DHS USCIS awards $18.6M IT services contract to Burke Consortium Inc. under EAGLE IDIQ

Contract Overview

Contract Amount: $18,626,288 ($18.6M)

Contractor: Burke Consortium Inc

Awarding Agency: Department of Homeland Security

Start Date: 2011-09-30

End Date: 2014-09-30

Contract Duration: 1,096 days

Daily Burn Rate: $17.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 3

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: CERTIFICATION&ACCREDITATION TECHNICAL SERVICES (CATS)ISSUED UNDER THE DHS EAGLE IDIQ CONTRACT, SMALL BUSINEES SET-ASIDE IN FUNCTIONAL CATEGORY 3 (FC-3).

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20529

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $18.6 million to BURKE CONSORTIUM INC for work described as: CERTIFICATION&ACCREDITATION TECHNICAL SERVICES (CATS)ISSUED UNDER THE DHS EAGLE IDIQ CONTRACT, SMALL BUSINEES SET-ASIDE IN FUNCTIONAL CATEGORY 3 (FC-3). Key points: 1. Contract awarded under a broad IDIQ vehicle, suggesting potential for future task orders. 2. The contract was competed, but with exclusions, raising questions about the breadth of competition. 3. IT services are critical for USCIS operations, impacting immigration processing efficiency. 4. The contract duration of approximately three years provides a stable period for service delivery. 5. The use of Time and Materials pricing can present cost control challenges if not closely managed.

Value Assessment

Rating: fair

The total award amount of $18.6 million over three years averages to approximately $6.2 million annually. Benchmarking this against similar IT service contracts within DHS or other agencies for computer systems design services is difficult without more granular data on the specific services provided. The Time and Materials (T&M) pricing structure, while common for evolving IT needs, can lead to higher costs if not managed with strict oversight and defined labor categories. Without specific performance metrics or comparisons to industry benchmarks for similar IT support, assessing the value for money is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was issued under the DHS EAGLE IDIQ, which itself was competed. However, the specific award states 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that while the IDIQ was broadly competed, specific sources may have been excluded for this particular delivery order. The number of bidders for this specific delivery order is not provided, making it difficult to assess the level of competition for this task. The exclusion of sources could limit price discovery and potentially increase costs for the government.

Taxpayer Impact: The exclusion of certain sources, even within a broadly competed IDIQ, may limit the government's ability to secure the most competitive pricing, potentially leading to higher costs for taxpayers.

Public Impact

USCIS benefits from enhanced IT infrastructure and support, crucial for processing immigration applications. Citizens and foreign nationals interacting with USCIS services indirectly benefit from improved system reliability and performance. The contract supports IT professionals in the Washington D.C. metropolitan area. The services provided are essential for the day-to-day operations of a major federal agency.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Time and Materials (T&M) contract type can lead to cost overruns if not closely monitored.
  • The 'exclusion of sources' in the competition raises questions about the extent of market engagement.
  • Lack of specific performance metrics makes it hard to gauge the effectiveness of the services.

Positive Signals

  • Awarded under a large IDIQ vehicle (DHS EAGLE) which implies a structured procurement process.
  • The contract is for essential IT services supporting a critical government function (USCIS).
  • The contract has a defined period, allowing for focused service delivery and evaluation.

Sector Analysis

This contract falls within the Information Technology (IT) sector, specifically Computer Systems Design Services. The IT services market is vast and highly competitive, with numerous large and small businesses offering a wide range of capabilities. Contracts like this, issued under IDIQ vehicles, are common for agencies seeking flexible IT support. The DHS EAGLE IDIQ itself is a significant contract vehicle designed to meet the evolving IT needs of the agency, indicating a substantial government investment in IT modernization and support.

Small Business Impact

The data indicates this contract was not a small business set-aside (ss: false, sb: false). While the IDIQ vehicle may have provisions for small business participation, this specific delivery order was not set aside. This means that larger businesses or those not specifically designated as small businesses could compete. Subcontracting opportunities for small businesses are not explicitly detailed in the provided data but are often a component of larger IDIQ contracts.

Oversight & Accountability

Oversight for this contract would typically fall under the U.S. Citizenship and Immigration Services (USCIS) contracting officers and program managers. As a delivery order under the DHS EAGLE IDIQ, it is subject to the oversight mechanisms established for that program. Transparency is facilitated through contract databases like FPDS.gov. The Department of Homeland Security's Office of Inspector General (OIG) would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.

Related Government Programs

  • DHS EAGLE IDIQ
  • Computer Systems Design Services
  • IT Support Services
  • Federal Civilian IT Contracts

Risk Flags

  • Potential for cost overruns due to T&M pricing
  • Limited competition due to source exclusion
  • Lack of detailed performance metrics in award data

Tags

it-services, computer-systems-design, department-of-homeland-security, uscis, delivery-order, time-and-materials, full-and-open-competition, district-of-columbia, burke-consortium-inc, dhseagle-idiq

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $18.6 million to BURKE CONSORTIUM INC. CERTIFICATION&ACCREDITATION TECHNICAL SERVICES (CATS)ISSUED UNDER THE DHS EAGLE IDIQ CONTRACT, SMALL BUSINEES SET-ASIDE IN FUNCTIONAL CATEGORY 3 (FC-3).

Who is the contractor on this award?

The obligated recipient is BURKE CONSORTIUM INC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Citizenship and Immigration Services).

What is the total obligated amount?

The obligated amount is $18.6 million.

What is the period of performance?

Start: 2011-09-30. End: 2014-09-30.

What specific IT services were provided under this contract, and how do they align with USCIS's mission objectives?

The contract is classified under NAICS code 541512 for Computer Systems Design Services. This typically encompasses a range of activities including designing, developing, and integrating hardware, software, and network systems. For USCIS, these services are critical for maintaining and improving the systems used to manage immigration applications, track case statuses, manage biometrics, and facilitate communication. The specific tasks could include system analysis, network design, software development, cybersecurity implementation, and IT infrastructure support. The alignment with USCIS's mission is direct, as efficient and reliable IT systems are fundamental to processing millions of applications and petitions annually, ensuring national security, and managing the nation's immigration system.

How does the $18.6 million award compare to other IT service contracts awarded by DHS or USCIS during the same period?

Comparing the $18.6 million award requires context regarding the scope and duration. This contract, valued at approximately $6.2 million per year over three years, is a moderate-sized award for IT services within a large agency like DHS. USCIS and other DHS components frequently award IT contracts ranging from a few million to tens or even hundreds of millions of dollars, depending on the complexity and scale of the requirement. For instance, major system modernizations or large-scale cloud migrations would command significantly higher figures. This contract appears to be for ongoing operational support and system enhancements rather than a large-scale transformation project. Without specific details on the services rendered and the number of bidders, a precise value-for-money comparison is difficult, but it falls within a common range for specialized IT support.

What are the potential risks associated with the Time and Materials (T&M) pricing structure used for this contract?

The primary risk with Time and Materials (T&M) contracts is the potential for cost overruns, as the government pays for the actual labor hours and materials used, plus a fixed fee or percentage. If not managed diligently, contractors may not have a strong incentive to control costs or improve efficiency, leading to higher-than-anticipated expenditures. For USCIS, this could mean exceeding the $18.6 million ceiling if the project scope expands or if labor hours are not carefully tracked and justified. Effective risk mitigation requires robust oversight, clear definition of labor categories and rates, detailed reporting of hours worked, and strong contract administration to ensure that the work performed is necessary and efficient.

What does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' designation imply for the procurement process and potential savings?

This designation suggests a nuanced approach to competition. 'Full and open competition' implies that all responsible sources were initially considered. However, the 'exclusion of sources' indicates that certain potential bidders were deliberately removed from consideration for this specific delivery order. This exclusion could be based on various factors, such as specific technical capabilities, past performance issues, or strategic sourcing decisions related to the IDIQ vehicle. While the intent might be to ensure best fit or manage the IDIQ pool, excluding sources can limit the competitive landscape. This reduction in competition may hinder optimal price discovery, potentially leading to higher costs for the government compared to a scenario with broader participation. The specific reasons for exclusion would be critical to understanding the full impact on taxpayer value.

How has Burke Consortium Inc. performed on previous government contracts, particularly those of similar scope and value?

Assessing Burke Consortium Inc.'s past performance requires accessing detailed contract databases (like FPDS) and potentially CPARS (Contractor Performance Assessment Reporting System) reports. Without direct access to these systems for this specific analysis, a definitive statement on their track record is not possible. However, their ability to win a delivery order under the competitive DHS EAGLE IDIQ suggests they met the initial qualifications. Government contracting performance is often evaluated based on factors such as on-time delivery, quality of work, cost control, and adherence to contract terms. Agencies typically review past performance data during source selection, so USCIS would have had access to this information when making the award. A review of their contract history would reveal their experience with IT services, similar contract types (T&M), and their performance ratings on prior government engagements.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSADP AND TELECOMMUNICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: HSSCCG-11-R-00022

Offers Received: 3

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 5500 CHEROKEE AVE STE 510, ALEXANDRIA, VA, 22312

Business Categories: Category Business, Small Business, Woman Owned Business

Financial Breakdown

Contract Ceiling: $21,329,336

Exercised Options: $18,626,288

Current Obligation: $18,626,288

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Parent Contract

Parent Award PIID: HSHQDC06D00065

IDV Type: IDC

Timeline

Start Date: 2011-09-30

Current End Date: 2014-09-30

Potential End Date: 2014-09-30 00:00:00

Last Modified: 2017-03-29

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending