DHS awards $14.2M IT modernization task order to IBM under full and open competition
Contract Overview
Contract Amount: $14,244,180 ($14.2M)
Contractor: International Business Machines Corporation
Awarding Agency: Department of Homeland Security
Start Date: 2006-09-28
End Date: 2013-01-14
Contract Duration: 2,300 days
Daily Burn Rate: $6.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: COST PLUS AWARD FEE
Sector: IT
Official Description: MODERNIZATION TASK ORDER 30
Place of Performance
Location: ALEXANDRIA, ALEXANDRIA (CITY) County, VIRGINIA, 22311
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $14.2 million to INTERNATIONAL BUSINESS MACHINES CORPORATION for work described as: MODERNIZATION TASK ORDER 30 Key points: 1. IBM secured a significant IT modernization contract valued at over $14 million. 2. The contract was awarded using full and open competition, indicating a competitive bidding process. 3. The task order was for IT services, falling under the broader 'Information Technology' sector. 4. The duration of the contract was substantial, spanning over 2300 days.
Value Assessment
Rating: fair
The contract type is Cost Plus Award Fee, which can lead to higher costs if not managed carefully. Benchmarking against similar IT modernization contracts is difficult without more detailed scope information.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Awarded under full and open competition, suggesting multiple bidders likely participated. This method generally promotes price discovery and competitive pricing, though the Cost Plus Award Fee structure requires careful oversight.
Taxpayer Impact: Taxpayer funds were used for IT modernization, with the final cost influenced by the competitive process and the award fee structure.
Public Impact
Enhances U.S. Customs and Border Protection's IT infrastructure. Supports critical national security and border management functions. Leverages IBM's expertise in large-scale IT projects. Long contract duration suggests a complex and ongoing modernization effort.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Award Fee structure requires diligent oversight to control costs.
- Long contract duration (2300 days) may indicate potential for scope creep or evolving requirements.
- Lack of specific performance metrics makes it hard to assess award fee effectiveness.
- Small business participation is not indicated.
Positive Signals
- Awarded through full and open competition, promoting a competitive environment.
- Task order addresses critical IT modernization needs for a key agency.
- IBM is a major IT provider with a track record in complex projects.
Sector Analysis
This contract falls within the Information Technology sector, specifically IT services and modernization. Spending benchmarks for similar large-scale IT modernization projects vary widely based on scope, complexity, and agency.
Small Business Impact
The data indicates that small business participation was not a stated factor in this award (ss: false, sb: false). This suggests the contract was likely awarded to a large prime contractor without specific small business set-aside requirements.
Oversight & Accountability
The Cost Plus Award Fee (CPAF) contract type necessitates robust oversight from the Department of Homeland Security to ensure performance objectives are met and costs are controlled. Regular reviews and audits would be crucial for accountability.
Related Government Programs
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Cost Plus Award Fee structure can lead to higher costs if not managed.
- Long contract duration increases risk of scope creep and requirement changes.
- Lack of detailed performance metrics makes assessing award fee effectiveness difficult.
- No indication of small business participation.
- Specific modernization outcomes are not detailed in the provided data.
Tags
department-of-homeland-security, va, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $14.2 million to INTERNATIONAL BUSINESS MACHINES CORPORATION. MODERNIZATION TASK ORDER 30
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 $14.2 million.
What is the period of performance?
Start: 2006-09-28. End: 2013-01-14.
What specific IT modernization goals were achieved under this task order, and how did they align with CBP's strategic objectives?
The task order aimed to modernize critical IT systems for U.S. Customs and Border Protection. While specific goals aren't detailed, such modernization typically involves upgrading legacy systems, enhancing data processing capabilities, improving cybersecurity, and streamlining border management operations to better support CBP's mission of securing borders and facilitating lawful trade and travel.
How effectively did the full and open competition process ensure competitive pricing given the Cost Plus Award Fee structure?
Full and open competition generally fosters competitive pricing by allowing multiple vendors to bid. However, the Cost Plus Award Fee (CPAF) structure introduces variability. While the base cost is managed, the award fee component incentivizes performance. Effective price discovery relies on clear performance metrics and diligent negotiation to ensure the award fee truly reflects exceptional value rather than inflated costs.
What was the overall taxpayer impact of this $14.2 million contract, considering its long duration and CPAF structure?
The taxpayer impact is twofold: the direct cost of $14.2 million for IT modernization and the indirect benefits of improved border security and trade facilitation. The CPAF structure requires careful management to ensure costs remain reasonable and the award fees are justified by performance, maximizing the value for taxpayer investment. The long duration suggests a significant, sustained investment in critical infrastructure.
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 2
Pricing Type: COST PLUS AWARD FEE (R)
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: $5,014,437,400
Exercised Options: $5,000,244,180
Current Obligation: $14,244,180
Parent Contract
Parent Award PIID: TC2001025
IDV Type: IDC
Timeline
Start Date: 2006-09-28
Current End Date: 2013-01-14
Potential End Date: 2013-01-14 00:00:00
Last Modified: 2013-04-24
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)