DHS awards $1.8M for laptops and towers for agent training, with 6 bidders competing
Contract Overview
Contract Amount: $1,798,896 ($1.8M)
Contractor: NEW Tech Solutions, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2026-04-07
End Date: 2026-07-06
Contract Duration: 90 days
Daily Burn Rate: $20.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS ORDER PROVIDES WORKSTATION LAPTOPS AND TOWERS FOR AGENTS TO UTILIZE DURING EVIDENCE RECOVERY TRAINING.
Place of Performance
Location: FREMONT, ALAMEDA County, CALIFORNIA, 94538
Plain-Language Summary
Department of Homeland Security obligated $1.8 million to NEW TECH SOLUTIONS, INC. for work described as: THIS ORDER PROVIDES WORKSTATION LAPTOPS AND TOWERS FOR AGENTS TO UTILIZE DURING EVIDENCE RECOVERY TRAINING. Key points: 1. Value for money assessed against similar IT hardware procurements. 2. Competition dynamics indicate a healthy market for computer equipment. 3. Risk indicators include potential for obsolescence in rapidly evolving tech. 4. Performance context is tied to agent training effectiveness. 5. Sector positioning within IT hardware procurement for government agencies.
Value Assessment
Rating: good
The contract value of $1.8 million for workstations appears reasonable given the quantity and specifications likely required for agent training. Benchmarking against similar government IT hardware procurements suggests competitive pricing. The firm fixed-price contract type helps control costs. However, without specific unit details, a precise value-for-money assessment is challenging.
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 allowed to bid. With 6 bidders, the competition level suggests a robust market for these types of IT hardware. This level of competition is generally favorable for price discovery and achieving competitive pricing.
Taxpayer Impact: The robust competition for this contract is beneficial for taxpayers, as it likely drove down prices and ensured the government received competitive offers for the required equipment.
Public Impact
Immigration and Customs Enforcement (ICE) agents will benefit from updated training equipment. The services delivered include the provision of workstation laptops and towers. The geographic impact is primarily within California, where the equipment will likely be utilized or delivered. Workforce implications include ensuring agents have modern tools for effective evidence recovery training.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for technology obsolescence given the 2-year lifespan.
- Dependence on a single vendor for delivery if not managed proactively.
Positive Signals
- Firm fixed-price contract limits cost overruns.
- Competition among 6 bidders suggests market viability.
- Clear delivery order for specific training needs.
Sector Analysis
This contract falls within the broader IT hardware and services sector, specifically focusing on computer equipment procurement. The market for government IT hardware is substantial, with agencies constantly refreshing their technology to maintain operational effectiveness. This procurement aligns with typical government spending patterns for end-user computing devices essential for training and operational support.
Small Business Impact
The data indicates this contract was awarded under full and open competition and does not specify any small business set-aside. Therefore, the direct impact on small businesses through this specific award is likely minimal unless they were subcontractors. Further analysis would be needed to determine subcontracting opportunities.
Oversight & Accountability
The contract is subject to standard federal procurement oversight. The firm fixed-price nature provides cost control. Transparency is maintained through federal contract databases. The specific oversight mechanisms for this delivery order would fall under the purview of the U.S. Immigration and Customs Enforcement contracting officers and potentially the Department of Homeland Security's Inspector General if performance issues arise.
Related Government Programs
- Federal IT Hardware Procurement
- Law Enforcement Training Equipment
- Department of Homeland Security IT Contracts
- Computer Equipment Services
Risk Flags
- Potential for technology obsolescence
- Need for detailed unit cost benchmarking
Tags
it-hardware, laptops, workstations, training-equipment, department-of-homeland-security, u-s-immigration-and-customs-enforcement, full-and-open-competition, firm-fixed-price, delivery-order, california, computer-related-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $1.8 million to NEW TECH SOLUTIONS, INC.. THIS ORDER PROVIDES WORKSTATION LAPTOPS AND TOWERS FOR AGENTS TO UTILIZE DURING EVIDENCE RECOVERY TRAINING.
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. Immigration and Customs Enforcement).
What is the total obligated amount?
The obligated amount is $1.8 million.
What is the period of performance?
Start: 2026-04-07. End: 2026-07-06.
What is the typical lifespan of workstation laptops and towers procured by federal agencies for training purposes?
The typical lifespan for workstation laptops and towers procured by federal agencies for training purposes can vary significantly based on the intended use, technological advancements, and agency refresh cycles. Generally, agencies aim for a 3-5 year lifecycle for standard workstations. However, for specialized training environments where equipment might undergo more intensive use or where rapid technological obsolescence is a concern, the lifespan might be shorter, perhaps 2-3 years. This specific contract has a delivery period ending in July 2026, implying a potential operational lifespan of around 2 years for the equipment, which aligns with a shorter, training-focused cycle where keeping up with the latest technology is prioritized over extended hardware longevity.
How does the per-unit cost of these workstations compare to commercial off-the-shelf (COTS) equivalents?
Without specific technical specifications for the laptops and towers, a precise per-unit cost comparison to Commercial Off-The-Shelf (COTS) equivalents is challenging. However, federal procurement often involves bulk discounts that can make per-unit costs competitive. The contract value of $1,798,896 for an unspecified number of units suggests a potential average per-unit cost. If we assume, for example, 1,000 units, the average cost would be approximately $1,800 per unit. This figure needs to be benchmarked against comparable COTS configurations with similar processing power, memory, storage, and warranty terms. Government contracts sometimes include extended warranties or specific security configurations that can increase the per-unit cost compared to standard retail pricing.
What are the primary risks associated with procuring IT hardware for training purposes?
The primary risks associated with procuring IT hardware for training purposes include technological obsolescence, where the equipment quickly becomes outdated, diminishing its training value. Another significant risk is inadequate performance, where the hardware cannot support the required training software or simulations, leading to inefficiencies. Compatibility issues with existing networks or software can also arise. Furthermore, there's a risk of over-procurement, where more units are purchased than needed, leading to wasted funds. Finally, security vulnerabilities in the hardware or its configuration can pose risks to sensitive training data or connected networks if not properly managed.
What is the track record of New Tech Solutions, Inc. in delivering IT hardware to federal agencies?
Information regarding the specific track record of New Tech Solutions, Inc. in delivering IT hardware to federal agencies is not provided in the given data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes in fulfilling similar IT hardware requirements for government clients. Federal procurement systems often maintain past performance information that can be accessed to evaluate a contractor's reliability, quality of goods, and adherence to delivery schedules.
How does the competition level of 6 bidders impact the overall value proposition for this contract?
A competition level of 6 bidders for this IT hardware contract is generally considered healthy and indicative of a competitive market. This level of participation typically drives down prices as vendors vie for the award, leading to a better value proposition for the government and, by extension, taxpayers. It also increases the likelihood that the government will receive innovative solutions or favorable terms. A higher number of bidders generally correlates with more competitive pricing and a wider selection of offerings, ensuring the agency can secure equipment that meets its specific needs at a reasonable cost.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - COMPUTE
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: $1,798,896
Exercised Options: $1,798,896
Current Obligation: $1,798,896
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SC82B
IDV Type: GWAC
Timeline
Start Date: 2026-04-07
Current End Date: 2026-07-06
Potential End Date: 2026-07-06 00:00:00
Last Modified: 2026-04-07
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)