DHS awarded $14.1M for IT program management support, with 4 bidders competing
Contract Overview
Contract Amount: $14,091,663 ($14.1M)
Contractor: Robbins Gioia Limited Liability Company
Awarding Agency: Department of Homeland Security
Start Date: 2006-05-01
End Date: 2007-04-30
Contract Duration: 364 days
Daily Burn Rate: $38.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: OIT PROGRAM MANAGEMENT SUPPORT
Place of Performance
Location: ALEXANDRIA, ALEXANDRIA (CITY) County, VIRGINIA, 22311
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $14.1 million to ROBBINS GIOIA LIMITED LIABILITY COMPANY for work described as: OIT PROGRAM MANAGEMENT SUPPORT Key points: 1. The contract value of $14.1M for program management support appears reasonable given the duration and scope. 2. Full and open competition after exclusion of sources suggests a deliberate procurement strategy. 3. The contract's time and materials pricing model introduces potential cost escalation risks. 4. Performance occurred over a 364-day period, indicating a focused, short-term engagement. 5. This contract falls within the broader IT services sector, supporting critical border protection functions. 6. The award to Robbins Gioia LLC highlights established players in government IT consulting.
Value Assessment
Rating: good
The contract value of approximately $14.1 million over one year for IT program management support is within a typical range for such services. Benchmarking against similar contracts for program management assistance within DHS or other large federal agencies would provide a more precise value-for-money assessment. The time and materials (T&M) pricing structure, while common, warrants scrutiny for potential cost overruns compared to fixed-price arrangements. However, for evolving program management needs, T&M can offer flexibility.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the competition was open, certain sources may have been excluded prior to the solicitation. With four bidders participating, the competition level suggests a moderate degree of market interest. This level of competition is generally sufficient to promote price discovery and encourage competitive pricing, though a higher number of bidders could potentially drive prices lower.
Taxpayer Impact: The presence of four bidders indicates that taxpayers likely benefited from a competitive bidding process, leading to a more reasonable price than a sole-source award. The exclusion of certain sources, however, warrants further investigation to ensure it did not unduly limit competition.
Public Impact
U.S. Customs and Border Protection (CBP) personnel and programs directly benefit from enhanced management support. The services provided likely improved the efficiency and effectiveness of IT program execution. The contract's impact is primarily within the federal government, supporting national security and border operations. Workforce implications include the potential for specialized IT program management expertise to be leveraged by the contractor.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials (T&M) pricing can lead to cost overruns if not closely monitored.
- The 'after exclusion of sources' clause requires understanding of why specific sources were excluded.
- Limited contract duration (364 days) may indicate a need for ongoing, potentially re-competed services.
Positive Signals
- Awarded under full and open competition, suggesting a broad market solicitation.
- Four bidders indicate a healthy level of interest and competition for this requirement.
- The contractor, Robbins Gioia LLC, is likely experienced in providing government IT support services.
Sector Analysis
This contract falls within the Information Technology (IT) services sector, specifically focusing on program management support. The IT services market for federal agencies is substantial, encompassing a wide range of support functions from software development to cybersecurity and infrastructure management. Contracts like this are crucial for agencies like DHS to effectively manage complex technology programs, ensuring alignment with mission objectives and efficient resource allocation. Comparable spending benchmarks would involve analyzing other federal contracts for IT program management support, particularly within large agencies like Homeland Security.
Small Business Impact
The contract details indicate that small business participation was not a primary focus, as the award was not set aside for small businesses (ss: false, sb: false). This suggests that the requirement was likely competed on the open market, potentially favoring larger, established contractors. There is no explicit mention of subcontracting requirements for small businesses within the provided data. The impact on the small business ecosystem would be minimal unless specific subcontracting opportunities were mandated but not detailed here.
Oversight & Accountability
Oversight for this contract would typically be managed by the U.S. Customs and Border Protection contracting officer and program managers within the Department of Homeland Security. Accountability measures would be embedded in the contract's performance work statement and deliverables. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- IT Program Management Support Services
- Department of Homeland Security IT Contracts
- Customs and Border Protection Technology Services
- Federal IT Consulting Services
Risk Flags
- Potential for cost overruns due to Time and Materials pricing.
- Need to understand the rationale behind 'exclusion of sources'.
Tags
it-services, program-management, department-of-homeland-security, u-s-customs-and-border-protection, time-and-materials, full-and-open-competition, virginia, it-consulting, federal-contract, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $14.1 million to ROBBINS GIOIA LIMITED LIABILITY COMPANY. OIT PROGRAM MANAGEMENT SUPPORT
Who is the contractor on this award?
The obligated recipient is ROBBINS GIOIA LIMITED LIABILITY COMPANY.
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 $14.1 million.
What is the period of performance?
Start: 2006-05-01. End: 2007-04-30.
What is the track record of Robbins Gioia LLC in performing similar IT program management support contracts for the federal government?
Robbins Gioia LLC has a history of providing program management and IT consulting services to various federal agencies. Their experience often includes supporting complex defense and civilian agency programs. Specific to IT program management, they have been involved in efforts related to systems modernization, project oversight, and strategic planning. A deeper dive into their contract history would reveal the scale, duration, and specific outcomes of their previous engagements, allowing for a more robust assessment of their capability and past performance relevant to this DHS contract.
How does the $14.1 million contract value compare to similar IT program management support contracts awarded by DHS or other agencies?
The $14.1 million contract value, awarded over approximately one year, is within a reasonable range for specialized IT program management support services at a large federal agency like DHS. Similar contracts for program management offices (PMOs) or dedicated IT project oversight can range from several million to tens of millions of dollars annually, depending on the scope, complexity, and duration. Factors influencing cost include the number of personnel required, the level of expertise, and the criticality of the programs being supported. Without specific details on the deliverables and personnel involved, a precise benchmark is difficult, but the award appears commensurate with the service type.
What are the primary risks associated with the Time and Materials (T&M) pricing structure used for this contract?
The primary risk associated with a Time and Materials (T&M) pricing structure is the potential for cost overruns. Unlike fixed-price contracts, T&M contracts pay the contractor for the actual labor hours and materials used, plus a fixed fee or percentage. If project scope creeps, inefficiencies arise, or the contractor does not manage resources effectively, costs can escalate beyond initial estimates. For the government, this necessitates robust oversight, detailed tracking of hours and expenses, and clear definition of tasks to ensure value for money and prevent uncontrolled spending. Effective contract administration is crucial to mitigate these risks.
What does the 'Full and Open Competition After Exclusion of Sources' procurement method imply about the competition and potential outcomes?
This procurement method suggests that the agency intended to conduct a broad competition but had specific reasons to exclude certain potential offerors from the outset. These exclusions are typically based on factors like past performance, security clearances, or specific technical capabilities not met by all market participants. While it aims for open competition among the remaining pool, the exclusion of sources could potentially limit the overall number of bidders and the diversity of solutions considered. The fact that four bidders participated indicates that a reasonable number of qualified entities remained and competed, likely leading to a competitive outcome, but the rationale for exclusions warrants understanding.
What is the typical duration and funding pattern for IT program management support contracts at CBP?
IT program management support contracts at CBP, like many federal IT service agreements, often have an initial base period followed by multiple option periods. The duration of the base period can vary, but a one-year term, as seen here (364 days), is common for initial awards or task orders. Funding is typically allocated on an annual basis through the appropriations process. Contracts may be awarded with a total potential value across all option periods, but funds are usually obligated incrementally as work is performed and as annual appropriations become available. This contract's 364-day duration suggests a focused effort or the initial phase of a potentially longer-term requirement.
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) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 4
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 11 CANAL CENTER PLAZA, ALEXANDRIA, VA, 08
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $16,068,246
Exercised Options: $16,067,300
Current Obligation: $14,091,663
Parent Contract
Parent Award PIID: HSBP1006A01067
IDV Type: BPA
Timeline
Start Date: 2006-05-01
Current End Date: 2007-04-30
Potential End Date: 2007-04-30 00:00:00
Last Modified: 2014-06-12
More Contracts from Robbins Gioia Limited Liability Company
- OIT Program Management Support — $30.4M (Department of Homeland Security)
- Program Management Support for the Cargo Systems Program Office — $25.2M (Department of Homeland Security)
- NOT Required — $13.0M (Department of Homeland Security)
- NOT Required — $12.2M (Department of Homeland Security)
View all Robbins Gioia Limited Liability Company 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)