DHS awards $9.1M for Customs and Border Protection program integration services to Global Miracle Solutions LLC

Contract Overview

Contract Amount: $9,142,378 ($9.1M)

Contractor: Global Miracle Solutions LLC

Awarding Agency: Department of Homeland Security

Start Date: 2024-04-01

End Date: 2027-02-28

Contract Duration: 1,063 days

Daily Burn Rate: $8.6K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE PROFESSIONAL SERVICES FOR PROGRAM DEVELOPMENT, IMPLEMENTATION AND INTEGRATION SERVICES FOR THE EFFICIENT AND EFFECTIVE MANAGEMENT OF CUSTOMS AND BORDER PROTECTION PROGRAM OFFICES.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20004

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $9.1 million to GLOBAL MIRACLE SOLUTIONS LLC for work described as: THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE PROFESSIONAL SERVICES FOR PROGRAM DEVELOPMENT, IMPLEMENTATION AND INTEGRATION SERVICES FOR THE EFFICIENT AND EFFECTIVE MANAGEMENT OF CUSTOMS AND BORDER PROTECTION PROGRAM OFFICES. Key points: 1. Contract focuses on program development, implementation, and integration for efficient management. 2. Services are critical for enhancing the operational effectiveness of CBP program offices. 3. The contract duration spans over two years, indicating a need for sustained support. 4. Fixed-price contract type suggests a defined scope and predictable cost structure. 5. The award was made under full and open competition, implying a robust bidding process.

Value Assessment

Rating: good

The contract value of $9.1 million over approximately 34 months appears reasonable for specialized program development and integration services. Benchmarking against similar professional services contracts for federal agencies suggests this is within expected ranges, particularly given the critical nature of Customs and Border Protection operations. The firm-fixed-price structure helps control costs, but detailed cost breakdowns would be needed for a more precise value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition after exclusion of sources, indicating that multiple vendors were likely solicited and allowed to bid. This competitive process is designed to ensure fair pricing and access to the best available services. The specific details of the number of bidders are not provided, but the method suggests a healthy level of competition.

Taxpayer Impact: A full and open competition generally benefits taxpayers by driving down prices through market forces and ensuring that the government receives the best value for its investment.

Public Impact

Benefits U.S. Customs and Border Protection by enhancing program management and integration capabilities. Services delivered will support the efficient and effective operation of critical CBP programs. Geographic impact is national, supporting CBP's nationwide mission. Workforce implications include potential support roles for program managers and integration specialists.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Engineering Services (NAICS 541330) sector, specifically focusing on program management and integration. This sector is vital for government operations, providing specialized expertise to manage complex projects and systems. The market for such services is competitive, with many firms capable of delivering these capabilities. The value of this contract is modest within the broader federal IT and professional services landscape.

Small Business Impact

The contract data indicates that small business participation was not a specific set-aside (ss: false, sb: false). Therefore, the primary focus is on the prime contractor, Global Miracle Solutions LLC. There is no explicit information on subcontracting plans for small businesses within this award notice. Further investigation into the contractor's subcontracting history would be needed to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight will likely be managed by the U.S. Customs and Border Protection program office responsible for the services. Accountability measures are inherent in the firm-fixed-price contract, requiring delivery of specified services. Transparency is facilitated by the contract award notice, but detailed performance metrics and reporting would be subject to the contract's statement of work and agency policies.

Related Government Programs

Risk Flags

Tags

dhs, customs-and-border-protection, program-management, it-integration, professional-services, firm-fixed-price, full-and-open-competition, delivery-order, district-of-columbia, engineering-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $9.1 million to GLOBAL MIRACLE SOLUTIONS LLC. THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE PROFESSIONAL SERVICES FOR PROGRAM DEVELOPMENT, IMPLEMENTATION AND INTEGRATION SERVICES FOR THE EFFICIENT AND EFFECTIVE MANAGEMENT OF CUSTOMS AND BORDER PROTECTION PROGRAM OFFICES.

Who is the contractor on this award?

The obligated recipient is GLOBAL MIRACLE SOLUTIONS LLC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).

What is the total obligated amount?

The obligated amount is $9.1 million.

What is the period of performance?

Start: 2024-04-01. End: 2027-02-28.

What is the track record of Global Miracle Solutions LLC in delivering similar program development and integration services to federal agencies?

Information regarding the specific track record of Global Miracle Solutions LLC in delivering program development, implementation, and integration services for federal agencies, particularly within the Department of Homeland Security or U.S. Customs and Border Protection, is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and client testimonials. Understanding their experience with similar-sized projects and the complexity of federal program integration is crucial for evaluating their capability to meet the stated objectives of this task order.

How does the $9.1 million contract value compare to similar federal contracts for program integration services?

The $9.1 million contract value for program development, implementation, and integration services over approximately 34 months is within a typical range for specialized professional services supporting federal agencies. Benchmarking against similar contracts awarded by DHS or other large agencies for IT program management, system integration, or business process improvement reveals that values can range significantly based on scope, duration, and complexity. Without specific details on the deliverables and required expertise, a precise comparison is difficult, but the amount suggests a substantial, multi-year effort rather than a small, short-term project.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks for this contract include potential scope creep if program requirements are not meticulously defined and managed, challenges in integrating new services with existing CBP systems, and ensuring effective knowledge transfer from the contractor to government personnel. Mitigation strategies likely involve a clearly defined Statement of Work (SOW), robust project management by CBP, regular performance reviews, and potentially phased implementation. The firm-fixed-price nature of the contract also incentivizes the contractor to manage costs and scope effectively, though it places the risk of cost overruns on the contractor if not managed properly.

How effective is the chosen competition method (full and open competition after exclusion of sources) in ensuring value for taxpayers?

Full and open competition after exclusion of sources is generally considered an effective method for ensuring value for taxpayers. It allows the government to solicit bids from all responsible sources, fostering a competitive environment that drives down prices and encourages innovation. By excluding specific sources, it might indicate a need for specialized capabilities that not all vendors possess, but the 'full and open' aspect ensures a broad reach within that specialized market. This approach maximizes the chances of selecting a contractor that offers the best combination of technical merit and cost-effectiveness, thereby optimizing the use of taxpayer funds.

What is the historical spending pattern for program development and integration services within U.S. Customs and Border Protection?

Analyzing historical spending patterns for program development and integration services within U.S. Customs and Border Protection (CBP) is essential for context. While specific historical data is not provided here, CBP, as a large component of DHS, consistently invests in modernizing its systems and improving operational efficiency. Spending in this area typically fluctuates based on strategic priorities, technological advancements, and specific program needs. Understanding past investments can reveal trends in contract types, durations, and average values, helping to assess whether the current $9.1 million award aligns with established patterns or represents a significant shift in investment.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70B01C24Q00000001

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 270 EAST 100 S, SALT LAKE CITY, UT, 84111

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $24,247,534

Exercised Options: $9,146,572

Current Obligation: $9,142,378

Actual Outlays: $6,342,745

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QRAD20D1047

IDV Type: IDC

Timeline

Start Date: 2024-04-01

Current End Date: 2027-02-28

Potential End Date: 2029-02-28 17:01:15

Last Modified: 2026-04-02

More Contracts from Global Miracle Solutions LLC

View all Global Miracle Solutions LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending