DHS Awards $2.9M for RelativityOne SaaS to New Tech Solutions, Inc
Contract Overview
Contract Amount: $2,894,352 ($2.9M)
Contractor: NEW Tech Solutions, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-30
End Date: 2026-09-29
Contract Duration: 364 days
Daily Burn Rate: $8.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: RELATIVITYONE GOVERNMENT SOFTWARE-AS-A-SERVICE - BASE PERIOD
Place of Performance
Location: ASHBURN, LOUDOUN County, VIRGINIA, 20147
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.9 million to NEW TECH SOLUTIONS, INC. for work described as: RELATIVITYONE GOVERNMENT SOFTWARE-AS-A-SERVICE - BASE PERIOD Key points: 1. Contract awarded for essential government software-as-a-service. 2. New Tech Solutions, Inc. is the sole awardee. 3. Potential for limited competition due to specific service needs. 4. Spending falls within the 'Other Computer Related Services' NAICS code.
Value Assessment
Rating: good
The contract value of $2.9M for a 1-year period appears reasonable for a government-wide SaaS solution. Benchmarking against similar large-scale SaaS procurements would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition. This method may impact price discovery if fewer vendors were considered than in a fully open process.
Taxpayer Impact: Taxpayer funds are being used for a critical software service, with the cost appearing reasonable given the scope.
Public Impact
Ensures continued access to vital data management and collaboration tools for CBP. Supports agency operations in border security and law enforcement. Potential impact on data accessibility and workflow for CBP personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition could lead to higher prices.
- Dependence on a single vendor for critical software.
Positive Signals
- Awarded to a known entity for a specific service.
- Clear end date for the base period.
Sector Analysis
The IT services sector, particularly SaaS, is a significant area of government spending. Benchmarks for similar government SaaS contracts vary widely based on user base and functionality.
Small Business Impact
The data does not indicate if small businesses were involved in this specific award, either as prime contractors or subcontractors. Further analysis would be needed to assess small business participation.
Oversight & Accountability
The Department of Homeland Security, specifically U.S. Customs and Border Protection, is responsible for oversight. The contract type (Firm Fixed Price) suggests clear cost accountability.
Related Government Programs
- Other Computer Related Services
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Limited competition may result in suboptimal pricing.
- Potential vendor lock-in with a proprietary SaaS solution.
- Reliance on a single vendor for critical operational software.
- Lack of transparency on small business participation.
Tags
other-computer-related-services, department-of-homeland-security, va, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.9 million to NEW TECH SOLUTIONS, INC.. RELATIVITYONE GOVERNMENT SOFTWARE-AS-A-SERVICE - BASE PERIOD
Who is the contractor on this award?
The obligated recipient is NEW TECH SOLUTIONS, INC..
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 $2.9 million.
What is the period of performance?
Start: 2025-09-30. End: 2026-09-29.
What is the total estimated cost of the contract over its potential full term, including options?
The provided data only details the base period award of $2,894,351.70 for 364 days. To determine the total estimated cost, one would need to examine any exercised options and their associated values, as well as the potential value of unexercised options if applicable. This information is crucial for a comprehensive understanding of the long-term financial commitment.
Were there any specific technical requirements that limited the pool of eligible bidders?
The designation 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' suggests that while competition was sought, certain criteria or requirements may have excluded some potential bidders. This could be due to specialized features of RelativityOne, specific integration needs with existing CBP systems, or unique security clearances required for personnel accessing the platform.
How does the per-user cost of this RelativityOne contract compare to other federal agencies using the same platform?
Without specific per-user metrics or data from other federal RelativityOne contracts, a direct comparison is not possible. However, the contract's fixed price for a defined period suggests a predictable cost structure. Agencies often negotiate volume discounts or tiered pricing, making direct per-unit comparisons challenging without detailed usage and pricing breakdowns from multiple sources.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - DATA CENTER
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4179 BUSINESS CENTER DR, FREMONT, CA, 94538
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, 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: $20,073,564
Exercised Options: $2,894,352
Current Obligation: $2,894,352
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SC82B
IDV Type: GWAC
Timeline
Start Date: 2025-09-30
Current End Date: 2026-09-29
Potential End Date: 2030-09-29 13:37:12
Last Modified: 2026-02-26
More Contracts from NEW Tech Solutions, Inc.
- Trunked, Land Mobile Radio (LMR) System Maintenance Support Services — $52.8M (Department of Justice)
- NEW Tech Solutions INC:1110203 [19-001361] This Award IS Issued to NEW Tech Solutions Inc. in Accordance With FAR 16.505 to Purchase Adobe Software. the Award Features ONE (1) Base Year and Four (4) Option Years AS Seen Below: Base Year: 09/01 — $43.2M (Department of Health and Human Services)
- Ws-C3850-48u-E — $38.1M (Department of Defense)
- Amazon WEB Services — $37.7M (Department of Health and Human Services)
- IT Licenses — $23.4M (Department of Health and Human Services)
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)