DHS ICE awards $13.18M for EARM system development to Peraton Enterprise Solutions LLC
Contract Overview
Contract Amount: $13,180,062 ($13.2M)
Contractor: Peraton Enterprise Solutions LLC
Awarding Agency: Department of Homeland Security
Start Date: 2007-08-21
End Date: 2009-02-28
Contract Duration: 557 days
Daily Burn Rate: $23.7K/day
Competition Type: NON-COMPETITIVE DELIVERY ORDER
Number of Offers Received: 1
Pricing Type: OTHER (NONE OF THE ABOVE)
Sector: IT
Official Description: SYSTEMS DEVELOPMENT SUPPORT NECESSARY TO COMPLETE THE DEVELOPMENT OF THE ENFORCE ALIEN REMOVALS MODULE (EARM) IN SUPPORT OF THE DEPARTMENT OF HOMELAND SECURITY/IMMIGRATION AND CUSTOMS ENFORCEMENT'S OFFICE OF THE CHIEF INFORMATION OFFICER.
Place of Performance
Location: HERNDON, FAIRFAX County, VIRGINIA, 20171
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $13.2 million to PERATON ENTERPRISE SOLUTIONS LLC for work described as: SYSTEMS DEVELOPMENT SUPPORT NECESSARY TO COMPLETE THE DEVELOPMENT OF THE ENFORCE ALIEN REMOVALS MODULE (EARM) IN SUPPORT OF THE DEPARTMENT OF HOMELAND SECURITY/IMMIGRATION AND CUSTOMS ENFORCEMENT'S OFFICE OF THE CHIEF INFORMATION OFFICER. Key points: 1. The contract supports critical alien removal system development for ICE. 2. Peraton Enterprise Solutions LLC is the sole awardee. 3. The contract carries a risk of limited competition and potential cost overruns. 4. Spending falls within the IT and government services sector.
Value Assessment
Rating: questionable
The total award of $13.18M for a 557-day duration appears high for computing infrastructure services. Benchmarking against similar IT development contracts is difficult without more granular cost data.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This was a non-competitive delivery order, indicating a lack of market research or a specific justification for sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers.
Taxpayer Impact: The sole-source nature of this award means taxpayers may not have received the best possible price due to the absence of competitive bidding.
Public Impact
Impacts the efficiency of immigration enforcement operations. Affects the technology infrastructure supporting border security and immigration. Potential for delays in critical system deployment impacting agency goals.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition.
- High dollar value for IT development.
- Potential for cost overruns due to non-competitive nature.
Positive Signals
- Supports critical DHS/ICE mission.
- Addresses a specific technological need.
Sector Analysis
This contract falls under the Information Technology sector, specifically focusing on computing infrastructure and data processing. Government spending in this area is substantial, and benchmarks vary widely based on project complexity and duration.
Small Business Impact
There is no indication that small businesses were involved in this contract, either as prime contractors or subcontractors. The award was made to a single, likely large, entity.
Oversight & Accountability
The non-competitive nature of this award warrants further oversight to ensure the justification for sole-source procurement was sound and that the pricing is reasonable.
Related Government Programs
- Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Sole-source award
- Lack of competition
- Potential for cost overruns
- Limited transparency on pricing
- High dollar value for IT development
Tags
computing-infrastructure-providers-data-, department-of-homeland-security, va, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $13.2 million to PERATON ENTERPRISE SOLUTIONS LLC. SYSTEMS DEVELOPMENT SUPPORT NECESSARY TO COMPLETE THE DEVELOPMENT OF THE ENFORCE ALIEN REMOVALS MODULE (EARM) IN SUPPORT OF THE DEPARTMENT OF HOMELAND SECURITY/IMMIGRATION AND CUSTOMS ENFORCEMENT'S OFFICE OF THE CHIEF INFORMATION OFFICER.
Who is the contractor on this award?
The obligated recipient is PERATON ENTERPRISE SOLUTIONS LLC.
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 $13.2 million.
What is the period of performance?
Start: 2007-08-21. End: 2009-02-28.
What was the specific justification for awarding this contract on a sole-source basis?
The justification for a sole-source award typically involves circumstances where only one responsible source can provide the required supplies or services. This could be due to unique capabilities, proprietary technology, or urgent and compelling needs that preclude full and open competition. A detailed review of the contract file would be necessary to ascertain the precise rationale provided by DHS/ICE.
How does the per-unit cost of this development effort compare to industry standards for similar IT projects?
Without a breakdown of costs by labor categories, software licenses, or other direct expenses, a precise per-unit cost comparison is not feasible. The total award of $13.18M over 557 days averages approximately $23,663 per day. Benchmarking this daily rate against industry standards for complex system development requires more granular data on the scope of work and resources utilized.
What measures are in place to ensure the effective and timely completion of the EARM module given the non-competitive award?
Given the sole-source nature, robust contract management and oversight are crucial. This includes clear performance metrics, regular progress reviews, and defined milestones. The agency should actively monitor Peraton's performance to mitigate risks associated with limited competition and ensure the EARM module is delivered on time and meets all functional 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: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: NON-COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: OTHER (NONE OF THE ABOVE) (3)
Evaluated Preference: NONE
Contractor Details
Parent Company: HP, Inc. (UEI: 009122532)
Address: 13600 EDS DR, HERNDON, VA, 11
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $13,180,062
Exercised Options: $13,180,062
Current Obligation: $13,180,062
Parent Contract
Parent Award PIID: GS35F0323J
IDV Type: FSS
Timeline
Start Date: 2007-08-21
Current End Date: 2009-02-28
Potential End Date: 2009-02-28 00:00:00
Last Modified: 2012-07-24
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 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)