DHS ICE awards $1.16M for Computer Facilities Management Services to 3H TECHNOLOGY, L.L.C. under EAGLE contract
Contract Overview
Contract Amount: $11,585,290 ($11.6M)
Contractor: 3H Technology, L.L.C.
Awarding Agency: Department of Homeland Security
Start Date: 2007-10-22
End Date: 2009-03-30
Contract Duration: 525 days
Daily Burn Rate: $22.1K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: REQUEST FOR QUOTE UNDER THE ENTERPRISE ACQUISITION GATEWAY FOR LEADING-EDGE SOLUTIONS (EAGLE) CONTRACT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20001
Plain-Language Summary
Department of Homeland Security obligated $11.6 million to 3H TECHNOLOGY, L.L.C. for work described as: REQUEST FOR QUOTE UNDER THE ENTERPRISE ACQUISITION GATEWAY FOR LEADING-EDGE SOLUTIONS (EAGLE) CONTRACT Key points: 1. Contract awarded under the EAGLE IDIQ, indicating a pre-competed framework. 2. Focus on Computer Facilities Management Services (NAICS 541513). 3. The award value is relatively small, suggesting a specific task order. 4. Time and Materials pricing structure can pose cost control risks if not managed closely.
Value Assessment
Rating: fair
The award value of $1.16M is modest. Benchmarking against similar Computer Facilities Management Services contracts would require more detailed scope of work and performance metrics. The Time and Materials (T&M) pricing model, while common for evolving IT services, necessitates robust oversight to prevent cost overruns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This was a competitive delivery order under the EAGLE contract, which itself is a full and open IDIQ. This implies a competitive process was used to select the contractor for this specific task order, promoting price discovery and value.
Taxpayer Impact: The competitive nature of the award under a broad IDIQ contract suggests that taxpayers are likely receiving a fair price for the services rendered, though the T&M structure warrants monitoring.
Public Impact
Ensures continued operation of critical IT infrastructure for U.S. Immigration and Customs Enforcement. Supports the agency's mission by maintaining essential computing facilities. The contract duration of 525 days (approx. 1.5 years) indicates a short-to-medium term need.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials pricing can lead to cost overruns without strict oversight.
- Contract duration is relatively short, potentially leading to frequent re-competition and transition costs.
Positive Signals
- Awarded under a large, established IDIQ (EAGLE) contract.
- Competitive award process for the delivery order.
Sector Analysis
The IT services sector, particularly facilities management, is crucial for government operations. Spending benchmarks vary widely based on scope, but this award appears to be for a specific, contained set of services within a larger agency.
Small Business Impact
The EAGLE contract vehicle itself may have provisions for small business participation, but this specific award to 3H TECHNOLOGY, L.L.C. does not indicate small business status. Further analysis of the prime contractor's subcontracting plan would be needed.
Oversight & Accountability
As a delivery order under an IDIQ, oversight likely falls under the purview of the contracting officer's representative (COR) at U.S. Immigration and Customs Enforcement. The T&M pricing requires diligent monitoring of hours and materials.
Related Government Programs
- Computer Facilities Management Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Potential for cost overruns due to T&M pricing.
- Short contract duration may lead to inefficiencies.
- Lack of specific performance metrics in the provided data.
- Limited insight into the specific services provided.
Tags
computer-facilities-management-services, department-of-homeland-security, dc, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $11.6 million to 3H TECHNOLOGY, L.L.C.. REQUEST FOR QUOTE UNDER THE ENTERPRISE ACQUISITION GATEWAY FOR LEADING-EDGE SOLUTIONS (EAGLE) CONTRACT
Who is the contractor on this award?
The obligated recipient is 3H TECHNOLOGY, L.L.C..
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 $11.6 million.
What is the period of performance?
Start: 2007-10-22. End: 2009-03-30.
What specific IT facilities management services are included in this $1.16M task order, and how do they align with ICE's core mission requirements?
This task order likely covers the maintenance, operation, and potentially upgrade of computer facilities essential for ICE's data processing and storage needs. These services are critical for supporting law enforcement databases, communication systems, and analytical tools that underpin the agency's immigration and customs enforcement functions.
What are the primary risks associated with the Time and Materials (T&M) pricing structure for this contract, and what mitigation strategies are in place?
The primary risk of T&M is uncontrolled cost escalation if labor hours or material costs are not closely monitored and justified. Mitigation strategies typically include establishing fixed-price components where possible, setting clear ceilings, requiring detailed timesheets and expense reports, and implementing strong performance metrics and oversight by a COR.
How does the competitive nature of this delivery order under the EAGLE IDIQ ensure effective price discovery and value for the government?
The competitive process for delivery orders under IDIQs like EAGLE allows multiple pre-qualified vendors to bid on specific requirements. This competition drives down prices and encourages vendors to offer their best value propositions, ensuring the government receives competitive pricing and services tailored to the defined need.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Facilities Management Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HSCEOP-07-Q-00115
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Qinetiq Group PLC (UEI: 733131788)
Address: 1767 BUSINESS CENTER DRIVE., RESTON, VA, 11
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $11,585,290
Exercised Options: $11,585,290
Current Obligation: $11,585,290
Parent Contract
Parent Award PIID: HSHQDC06D00046
IDV Type: IDC
Timeline
Start Date: 2007-10-22
Current End Date: 2009-03-30
Potential End Date: 2009-03-30 00:00:00
Last Modified: 2011-10-06
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)