IBM Awarded $43.1M DHS Contract for Modernization Task Order 8
Contract Overview
Contract Amount: $43,115,043 ($43.1M)
Contractor: International Business Machines Corporation
Awarding Agency: Department of Homeland Security
Start Date: 2004-03-29
End Date: 2004-09-15
Contract Duration: 170 days
Daily Burn Rate: $253.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS INCENTIVE
Sector: IT
Official Description: MODERNIZATION TASK ORDER 8.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20229
Plain-Language Summary
Department of Homeland Security obligated $43.1 million to INTERNATIONAL BUSINESS MACHINES CORPORATION for work described as: MODERNIZATION TASK ORDER 8. Key points: 1. Significant contract value of $43.1 million awarded to a major IT vendor. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract type is Cost Plus Incentive, which can lead to cost overruns if not managed carefully. 4. The sector is IT, a critical area for government operations and modernization.
Value Assessment
Rating: fair
The contract type (Cost Plus Incentive) carries inherent risk for cost control. Without specific benchmarks for similar modernization tasks, it's difficult to definitively assess pricing efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which typically fosters competitive pricing. However, the Cost Plus Incentive fee structure means the final price is not fixed upfront, and the government pays costs plus a fee, with incentives for performance.
Taxpayer Impact: Taxpayer funds are being used for IT modernization. While competition is positive, the cost-plus nature requires diligent oversight to ensure value for money.
Public Impact
Modernization of critical government IT infrastructure. Potential for improved efficiency and service delivery by U.S. Customs and Border Protection. Impact on the IT services market, particularly for large system integrators.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Incentive fee structure can lead to higher costs than fixed-price contracts.
- Contract duration of 170 days is relatively short for a modernization task, raising questions about scope or phased approach.
- No small business participation indicated.
Positive Signals
- Awarded under full and open competition.
- Focus on IT modernization, a key government priority.
Sector Analysis
This contract falls within the Information Technology sector, specifically for modernization efforts. IT spending benchmarks vary widely based on the type of service, but large modernization projects often represent significant investments.
Small Business Impact
The data indicates no specific set-aside for small businesses, and the prime contractor is a large corporation. This suggests that small businesses were likely not primary participants in this specific award.
Oversight & Accountability
The Cost Plus Incentive fee structure necessitates robust government oversight to monitor costs, performance, and ensure the contractor is incentivized to achieve objectives efficiently and cost-effectively.
Related Government Programs
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Cost Plus Incentive fee structure.
- Lack of specific performance metrics in provided data.
- No indication of small business participation.
- Short contract duration for a modernization effort.
Tags
department-of-homeland-security, dc, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $43.1 million to INTERNATIONAL BUSINESS MACHINES CORPORATION. MODERNIZATION TASK ORDER 8.
Who is the contractor on this award?
The obligated recipient is INTERNATIONAL BUSINESS MACHINES CORPORATION.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $43.1 million.
What is the period of performance?
Start: 2004-03-29. End: 2004-09-15.
What specific modernization goals were defined for this task order, and how will success be measured against the incentive structure?
The specific modernization goals are not detailed in the provided data. However, under a Cost Plus Incentive fee contract, success is typically measured against pre-defined performance metrics and cost targets. The incentive fee is adjusted based on how well the contractor meets or exceeds these targets, aiming to align contractor and government interests for optimal outcomes and cost efficiency.
What are the potential risks associated with a Cost Plus Incentive fee contract for IT modernization, and how are they mitigated?
Risks include potential cost overruns if the incentive structure is not well-defined or if unforeseen technical challenges arise. Mitigation involves strong government oversight, clear performance metrics, realistic cost projections, and regular reviews to ensure the contractor remains focused on efficiency and value. The government must actively manage the contract to prevent scope creep and control expenditures.
How does this modernization task order contribute to the overall IT effectiveness and mission of U.S. Customs and Border Protection?
This task order is intended to modernize specific IT systems, which should theoretically enhance the operational effectiveness and mission capabilities of CBP. Improved IT systems can lead to better data processing, enhanced security, more efficient border management, and improved inter-agency communication, ultimately supporting CBP's core functions.
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: COST PLUS INCENTIVE (V)
Evaluated Preference: NONE
Contractor Details
Address: 6710 ROCKLEDGE DR, BETHESDA, MD, 08
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $43,115,043
Exercised Options: $43,115,043
Current Obligation: $43,115,043
Parent Contract
Parent Award PIID: TC2001025
IDV Type: IDC
Timeline
Start Date: 2004-03-29
Current End Date: 2004-09-15
Potential End Date: 2004-09-15 00:00:00
Last Modified: 2008-05-22
More Contracts from International Business Machines Corporation
- Navy Enterprise Resource Planning (ERP) Technical Support Services (netss) — $837.8M (Department of Defense)
- This Requirement IS for the Creation, Maintenance, Enforcement, Analysis and Updates of the Standards and Governance Established by the Current DTC and Provide Technical and Operational Support to the DTC for Saas, Paas, and Emerging Technologies — $621.7M (Department of Veterans Affairs)
- Eadis Software Development — $580.5M (Department of Homeland Security)
- THE Government Intends to Establish a Single-Award Delivery Order Base Plus Four 1year Option Periods for the Renewal of IBM Software Maintenance and the Purchase of More Additional IBM Software Licenses Against the General Services Administrations Federal Supply Schedule Program. Previous Order SS00-15-30081 — $525.4M (Social Security Administration)
- Uscis Transformation Program Solutions Architect (SA) — $376.3M (Department of Homeland Security)
View all International Business Machines Corporation 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)