FEMA Awards $61.5M to IBM for IT Operations and Maintenance, Lacking Competition
Contract Overview
Contract Amount: $61,466,750 ($61.5M)
Contractor: International Business Machines Corporation
Awarding Agency: Department of Homeland Security
Start Date: 2017-09-29
End Date: 2019-11-30
Contract Duration: 792 days
Daily Burn Rate: $77.6K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::CT::IGF THE SCOPE OF SERVICES INCLUDES OPERATIONS AND MAINTENANCE, PROJECT PLANNING, KNOWLEDGE AND ASSET TRANSFER, ADVISING ON ARCHITECTURE DESIGN, SYSTEMS ENGINEERING, TECHNICAL DOCUMENTATION, AND SYSTEMS TESTING AND ADVISING THE CDS PROVIDER AS NECESSARY.
Place of Performance
Location: BETHESDA, MONTGOMERY County, MARYLAND, 20817
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $61.5 million to INTERNATIONAL BUSINESS MACHINES CORPORATION for work described as: IGF::CT::IGF THE SCOPE OF SERVICES INCLUDES OPERATIONS AND MAINTENANCE, PROJECT PLANNING, KNOWLEDGE AND ASSET TRANSFER, ADVISING ON ARCHITECTURE DESIGN, SYSTEMS ENGINEERING, TECHNICAL DOCUMENTATION, AND SYSTEMS TESTING AND ADVISING THE CDS PROVIDER AS NECESSARY. Key points: 1. IBM secured a significant contract for comprehensive IT services, including O&M, project planning, and systems engineering. 2. The contract was not competed, raising questions about potential price discovery and value for taxpayer dollars. 3. The lack of competition presents a risk of inflated costs and limited innovation compared to a competitive environment. 4. This spending falls within the Information Technology sector, specifically 'All Other Information Services'.
Value Assessment
Rating: questionable
The contract value of $61.5M for a two-year period is substantial. Without competitive bidding, it's difficult to assess if this price is optimal compared to similar IT operations and maintenance contracts in the market.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source or limited competition award. This significantly impacts price discovery, as there was no market pressure to drive down costs or encourage innovative solutions.
Taxpayer Impact: The absence of competition may lead to taxpayers paying a premium for these IT services, as there was no mechanism to ensure the most cost-effective solution was selected.
Public Impact
Citizens rely on FEMA for critical services, and the efficiency of its IT infrastructure directly impacts disaster response and recovery. A lack of competitive bidding on IT contracts can lead to higher costs for essential government functions. Transparency in government contracting is crucial for public trust and ensuring responsible use of taxpayer funds.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for overpayment
- Limited innovation incentives
Positive Signals
- Definitive contract type
- Firm Fixed Price contract type
Sector Analysis
This contract falls under the Information Technology sector, specifically 'All Other Information Services'. IT spending is a significant portion of federal budgets, and competitive procurement is vital for cost efficiency and technological advancement.
Small Business Impact
There is no indication in the provided data whether small businesses were involved in this contract, either as prime contractors or subcontractors. Further analysis would be needed to determine small business participation.
Oversight & Accountability
The lack of competition suggests potential weaknesses in the procurement process oversight. Robust oversight is needed to ensure that sole-source or limited-competition awards are justified and that fair pricing is achieved.
Related Government Programs
- All Other Information Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Sole-source award
- Potential for inflated pricing
- Lack of market-driven innovation
- Limited transparency in justification
Tags
all-other-information-services, department-of-homeland-security, md, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $61.5 million to INTERNATIONAL BUSINESS MACHINES CORPORATION. IGF::CT::IGF THE SCOPE OF SERVICES INCLUDES OPERATIONS AND MAINTENANCE, PROJECT PLANNING, KNOWLEDGE AND ASSET TRANSFER, ADVISING ON ARCHITECTURE DESIGN, SYSTEMS ENGINEERING, TECHNICAL DOCUMENTATION, AND SYSTEMS TESTING AND ADVISING THE CDS PROVIDER AS NECESSARY.
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 (Federal Emergency Management Agency).
What is the total obligated amount?
The obligated amount is $61.5 million.
What is the period of performance?
Start: 2017-09-29. End: 2019-11-30.
What was the justification for not competing this contract, and were alternative solutions explored?
The provided data states the contract was 'NOT COMPETED'. A thorough review would require access to the contract file to understand the specific justification (e.g., urgent need, unique capability). Without this, it's impossible to determine if alternative solutions were adequately explored or if this was the most responsible approach.
How does the per-unit cost of services compare to industry benchmarks, given the lack of competition?
Directly comparing per-unit costs is challenging without a competitive baseline. The absence of competition means there's no market-driven benchmark. An independent cost analysis or benchmarking against similar government contracts awarded competitively would be necessary to assess value for money.
What mechanisms are in place to ensure ongoing value and performance from IBM, despite the non-competitive award?
With a non-competed contract, robust performance monitoring and contract management are critical. FEMA should have clear performance metrics, regular reviews, and mechanisms for addressing any deficiencies to ensure they are receiving adequate value and service quality.
Industry Classification
NAICS: Information › Other Information Services › All Other Information Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: HSFE60-17-R-0009
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6710 ROCKLEDGE DRIVE, BETHESDA, MD, 20817
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $64,274,961
Exercised Options: $61,466,750
Current Obligation: $61,466,750
Subaward Activity
Number of Subawards: 64
Total Subaward Amount: $16,057,825
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2017-09-29
Current End Date: 2019-11-30
Potential End Date: 2019-11-30 00:00:00
Last Modified: 2023-03-07
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)