ACF Awards $26.1M for Mission Support Services Bridge to General Dynamics IT

Contract Overview

Contract Amount: $26,103,232 ($26.1M)

Contractor: General Dynamics Information Technology, Inc.

Awarding Agency: Department of the Interior

Start Date: 2025-09-19

End Date: 2026-09-21

Contract Duration: 367 days

Daily Burn Rate: $71.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: ADMINISTRATION FOR CHILDREN AND FAMILIES (ACF), OFFICE OF REFUGEE RESETTLEMENT (ORR), MISSION SUPPORT SERVICES BRIDGE

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20201

State: District of Columbia Government Spending

Plain-Language Summary

Department of the Interior obligated $26.1 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC. for work described as: ADMINISTRATION FOR CHILDREN AND FAMILIES (ACF), OFFICE OF REFUGEE RESETTLEMENT (ORR), MISSION SUPPORT SERVICES BRIDGE Key points: 1. Contract awarded to a large, established IT provider. 2. Services fall under Marketing Consulting, a broad category. 3. Potential for cost overruns with Time and Materials pricing. 4. Limited direct impact on small businesses indicated.

Value Assessment

Rating: fair

The contract value of $26.1M over approximately one year appears high for marketing consulting services. Benchmarking against similar contracts for mission support or IT consulting is difficult without more specific service details.

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 pricing structure could lead to less predictable costs compared to fixed-price contracts.

Taxpayer Impact: Taxpayers may face higher costs due to the Time and Materials pricing, which doesn't guarantee cost efficiency.

Public Impact

Refugee resettlement services may be impacted by the efficiency of these support functions. Government reliance on large IT contractors for specialized services. Transparency in how consulting funds are utilized for program effectiveness.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under professional services, specifically marketing consulting, which is a broad category. Benchmarks for this specific type of mission support within government agencies are not readily available, but IT and professional services represent a significant portion of federal spending.

Small Business Impact

The contract does not indicate any specific set-asides for small businesses, and the prime contractor is a large entity. This suggests limited direct opportunities for small businesses to participate in this specific award.

Oversight & Accountability

Oversight will be crucial to ensure the Time and Materials contract is managed effectively and that services align with the intended mission support for refugee resettlement.

Related Government Programs

Risk Flags

Tags

marketing-consulting-services, department-of-the-interior, dc, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $26.1 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC.. ADMINISTRATION FOR CHILDREN AND FAMILIES (ACF), OFFICE OF REFUGEE RESETTLEMENT (ORR), MISSION SUPPORT SERVICES BRIDGE

Who is the contractor on this award?

The obligated recipient is GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC..

Which agency awarded this contract?

Awarding agency: Department of the Interior (Departmental Offices).

What is the total obligated amount?

The obligated amount is $26.1 million.

What is the period of performance?

Start: 2025-09-19. End: 2026-09-21.

How will the effectiveness of the mission support services be measured to ensure value for money?

Effectiveness will likely be measured through performance metrics defined in the contract's Statement of Work (SOW). These metrics should track key performance indicators related to service delivery, responsiveness, and impact on the Office of Refugee Resettlement's operations. Regular performance reviews and reporting by the contractor, coupled with government oversight, will be essential to assess value and identify any areas needing improvement or adjustment.

What are the specific risks associated with the Time and Materials pricing model for this contract?

The primary risk of a Time and Materials (T&M) contract is the potential for cost overruns if not closely managed. Unlike fixed-price contracts, the government pays for the actual labor hours and material costs incurred. This can lead to unpredictable final costs and may incentivize less efficient work if oversight is insufficient. Scope creep is also a significant risk, as the contractor may expand the scope of work without a corresponding increase in the contract ceiling, driving up costs.

How does this contract align with the Administration for Children and Families' strategic goals for refugee resettlement?

This contract is intended to provide essential mission support services that enable the Office of Refugee Resettlement (ORR) to effectively carry out its mandate. By ensuring operational efficiency and providing necessary administrative and consulting support, the contract aims to indirectly enhance ORR's ability to manage and deliver services to refugees. The alignment depends on how well the contracted services directly contribute to ORR's program delivery and operational capacity.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesMarketing Consulting 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

Solicitation ID: 140D0425Q0599

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: General Dynamics Corp

Address: 3150 FAIRVIEW PARK DR STE 100, FALLS CHURCH, VA, 22042

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $26,120,810

Exercised Options: $26,120,810

Current Obligation: $26,103,232

Actual Outlays: $2,486,390

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $500,138

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS00F057CA

IDV Type: FSS

Timeline

Start Date: 2025-09-19

Current End Date: 2026-09-21

Potential End Date: 2026-09-21 00:00:00

Last Modified: 2026-04-02

More Contracts from General Dynamics Information Technology, Inc.

View all General Dynamics Information Technology, Inc. federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending