprise Solutions LLC federal contracts →
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)