DHS awards $19.8M for HSIN 3.X Platform Upgrade to Peraton Enterprise Solutions LLC
Contract Overview
Contract Amount: $19,832,018 ($19.8M)
Contractor: Peraton Enterprise Solutions LLC
Awarding Agency: Department of Homeland Security
Start Date: 2011-08-25
End Date: 2013-06-27
Contract Duration: 672 days
Daily Burn Rate: $29.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: HSIN 3.X CORE PLATFORM UPGRADE
Place of Performance
Location: CLARKSVILLE, MECKLENBURG County, VIRGINIA, 23927
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $19.8 million to PERATON ENTERPRISE SOLUTIONS LLC for work described as: HSIN 3.X CORE PLATFORM UPGRADE Key points: 1. Contract awarded to Peraton Enterprise Solutions LLC for $19.8M. 2. The contract is for the HSIN 3.X Core Platform Upgrade. 3. Awarded by the Department of Homeland Security, Office of Procurement Operations. 4. Service category is Computer Facilities Management Services (NAICS 541513). 5. Contract type is Time and Materials.
Value Assessment
Rating: fair
The contract value of $19.8M for a platform upgrade appears moderate. Benchmarking against similar IT infrastructure upgrades would be necessary to assess if the pricing is competitive, especially given the Time and Materials contract type which can lead to cost overruns if not managed closely.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process. However, the Time and Materials (T&M) pricing structure may limit price discovery and could potentially lead to higher costs than fixed-price contracts if not carefully monitored.
Taxpayer Impact: Taxpayer funds are being used for this IT infrastructure upgrade. The T&M nature of the contract warrants close oversight to ensure cost efficiency and prevent unnecessary expenditures.
Public Impact
Enhances the Department of Homeland Security's HSIN platform, crucial for inter-agency communication and operations. Supports critical national security and emergency response capabilities. Potential for improved data management and system performance for DHS personnel. The use of T&M pricing requires vigilance to ensure value for taxpayer money.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type can lead to cost overruns.
- Lack of specific performance metrics in provided data.
- Potential for scope creep without strict management.
Positive Signals
- Awarded under full and open competition.
- Supports critical national security functions.
- Upgrade to core platform indicates investment in modernization.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on computer facilities management. Spending benchmarks for similar platform upgrades within federal agencies can vary widely based on complexity and scope, but $19.8M is a significant investment.
Small Business Impact
The provided data does not indicate whether small businesses were involved as subcontractors. Further analysis would be needed to determine the extent of small business participation in this contract.
Oversight & Accountability
The Department of Homeland Security's Office of Procurement Operations is responsible for this award. Oversight would involve monitoring the T&M expenditures, ensuring adherence to the contract scope, and verifying the successful upgrade of the HSIN platform.
Related Government Programs
- Computer Facilities Management Services
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Time and Materials contract.
- Potential for cost overruns.
- Lack of detailed performance metrics.
- Scope creep risk.
- Limited visibility into small business participation.
Tags
computer-facilities-management-services, department-of-homeland-security, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $19.8 million to PERATON ENTERPRISE SOLUTIONS LLC. HSIN 3.X CORE PLATFORM UPGRADE
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 (Office of Procurement Operations).
What is the total obligated amount?
The obligated amount is $19.8 million.
What is the period of performance?
Start: 2011-08-25. End: 2013-06-27.
What is the expected improvement in system performance or capability resulting from this upgrade, and how will it be measured?
The provided data does not specify the expected improvements or measurement criteria for the HSIN 3.X Core Platform Upgrade. A thorough review of the contract's Statement of Work (SOW) and performance metrics would be necessary to assess the tangible benefits and how their achievement is being tracked by the Department of Homeland Security.
Given the Time and Materials contract type, what mechanisms are in place to control costs and prevent overruns?
The Time and Materials (T&M) contract type inherently carries a risk of cost overruns. Effective cost control relies on robust government oversight, including detailed tracking of labor hours and material costs, strict adherence to the contract's ceiling price, and regular performance reviews to ensure the work remains within scope and budget.
How does the $19.8M cost compare to industry standards for similar platform upgrades, and does the full and open competition ensure cost-effectiveness?
Without specific details on the scope and complexity of the HSIN 3.X upgrade, a direct cost comparison to industry standards is difficult. While full and open competition is intended to foster cost-effectiveness, the T&M structure necessitates diligent government management to ensure the final price reflects true value and avoids inflated costs compared to market rates.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Facilities Management Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Peraton Solutions Inc. (UEI: 081218565)
Address: 13600 EDS DR, HERNDON, VA, 20171
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $23,732,018
Exercised Options: $23,732,018
Current Obligation: $19,832,018
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSHQDC06D00032
IDV Type: IDC
Timeline
Start Date: 2011-08-25
Current End Date: 2013-06-27
Potential End Date: 2013-10-18 00:00:00
Last Modified: 2019-03-19
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)