ICE Awards $23.3M for Agile Software Development and Tier III Support to GovCIO, LLC

Contract Overview

Contract Amount: $23,342,650 ($23.3M)

Contractor: Govcio, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2020-09-16

End Date: 2025-09-15

Contract Duration: 1,825 days

Daily Burn Rate: $12.8K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 4

Pricing Type: LABOR HOURS

Sector: IT

Official Description: ICE REQUIRES AGILE SOFTWARE DEVELOPMENT AND TIER III SUPPORT SERVICES FOR TITLE-8 PROGRAM 1(T8P1) TO DEVELOP CAPABILITIES THAT WILL ALLOW ENFORCEMENT AND REMOVAL OPERATIONS (ERO) TO ELIMINATE PROCESS REDUNDANCIES.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20001

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $23.3 million to GOVCIO, LLC for work described as: ICE REQUIRES AGILE SOFTWARE DEVELOPMENT AND TIER III SUPPORT SERVICES FOR TITLE-8 PROGRAM 1(T8P1) TO DEVELOP CAPABILITIES THAT WILL ALLOW ENFORCEMENT AND REMOVAL OPERATIONS (ERO) TO ELIMINATE PROCESS REDUNDANCIES. Key points: 1. Contract awarded to GovCIO, LLC for $23.3M. 2. Services include agile software development and Tier III support for the Title-8 Program. 3. The goal is to eliminate process redundancies in enforcement and removal operations. 4. This contract falls under Computer Systems Design Services. 5. The award was made under full and open competition after exclusion of sources.

Value Assessment

Rating: good

The contract value of $23.3M over 5 years suggests a moderate annual spend. Benchmarking against similar IT services contracts for government agencies would be necessary for a precise pricing assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'full and open competition after exclusion of sources,' indicating a competitive process. The specific method of excluding sources and its impact on price discovery would require further detail.

Taxpayer Impact: The contract aims to improve efficiency in ERO operations, potentially leading to cost savings and better resource allocation for taxpayers.

Public Impact

Enhances critical enforcement and removal operations for ICE. Aims to streamline government processes through technological solutions. Supports the development of new capabilities for a key federal agency. Potential for improved efficiency and effectiveness in immigration enforcement.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract is within the IT sector, specifically Computer Systems Design Services. Government spending in this area is substantial, driven by the need for modernization and enhanced digital capabilities across agencies.

Small Business Impact

The contract does not indicate any specific set-asides for small businesses, and the prime contractor, GovCIO, LLC, is not listed as a small business. This suggests limited direct opportunity for small businesses on this prime contract.

Oversight & Accountability

The contract is managed by U.S. Immigration and Customs Enforcement (ICE) under the Department of Homeland Security. Oversight would involve monitoring performance against contract requirements and ensuring adherence to federal acquisition regulations.

Related Government Programs

Risk Flags

Tags

computer-systems-design-services, department-of-homeland-security, dc, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $23.3 million to GOVCIO, LLC. ICE REQUIRES AGILE SOFTWARE DEVELOPMENT AND TIER III SUPPORT SERVICES FOR TITLE-8 PROGRAM 1(T8P1) TO DEVELOP CAPABILITIES THAT WILL ALLOW ENFORCEMENT AND REMOVAL OPERATIONS (ERO) TO ELIMINATE PROCESS REDUNDANCIES.

Who is the contractor on this award?

The obligated recipient is GOVCIO, 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 $23.3 million.

What is the period of performance?

Start: 2020-09-16. End: 2025-09-15.

What specific performance metrics will be used to evaluate the success of the agile software development and Tier III support services in eliminating process redundancies?

The provided data does not specify the performance metrics. Typically, such metrics would be detailed in the contract's Statement of Work (SOW) and could include measures like reduction in processing times, error rates, system uptime, and user satisfaction. These would be crucial for assessing the effectiveness of the contractor's deliverables against the program's objectives.

How does the 'exclusion of sources' in the competition method impact the potential for achieving the best value for taxpayers?

While 'full and open competition after exclusion of sources' implies a competitive process, the exclusion of specific sources could limit the pool of potential bidders. If the excluded sources were capable of providing superior solutions or more competitive pricing, this could potentially lead to a less optimal outcome for taxpayers. Transparency regarding the rationale for exclusion is key.

What is the projected return on investment or quantifiable benefit expected from eliminating process redundancies in ERO operations through this contract?

The data does not provide a quantifiable ROI or specific benefits. However, the objective of eliminating process redundancies suggests expected gains in operational efficiency, reduced manual effort, faster processing times, and potentially lower long-term operational costs for ICE. A detailed cost-benefit analysis would be needed to quantify these impacts.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSADP AND TELECOMMUNICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70CTD020R00000011

Offers Received: 4

Pricing Type: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Address: 101 CONSTITUTION AVE NW STE 100W, WASHINGTON, DC, 20001

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $24,482,861

Exercised Options: $23,342,650

Current Obligation: $23,342,650

Actual Outlays: $13,248,664

Subaward Activity

Number of Subawards: 8

Total Subaward Amount: $12,269,722

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 75N98118D00026

IDV Type: GWAC

Timeline

Start Date: 2020-09-16

Current End Date: 2025-09-15

Potential End Date: 2025-09-15 00:00:00

Last Modified: 2025-09-17

More Contracts from Govcio, LLC

View all Govcio, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending