DHS awards $47.3M for computing infrastructure, data processing, and web hosting services to Peraton Enterprise Solutions
Contract Overview
Contract Amount: $47,317,892 ($47.3M)
Contractor: Peraton Enterprise Solutions LLC
Awarding Agency: Department of Homeland Security
Start Date: 2017-06-28
End Date: 2019-06-26
Contract Duration: 728 days
Daily Burn Rate: $65.0K/day
Competition Type: NOT COMPETED
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: IGF::OT::IGF THE PURPOSE OF THIS TASK ORDER IS TO PROCURE HP ENTERPRISE SERVICES (DC2) THAT SUPPORTS THE ENTERPRISE SERVICES DIVISION.
Place of Performance
Location: HERNDON, FAIRFAX County, VIRGINIA, 20171
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $47.3 million to PERATON ENTERPRISE SOLUTIONS LLC for work described as: IGF::OT::IGF THE PURPOSE OF THIS TASK ORDER IS TO PROCURE HP ENTERPRISE SERVICES (DC2) THAT SUPPORTS THE ENTERPRISE SERVICES DIVISION. Key points: 1. Contract awarded on a sole-source basis, raising questions about potential price overruns and limited market exploration. 2. The contract's duration of 728 days suggests a need for sustained support in critical IT infrastructure. 3. Focus on computing infrastructure and data processing indicates a reliance on established service providers for core functions. 4. The 'Time and Materials' pricing structure can lead to cost unpredictability if not closely managed. 5. The absence of small business set-asides warrants scrutiny regarding opportunities for smaller, innovative firms. 6. The contract's value is moderate within the broader IT services sector, but its sole-source nature is a key risk indicator.
Value Assessment
Rating: fair
The contract's value of $47.3 million for computing infrastructure and data processing services is difficult to benchmark without more detailed service descriptions and comparable contract data. The 'Time and Materials' pricing model, while flexible, carries inherent risks of cost escalation if not rigorously monitored. The lack of competition means there's no direct market comparison to assess if the pricing is optimal. However, the provider, Peraton Enterprise Solutions, is a known entity in the federal IT space, suggesting some level of established capability.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor can provide the required services, often due to proprietary technology, existing infrastructure integration, or urgent needs. The lack of competition limits the government's ability to leverage market forces to secure the best possible pricing and terms.
Taxpayer Impact: Sole-source awards mean taxpayers may not benefit from competitive pricing, potentially leading to higher costs than if multiple bids were solicited.
Public Impact
The Department of Homeland Security (DHS) benefits from sustained IT infrastructure support, ensuring the continuity of its operations. Services delivered include computing infrastructure, data processing, and web hosting, which are critical for modern government functions. The primary geographic impact is likely within Virginia, where the contract is registered, but the services support national-level DHS operations. The contract supports the workforce involved in managing and maintaining these essential IT services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially increases costs for taxpayers.
- Time and Materials contract type can lead to cost overruns if not managed effectively.
- Lack of small business participation may limit opportunities for smaller, innovative firms in the federal IT market.
Positive Signals
- Contract supports critical IT infrastructure for a major federal agency (DHS).
- Peraton Enterprise Solutions is an established provider in the federal IT services sector.
- The contract duration suggests a stable, long-term need for these services.
Sector Analysis
The contract falls within the broader IT services sector, specifically focusing on computing infrastructure, data processing, and web hosting. This is a mature market with numerous providers, ranging from large system integrators to specialized cloud service providers. The total federal spending on IT services is in the hundreds of billions annually. This contract represents a moderate investment within this vast sector, but its sole-source nature is a notable characteristic in a market that often benefits from robust competition.
Small Business Impact
This contract was not awarded as a small business set-aside, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. The sole-source nature further limits the potential for small business involvement. This could mean missed opportunities for small businesses to contribute to critical federal IT infrastructure and for the government to leverage their agility and innovation.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's contracting and program management offices. Given it's a task order under a larger contract, oversight might also involve the contracting agency that originally awarded the parent contract. Transparency is limited due to the sole-source award and the 'Time and Materials' structure, which requires diligent monitoring to control costs. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- DHS IT Modernization Initiatives
- Federal Cloud Computing Strategy
- Enterprise IT Operations Support Contracts
- Data Center Consolidation Programs
Risk Flags
- Sole Source Award
- Time and Materials Pricing
- Lack of Small Business Participation
Tags
it-services, computing-infrastructure, data-processing, web-hosting, department-of-homeland-security, dhs, peraton-enterprise-solutions, sole-source, time-and-materials, delivery-order, virginia, naics-518210
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $47.3 million to PERATON ENTERPRISE SOLUTIONS LLC. IGF::OT::IGF THE PURPOSE OF THIS TASK ORDER IS TO PROCURE HP ENTERPRISE SERVICES (DC2) THAT SUPPORTS THE ENTERPRISE SERVICES DIVISION.
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 $47.3 million.
What is the period of performance?
Start: 2017-06-28. End: 2019-06-26.
What is the track record of Peraton Enterprise Solutions with the Department of Homeland Security and similar federal agencies?
Peraton Enterprise Solutions, and its predecessor entities, have a history of performing IT services for various federal agencies, including DHS. Their experience often spans areas like enterprise IT operations, cybersecurity, and mission support. For DHS specifically, Peraton has been involved in contracts related to IT infrastructure, network services, and data management. While specific performance metrics for this particular task order are not detailed here, Peraton is generally recognized as a significant player in the federal IT contracting landscape. Their track record typically involves managing complex IT environments and delivering services under various contract types, including those requiring significant technical expertise and security clearances. Further analysis would require examining past performance evaluations and any documented issues or commendations on prior DHS or similar agency contracts.
How does the $47.3 million value compare to similar computing infrastructure and data processing contracts awarded by DHS or other agencies?
The $47.3 million value for a two-year contract (728 days) for computing infrastructure, data processing, and web hosting is within a moderate range for federal IT services. However, direct comparisons are challenging due to the sole-source nature and the 'Time and Materials' (T&M) pricing structure. T&M contracts can vary significantly in total cost based on actual labor hours and material usage. In a competitive bidding environment for similar services, agencies might see a range of proposals. For instance, contracts for cloud hosting or managed data center services can range from a few million to hundreds of millions of dollars depending on scale, scope, and duration. The lack of competition here means we cannot definitively say if this price is high or low relative to what could have been achieved through a full and open competition. Benchmarking would ideally involve looking at other sole-source T&M awards for comparable IT infrastructure support.
What are the primary risks associated with a sole-source 'Time and Materials' contract for critical IT infrastructure?
The primary risks associated with a sole-source 'Time and Materials' (T&M) contract for critical IT infrastructure are twofold. Firstly, the sole-source nature eliminates competitive pressure, which can lead to inflated pricing and reduced incentive for the contractor to optimize costs or innovate. The government cannot leverage market dynamics to secure the best value. Secondly, the T&M pricing model, while offering flexibility, lacks a fixed ceiling on costs. If not rigorously managed and monitored, it can result in significant cost overruns as labor hours and material expenses accumulate. For critical IT infrastructure, this means potential budget unpredictability and the risk of paying more than necessary for essential services, impacting the overall value for taxpayers.
What does the 'Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services' NAICS code suggest about the nature of this contract?
The North American Industry Classification System (NAICS) code 518210, 'Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services,' indicates that this contract is for services related to the provision and management of IT infrastructure. This typically includes services such as providing access to computing facilities (servers, storage), processing data for clients, hosting websites and applications, and offering related support services like network management, security, and technical assistance. For the Department of Homeland Security (DHS), these services are fundamental to maintaining its operational capabilities, managing vast amounts of data, and ensuring the availability of its digital services and platforms. It suggests a reliance on external expertise or resources for core IT functions.
Are there any indications of potential cost savings or efficiencies achieved through this contract, despite its sole-source nature?
The provided data does not offer direct indications of cost savings or efficiencies achieved through this specific contract. The sole-source award and 'Time and Materials' (T&M) pricing structure inherently present challenges in demonstrating cost-effectiveness compared to a competitively bid fixed-price contract. However, potential efficiencies might be realized if Peraton Enterprise Solutions possesses highly specialized knowledge or existing infrastructure that integrates seamlessly with DHS systems, thereby avoiding costly setup or transition periods. The contract's duration (728 days) suggests a need for continuity, implying that stability and uninterrupted service might be prioritized over aggressive cost reduction strategies in the short term. Rigorous oversight, performance metrics, and potentially negotiated labor rates within the T&M framework would be crucial for maximizing value and controlling costs.
What is the significance of the contract being a 'Delivery Order' (aw) rather than a new contract?
The designation 'Delivery Order' (aw) signifies that this contract is not a standalone, newly awarded contract but rather a specific order placed against a pre-existing, larger contract vehicle, often referred to as an 'Indefinite Delivery/Indefinite Quantity' (IDIQ) contract or a similar master agreement. This means that the foundational terms, conditions, and potentially some pricing structures were established when the parent contract was awarded, likely through a competitive process. A delivery order then specifies the quantity, delivery schedule, and sometimes specific pricing for a particular requirement. This approach allows agencies to procure goods or services more efficiently once the overarching contract is in place, streamlining the acquisition process for individual needs like this one for IT services.
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: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: HSHQDC-17-Q-00265
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Veritas Capital Fund Management, L.L.C.
Address: 13600 EDS DR A3S, HERNDON, VA, 20171
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $74,353,482
Exercised Options: $49,034,543
Current Obligation: $47,317,892
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSHQDC15D00015
IDV Type: IDC
Timeline
Start Date: 2017-06-28
Current End Date: 2019-06-26
Potential End Date: 2019-06-26 00:00:00
Last Modified: 2022-11-22
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)