DHS ICE Awards $5.47M for Regulatory Evaluation and Development Support Services to Global Miracle Solutions LLC
Contract Overview
Contract Amount: $5,466,697 ($5.5M)
Contractor: Global Miracle Solutions LLC
Awarding Agency: Department of Homeland Security
Start Date: 2021-09-14
End Date: 2026-09-13
Contract Duration: 1,825 days
Daily Burn Rate: $3.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: REGULATORY EVALUATION AND DEVELOPMENT SUPPORT SERVICES (REDSS)
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
Department of Homeland Security obligated $5.5 million to GLOBAL MIRACLE SOLUTIONS LLC for work described as: REGULATORY EVALUATION AND DEVELOPMENT SUPPORT SERVICES (REDSS) Key points: 1. Contract awarded for essential regulatory support services. 2. Global Miracle Solutions LLC is the sole awardee. 3. The contract duration is 5 years, indicating a long-term need. 4. The award falls under Engineering Services (NAICS 541330).
Value Assessment
Rating: good
The contract value of $5.47 million over 5 years appears reasonable for specialized regulatory evaluation and development support. Benchmarking against similar contracts for engineering and consulting services would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a limited competition scenario. This method may impact price discovery compared to unrestricted full and open competition.
Taxpayer Impact: The total contract value of $5.47 million represents taxpayer funds allocated for critical regulatory support functions within DHS ICE.
Public Impact
Ensures continued support for regulatory processes within U.S. Immigration and Customs Enforcement. Impacts the efficiency and effectiveness of regulatory development and evaluation. Supports the agency's mission by providing necessary technical and analytical expertise.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may not yield the best possible price.
- Contract duration could lead to vendor lock-in if not managed carefully.
Positive Signals
- Award supports a critical government function.
- Long-term contract provides stability for service delivery.
Sector Analysis
The Engineering Services sector (NAICS 541330) encompasses a wide range of professional services. The contract value is moderate within this sector, suggesting a focused scope of work for regulatory support.
Small Business Impact
The awardee, Global Miracle Solutions LLC, is not identified as a small business in the provided data. There is no indication of small business subcontracting goals for this contract.
Oversight & Accountability
Oversight will be crucial to ensure Global Miracle Solutions LLC meets performance requirements and delivers value for taxpayer money throughout the contract's five-year term.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Potential for limited competition to result in higher costs.
- Lack of small business participation.
- Dependency on a single contractor for critical services.
Tags
engineering-services, department-of-homeland-security, dc, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $5.5 million to GLOBAL MIRACLE SOLUTIONS LLC. REGULATORY EVALUATION AND DEVELOPMENT SUPPORT SERVICES (REDSS)
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. Immigration and Customs Enforcement).
What is the total obligated amount?
The obligated amount is $5.5 million.
What is the period of performance?
Start: 2021-09-14. End: 2026-09-13.
What specific regulatory evaluation and development tasks are included in this contract, and how do they align with ICE's strategic objectives?
The contract likely covers a range of activities such as analyzing proposed regulations, assessing their impact, developing new regulatory frameworks, and providing technical expertise. These tasks are crucial for ICE to effectively implement and enforce immigration and customs laws, ensuring compliance and operational efficiency.
What was the justification for excluding other sources, and what steps were taken to ensure fair pricing despite the limited competition?
The justification for excluding other sources would typically involve specific technical requirements or prior performance that only Global Miracle Solutions LLC could meet. To ensure fair pricing, the agency likely conducted market research, reviewed historical pricing data, and negotiated the terms based on established cost principles and benchmarks.
How will the effectiveness of the regulatory support services be measured, and what are the key performance indicators (KPIs) for this contract?
Effectiveness will likely be measured through metrics such as the timeliness of deliverables, the quality of analysis provided, adherence to regulatory standards, and the overall contribution to ICE's mission objectives. Key performance indicators might include turnaround times for regulatory reviews, accuracy of impact assessments, and successful development of new regulatory guidance.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering 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: 70CMSW21R00000013
Offers Received: 3
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: $5,466,697
Exercised Options: $5,466,697
Current Obligation: $5,466,697
Actual Outlays: $3,661,094
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: 2021-09-14
Current End Date: 2026-09-13
Potential End Date: 2026-09-13 00:00:00
Last Modified: 2026-02-17
More Contracts from Global Miracle Solutions LLC
- 505 CTS and DET 1 AOC RC Support Services — $21.1M (Department of Defense)
- Nrmc Initiative Management and Program Support Services (impss) — $17.9M (Department of Homeland Security)
- Program Support Services for the Disaster Emergency Communications (DEC) Division — $12.2M (Department of Homeland Security)
- THE Objective of This Contract IS to Obtain Professional Contractor Services to Support Real Property, Technical, Energy and Environmental, and Optional Surge Support — $12.1M (Department of Homeland Security)
- Risk Methodology and Programmatic Support — $9.4M (Department of Homeland Security)
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)