DHS Awards $52.9M for National Security Research and Lead Generation Program Management Support to General Dynamics
Contract Overview
Contract Amount: $52,935,196 ($52.9M)
Contractor: General Dynamics Information Technology, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2012-08-08
End Date: 2017-08-31
Contract Duration: 1,849 days
Daily Burn Rate: $28.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: CR - NATIONAL SECURITY RESEARCH AND LEAD GENERATION TEAM PROGRAM MANAGEMENT SUPPORT
Place of Performance
Location: FAIRFAX, FAIRFAX County, VIRGINIA, 22033
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $52.9 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC. for work described as: CR - NATIONAL SECURITY RESEARCH AND LEAD GENERATION TEAM PROGRAM MANAGEMENT SUPPORT Key points: 1. The contract supports national security research and lead generation, a critical function for homeland security operations. 2. General Dynamics Information Technology, Inc. is the sole awardee, raising questions about potential competition limitations. 3. The contract spans nearly five years, indicating a significant, long-term investment in program management support. 4. The award falls under the 'IT' sector, aligning with the need for advanced technological solutions in national security.
Value Assessment
Rating: fair
The contract value of $52.9 million over five years suggests a substantial investment. Benchmarking against similar program management support contracts for national security functions is difficult without more specific service details, but the price appears within a reasonable range for complex, long-term support.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which theoretically allows for the best price discovery. However, the award to a single entity, General Dynamics Information Technology, Inc., warrants further investigation into the bidding process and the number of proposals received.
Taxpayer Impact: Taxpayer funds are being used for essential national security functions. The competitive award process aims to ensure value for money, but ongoing monitoring is needed to confirm cost-effectiveness.
Public Impact
Enhances national security by supporting critical research and lead generation efforts. Ensures continuity of essential program management functions within U.S. Immigration and Customs Enforcement. Leverages private sector expertise for specialized national security tasks. Potential for improved intelligence gathering and threat assessment through dedicated program support.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of transparency on specific deliverables and performance metrics.
- Potential for vendor lock-in given the long duration and specialized nature of support.
- Limited visibility into the competitive landscape beyond the initial award.
Positive Signals
- Supports a vital national security mission.
- Awarded through a full and open competition process.
- Utilizes a firm fixed-price contract type, providing cost certainty.
Sector Analysis
This contract falls within the Information Technology sector, specifically supporting program management for national security initiatives. Spending in this area is often high due to the complexity and critical nature of the services required, with benchmarks varying widely based on scope and duration.
Small Business Impact
The data indicates that small businesses were not directly awarded this contract, as it went to General Dynamics Information Technology, Inc. Further analysis would be needed to determine if small businesses are involved as subcontractors.
Oversight & Accountability
Oversight is crucial for a contract of this magnitude and duration. The Department of Homeland Security, specifically U.S. Immigration and Customs Enforcement, is responsible for ensuring performance and accountability. Regular reviews and performance metrics are essential to guarantee taxpayer value.
Related Government Programs
- Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Sole awardee raises questions about competition.
- Long contract duration (nearly 5 years) increases long-term risk.
- Lack of detailed service description limits independent assessment.
- Potential for vendor lock-in.
- Need for robust oversight to ensure value and performance.
Tags
automatic-environmental-control-manufact, department-of-homeland-security, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $52.9 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC.. CR - NATIONAL SECURITY RESEARCH AND LEAD GENERATION TEAM PROGRAM MANAGEMENT SUPPORT
Who is the contractor on this award?
The obligated recipient is GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).
What is the total obligated amount?
The obligated amount is $52.9 million.
What is the period of performance?
Start: 2012-08-08. End: 2017-08-31.
What specific research and lead generation activities are encompassed by this contract, and how do they directly contribute to national security objectives?
The contract likely involves supporting intelligence analysis, data management, and operational planning related to national security threats. Specific activities could include identifying potential security risks, developing lead generation strategies for intelligence gathering, and managing research projects. The direct contribution lies in providing the necessary program management infrastructure and expertise to enable ICE and DHS to effectively execute these critical functions, ultimately enhancing border security and counter-terrorism efforts.
Given the award to a single entity, what measures were in place to ensure genuine competition and prevent potential price inflation or suboptimal service delivery?
While awarded under 'full and open competition,' the single award necessitates scrutiny. Agencies typically use detailed Statements of Work (SOWs), robust evaluation criteria, and pre-bid conferences to encourage multiple bids. Post-award, contract performance monitoring, regular progress reports, and defined performance metrics are vital to ensure the contractor meets expectations and provides value. Any indication of limited vendor pool or lack of competitive proposals during the bidding phase would be a concern.
How does the firm fixed-price contract type mitigate risks associated with scope creep and cost overruns for this long-term national security program?
A firm fixed-price (FFP) contract establishes a ceiling price that the contractor must adhere to, regardless of their actual costs. This significantly shifts the cost risk to the contractor, providing the government with cost certainty. For a long-term program like this, FFP helps prevent scope creep by clearly defining deliverables and discouraging the addition of unbudgeted tasks. However, it requires a very well-defined SOW upfront to avoid disputes or the contractor potentially cutting corners on quality to maintain profitability.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: General Dynamics Corp
Address: 15036 CONFERENCE CENTER DR, CHANTILLY, VA, 20151
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $55,210,294
Exercised Options: $54,855,084
Current Obligation: $52,935,196
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS07F0475V
IDV Type: FSS
Timeline
Start Date: 2012-08-08
Current End Date: 2017-08-31
Potential End Date: 2017-08-31 00:00:00
Last Modified: 2022-06-23
More Contracts from General Dynamics Information Technology, Inc.
- Global Security Engineering&supply Chain Services — $1.5B (Department of State)
- THE Purpose of This Action IS to Establish a NEW Contract With General Dynamics Information Technology for Global Supply Chain Management, Logistics and Technology Development Services to Support the Department of State. the Initial Funding Associated With This Contract IS $22,304,578.00. the Overall Contract Value IS $2,200,000,000.00 — $1.2B (Department of State)
- Cloud Products&tools (CPT) — $902.0M (Department of Health and Human Services)
- Beneficiary Contact Center Operations — $879.1M (Department of Health and Human Services)
- Award of Task Order 47qfca210051-Nawcad Wolf Ship and AIR C5isr Systems Support — $832.3M (General Services Administration)
View all General Dynamics Information Technology, Inc. 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)