DHS awards $146M for IBM software and hardware maintenance to FOUR LLC, raising value-for-money questions

Contract Overview

Contract Amount: $145,995,731 ($146.0M)

Contractor: Four LLC

Awarding Agency: Department of Homeland Security

Start Date: 2020-03-31

End Date: 2023-06-30

Contract Duration: 1,186 days

Daily Burn Rate: $123.1K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: IBM SOFTWARE AND HARDWARE MAINTENANCE AND SUPPORT.

Place of Performance

Location: HERNDON, FAIRFAX County, VIRGINIA, 20171

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $146.0 million to FOUR LLC for work described as: IBM SOFTWARE AND HARDWARE MAINTENANCE AND SUPPORT. Key points: 1. The contract's value of $146 million over three years suggests a significant investment in ongoing IT support. 2. Competition was conducted under 'full and open competition after exclusion of sources,' which warrants further examination of the exclusion rationale. 3. The fixed-price contract type aims to control costs, but the overall value proposition needs benchmarking against similar support agreements. 4. Performance is being tracked under the 'VA' (Veterans Affairs) Special Item Number, indicating a specific procurement vehicle. 5. The contract's duration of nearly four years (1186 days) provides a long-term commitment for essential IT services. 6. The North American Industry Classification System (NAICS) code 541519 points to 'Other Computer Related Services,' a broad category.

Value Assessment

Rating: questionable

Benchmarking this $146 million contract for IBM software and hardware maintenance against similar federal agreements is challenging without more specific service details. However, the duration and scope suggest a substantial expenditure. The firm fixed-price structure is a positive indicator for cost control, but the ultimate value for money depends on the criticality of the IBM systems supported and the efficiency of the services provided by FOUR LLC. Without comparative data on per-unit support costs or service level agreement (SLA) performance metrics, a definitive value assessment is difficult.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'full and open competition after exclusion of sources.' This specific procurement method implies that while the competition was intended to be broad, certain sources were excluded, potentially limiting the pool of bidders. The rationale for excluding specific sources is crucial for understanding the true level of competition. With only two bidders indicated, the competition may not have been as robust as a truly open competition, potentially impacting price discovery and the government's ability to secure the most competitive pricing.

Taxpayer Impact: The exclusion of sources, even if justified, means taxpayers may not have benefited from the lowest possible prices that a wider, unrestricted competition might have yielded. Limited competition can lead to higher costs for government services.

Public Impact

U.S. Customs and Border Protection (CBP) personnel benefit from uninterrupted access to critical IBM software and hardware. Essential IT infrastructure supporting border security and trade facilitation operations is maintained. The services provided ensure the operational readiness of systems vital to national security. The contract supports IT professionals within FOUR LLC, contributing to the federal IT services workforce.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader IT services sector, specifically focusing on software and hardware maintenance and support for IBM products. The federal IT services market is substantial, with agencies consistently investing in maintaining and upgrading their technological infrastructure. Contracts like this are common as agencies rely on complex, often proprietary, systems that require specialized vendor support to ensure operational continuity and security. Benchmarking this spending would involve comparing it to other large-scale IT maintenance contracts, particularly those for similar enterprise-level software and hardware.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a primary focus for this specific contract award. There is no indication of a small business set-aside. Consequently, the direct impact on the small business ecosystem is likely minimal, and there is no explicit information regarding subcontracting opportunities for small businesses within this award. Future analysis could explore if the prime contractor has a history of engaging small businesses in their supply chain.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Homeland Security (DHS) and specifically U.S. Customs and Border Protection (CBP). As a firm fixed-price contract, oversight would focus on ensuring that FOUR LLC meets the defined service levels and deliverables outlined in the contract. Transparency is generally facilitated through contract award databases like FPDS. Accountability measures would involve performance reviews and potential remedies for non-performance. The Inspector General for DHS would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

it-services, software-maintenance, hardware-maintenance, ibm, department-of-homeland-security, customs-and-border-protection, four-llc, firm-fixed-price, full-and-open-competition-after-exclusion-of-sources, limited-competition, va-schedule, information-technology

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $146.0 million to FOUR LLC. IBM SOFTWARE AND HARDWARE MAINTENANCE AND SUPPORT.

Who is the contractor on this award?

The obligated recipient is FOUR 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 $146.0 million.

What is the period of performance?

Start: 2020-03-31. End: 2023-06-30.

What is the specific rationale for excluding certain sources in the 'full and open competition after exclusion of sources' award method?

The 'full and open competition after exclusion of sources' method is typically used when specific circumstances necessitate limiting the competitive pool. This could include situations where only a limited number of contractors possess the necessary technical expertise, security clearances, or proprietary knowledge to perform the required services. For this IBM software and hardware maintenance contract, the exclusion might be due to specialized knowledge of IBM's proprietary systems, unique support capabilities held by only a few firms, or specific security requirements tied to the systems being maintained. Without explicit documentation from the agency detailing the justification for exclusion, it remains difficult to ascertain the precise reasons and whether they were fully warranted, which impacts the assessment of true competition.

How does the $146 million contract value compare to similar federal contracts for IBM software and hardware maintenance?

Directly comparing the $146 million value requires access to detailed contract data for similar IBM maintenance agreements across federal agencies. However, considering the contract spans approximately three years and covers both software and hardware maintenance for potentially critical systems, this figure represents a significant investment. Federal agencies often spend tens to hundreds of millions on enterprise-level IT support contracts. To provide a precise benchmark, one would need to analyze contracts with comparable scope, duration, specific IBM product lines (e.g., mainframe, cloud services, specific software suites), and the number of users or systems supported. The 'VA' Special Item Number suggests it might be procured through a specific IT schedule, which can offer some comparative pricing, but detailed analysis is needed.

What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract?

The provided data does not specify the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. In a typical IT maintenance and support contract of this magnitude, SLAs would define critical metrics such as response times for issue resolution, system uptime guarantees, patch management timelines, and availability of technical support personnel. KPIs would measure the contractor's performance against these SLAs. The absence of this information in the summary data makes it challenging to objectively assess the quality of service being provided by FOUR LLC and whether the contract is delivering the expected operational benefits to U.S. Customs and Border Protection. Robust oversight would require clear, measurable performance standards.

What is the track record of FOUR LLC in providing similar IT maintenance and support services to the federal government?

Information regarding the specific track record of FOUR LLC in providing similar IT maintenance and support services is not detailed in the provided data summary. To assess their capabilities and past performance, one would need to consult federal procurement databases (like FPDS) for previous contract awards to FOUR LLC, examining their performance history, any past performance evaluations, and the types of services they have rendered. Understanding their experience with IBM systems, large-scale federal contracts, and their ability to meet demanding SLAs would be crucial for evaluating the risk associated with this $146 million award. A contractor's history is a key indicator of their reliability and effectiveness.

What are the potential risks associated with relying on a single vendor (FOUR LLC) for critical IBM system maintenance over a multi-year period?

Relying on a single vendor like FOUR LLC for critical IBM system maintenance over a multi-year period presents several potential risks. Firstly, there's vendor lock-in, where the government becomes heavily dependent on the contractor's specific expertise and proprietary knowledge, making it difficult and costly to switch providers. Secondly, price escalation risk exists, as the vendor may increase prices in subsequent years, especially if competition was limited initially. Thirdly, performance degradation is a concern; if the vendor's service quality declines or they face internal challenges, it could directly impact the operational continuity of critical CBP systems. Finally, there's the risk of key personnel turnover within the vendor company, potentially leading to a loss of institutional knowledge and disruption in support.

How does the $146 million expenditure align with the overall IT spending priorities of U.S. Customs and Border Protection?

Assessing how this $146 million expenditure aligns with U.S. Customs and Border Protection's (CBP) overall IT spending priorities requires an analysis of CBP's strategic IT investment plans and budget allocations. This contract supports the maintenance of existing IBM infrastructure, which is likely crucial for ongoing operations. However, it's important to understand if this spending represents a necessary operational cost, an investment in modernization, or if it potentially detracts from funding for newer technologies or strategic initiatives. Information on CBP's IT modernization roadmap, cybersecurity investments, and cloud migration strategies would be needed to determine if this maintenance contract represents a balanced allocation of resources or a potential area for re-evaluation.

Industry Classification

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

Product/Service Code: INFORMATION TECHNOLOGY EQUIPMENT (INCLD FIRMWARE) SOFTWARE,SUPPLIES& SUPPORT EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2303 DULLES STATION BLVD STE 105, HERNDON, VA, 20171

Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $145,995,731

Exercised Options: $145,995,731

Current Obligation: $145,995,731

Actual Outlays: $820,750

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SC73B

IDV Type: GWAC

Timeline

Start Date: 2020-03-31

Current End Date: 2023-06-30

Potential End Date: 2023-06-30 09:05:24

Last Modified: 2025-01-23

More Contracts from Four LLC

View all Four LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending