DHS awards $17.9M for TSA IT Improvement Project to Booz Allen Hamilton
Contract Overview
Contract Amount: $17,917,433 ($17.9M)
Contractor: Booz Allen Hamilton Inc
Awarding Agency: Department of Homeland Security
Start Date: 2007-08-30
End Date: 2012-10-01
Contract Duration: 1,859 days
Daily Burn Rate: $9.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THE PURPOSE OF THIS TASK ORDER, HSTS03-07-J-CIO367 UNDER DHS EAGLE CONTRACT, HSHQDC-06-D-00031, IS TO PROCURE PROGRAM SUPPORT FOR TRANSPORTATION SECURITY ADMINISTRATION'S ITD IMPROVEMENT INITIATIVES (I2) PROJECT, WHICH IS TO MANAGE AN INTEGRATED SET OF INTERNAL IMPROVEMENT PROJECTS AND ACTIVITIES THAT BUILD PROMISING PRACTICES AND CREATE LONG-TERM BENEFITS FOR ITD'S EFFECTIVENESS AND EFFICIENCY.
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $17.9 million to BOOZ ALLEN HAMILTON INC for work described as: THE PURPOSE OF THIS TASK ORDER, HSTS03-07-J-CIO367 UNDER DHS EAGLE CONTRACT, HSHQDC-06-D-00031, IS TO PROCURE PROGRAM SUPPORT FOR TRANSPORTATION SECURITY ADMINISTRATION'S ITD IMPROVEMENT INITIATIVES (I2) PROJECT, WHICH IS TO MANAGE AN INTEGRATED SET OF INTERNAL IMPROVEMENT PROJEC… Key points: 1. Contract supports TSA's ITD Improvement Initiatives (I2) project for long-term IT benefits. 2. Booz Allen Hamilton Inc. secured the contract. 3. The contract was awarded under a full and open competition. 4. This task order falls under the DHS EAGLE contract.
Value Assessment
Rating: good
The contract value of $17.9M appears reasonable for a multi-year program support task order. Benchmarking against similar IT program support contracts would provide a more definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, suggesting a competitive bidding process that should lead to fair pricing. The specific price discovery mechanisms within the competition are not detailed.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for essential IT improvements.
Public Impact
Enhances TSA's IT effectiveness and efficiency through dedicated program support. Supports critical internal improvement projects for long-term benefits. Leverages existing DHS EAGLE contract vehicle for streamlined procurement.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Contract duration is substantial (over 5 years).
- No explicit mention of small business participation.
Positive Signals
- Awarded under full and open competition.
- Supports critical IT infrastructure improvements.
Sector Analysis
This contract falls within the IT services sector, specifically custom computer programming services. Spending benchmarks for similar IT program support contracts would be necessary for a detailed comparison.
Small Business Impact
The data indicates that this contract was not awarded to a small business (ss: false). Further analysis would be needed to determine if small business subcontracting opportunities were included or met.
Oversight & Accountability
The contract is managed under the DHS EAGLE contract, which implies an existing oversight framework. Specific oversight details for this task order are not provided.
Related Government Programs
- Custom Computer Programming Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Long contract duration (over 5 years).
- Lack of detail on specific performance metrics and expected outcomes.
- No explicit mention of small business subcontracting goals or achievements.
- Potential for vendor lock-in over the contract's lifespan.
Tags
custom-computer-programming-services, department-of-homeland-security, va, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $17.9 million to BOOZ ALLEN HAMILTON INC. THE PURPOSE OF THIS TASK ORDER, HSTS03-07-J-CIO367 UNDER DHS EAGLE CONTRACT, HSHQDC-06-D-00031, IS TO PROCURE PROGRAM SUPPORT FOR TRANSPORTATION SECURITY ADMINISTRATION'S ITD IMPROVEMENT INITIATIVES (I2) PROJECT, WHICH IS TO MANAGE AN INTEGRATED SET OF INTERNAL IMPROVEMENT PROJECTS AND ACTIVITIES THAT BUILD PROMISING PRACTICES AND CREATE LONG-TERM BENEFITS FOR ITD'S EFFECTIVENESS AND EFFICIENCY.
Who is the contractor on this award?
The obligated recipient is BOOZ ALLEN HAMILTON INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $17.9 million.
What is the period of performance?
Start: 2007-08-30. End: 2012-10-01.
What specific metrics define 'long-term benefits' for ITD's effectiveness and efficiency?
The contract aims to build promising practices and create long-term benefits for ITD's effectiveness and efficiency. Specific metrics are not detailed in the provided data but would typically include improvements in system uptime, reduction in processing times, enhanced cybersecurity posture, cost savings through optimized resource allocation, and successful implementation of new IT capabilities aligned with TSA's mission.
How does the pricing structure ensure value for money over the contract's duration?
The contract utilizes a Firm Fixed Price (FFP) structure, which shifts cost risk to the contractor and provides budget certainty. While FFP is generally good for controlling costs, the initial pricing negotiation and the contractor's ability to manage costs effectively throughout the 5-year period are crucial for ensuring overall value for taxpayer money.
What is the potential impact of vendor lock-in given the long duration and specific IT support?
A long-duration contract for specialized IT support can create a degree of vendor lock-in, potentially making it difficult to switch providers or adopt new technologies without significant transition costs. However, the full and open competition at the task order level mitigates this risk by allowing for re-competition at the end of the period.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Booz Allen Hamilton Holding Corporation (UEI: 964725688)
Address: 8283 GREENSBORO DRIVE, MCLEAN, VA, 90
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $26,763,941
Exercised Options: $17,917,433
Current Obligation: $17,917,433
Parent Contract
Parent Award PIID: HSHQDC06D00031
IDV Type: IDC
Timeline
Start Date: 2007-08-30
Current End Date: 2012-10-01
Potential End Date: 2012-10-01 00:00:00
Last Modified: 2013-10-24
More Contracts from Booz Allen Hamilton Inc
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (General Services Administration)
- Transformation Twenty-One Total Technology Next Generation (T4NG) Task Order - Benefits Integrated Delivery — $1.4B (Department of Veterans Affairs)
- Federal Contract — $1.2B (General Services Administration)
- Product and Technology Ecosystem Management Services (ptems)which Includes Product Delivery and Lifecycle Management to Transform VA by Tapping Into Emerging Technologies, Connecting Developers With VA Data, and Making Human Centered Design (HCD) — $1.1B (Department of Veterans Affairs)
- Task Order Award — $1.1B (General Services Administration)
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)