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
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
- Lack of specific performance metrics provided.
- Potential for scope creep in agile development.
- Dependence on a single vendor for critical support.
Positive Signals
- Clear objective to eliminate process redundancies.
- Utilizes a competitive bidding process.
- Long-term contract duration allows for sustained development.
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
- Computer Systems Design Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Potential for vendor lock-in.
- Complexity of measuring agile development success.
- Reliance on contractor for critical IT support.
- Limited visibility into specific performance metrics.
- Unclear rationale for source exclusion.
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 Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP 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
- Health Services Portfolio Technical Management and Strategic Solutioning Support — $308.8M (Department of Veterans Affairs)
- Mail Management Services for VBA — $258.0M (Department of Veterans Affairs)
- Transformation Twenty ONE Total Technology Next Generation (T4NG) Basic Contract P00003 Incorporates Admin Changes._task Order Health Portfolio PMO and Technical SUP — $194.5M (Department of Veterans Affairs)
- Technology Incubation Services — $179.9M (Department of Veterans Affairs)
- Vetps- Portfolio Products and Sustainment Activities — $153.5M (Department of Veterans Affairs)
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)