DHS awards $11.3M for CART development and services to DEV TECHNOLOGY GROUP INC
Contract Overview
Contract Amount: $11,343,362 ($11.3M)
Contractor: DEV Technology Group Inc
Awarding Agency: Department of Homeland Security
Start Date: 2021-06-21
End Date: 2026-06-20
Contract Duration: 1,825 days
Daily Burn Rate: $6.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: COMPLIANCE ASSISTANCE REPORTING TERMINAL (CART) DEVELOPMENT AND SERVICES
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20191
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $11.3 million to DEV TECHNOLOGY GROUP INC for work described as: COMPLIANCE ASSISTANCE REPORTING TERMINAL (CART) DEVELOPMENT AND SERVICES Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract is a delivery order under a larger contract, indicating phased execution. 3. The firm-fixed-price contract type shifts cost risk to the contractor. 4. The contract duration of 1825 days (5 years) suggests a long-term need for these services. 5. The primary NAICS code (541511) points to custom computer programming services. 6. The contract is managed by U.S. Immigration and Customs Enforcement (ICE) within DHS.
Value Assessment
Rating: good
The contract value of $11.3 million over five years for custom computer programming services appears reasonable, especially given the specialized nature of developing and maintaining a terminal for compliance assistance reporting. Benchmarking against similar custom software development contracts for federal agencies suggests this pricing is within expected ranges. The firm-fixed-price structure also provides cost certainty for the government, although it requires careful scope definition to avoid change orders.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 3 bids suggests a moderate level of competition for this requirement. While not a large number, it indicates that multiple vendors were interested and capable of performing the work, which generally supports fair pricing.
Taxpayer Impact: Full and open competition helps ensure that taxpayer dollars are used efficiently by fostering a competitive environment that drives down prices and encourages innovation.
Public Impact
This contract supports U.S. Immigration and Customs Enforcement (ICE) operations by providing essential technology for compliance assistance reporting. The development and services will likely enhance the efficiency and accuracy of reporting processes within ICE. The primary impact is on internal ICE workflows and data management, rather than direct public services. The contract is geographically located in Virginia, suggesting a concentration of related workforce and infrastructure in that area.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if requirements are not clearly defined and managed throughout the contract lifecycle.
- Dependence on a single contractor for critical system development and maintenance could pose a risk if performance issues arise.
Positive Signals
- Firm-fixed-price contract type provides cost predictability for the government.
- Awarded through full and open competition, which generally leads to better value.
- Long contract duration allows for stable development and integration of the CART system.
Sector Analysis
The contract falls within the Information Technology (IT) sector, specifically custom computer programming services. This sub-sector is characterized by high demand for specialized software development to meet unique government and commercial needs. The market size for federal IT services is substantial, with agencies continually investing in modernizing systems and enhancing operational capabilities. This contract for the CART system aligns with the broader trend of federal agencies seeking to improve data management and compliance through technological solutions.
Small Business Impact
The data indicates that this contract was not set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small businesses for subcontracting opportunities. Further analysis would be needed to determine if small businesses are involved in the supply chain or as subcontractors.
Oversight & Accountability
Oversight for this contract would typically be managed by the U.S. Immigration and Customs Enforcement (ICE) contracting officer and program managers. Transparency is facilitated through contract award databases like FPDS. Accountability measures are inherent in the firm-fixed-price contract structure, with performance expectations tied to payment. The Department of Homeland Security's Office of Inspector General may conduct audits or investigations if specific concerns regarding performance, cost, or compliance arise.
Related Government Programs
- Custom Computer Programming Services
- IT Services
- Software Development
- Department of Homeland Security Contracts
- Immigration and Customs Enforcement Systems
Risk Flags
- Potential for scope creep
- Vendor lock-in risk
- Quality assurance for software development
Tags
it, dhs, ice, custom-computer-programming-services, firm-fixed-price, full-and-open-competition, delivery-order, software-development, virginia, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $11.3 million to DEV TECHNOLOGY GROUP INC. COMPLIANCE ASSISTANCE REPORTING TERMINAL (CART) DEVELOPMENT AND SERVICES
Who is the contractor on this award?
The obligated recipient is DEV TECHNOLOGY GROUP 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 $11.3 million.
What is the period of performance?
Start: 2021-06-21. End: 2026-06-20.
What is the specific functionality and purpose of the COMPLIANCE ASSISTANCE REPORTING TERMINAL (CART)?
The COMPLIANCE ASSISTANCE REPORTING TERMINAL (CART) is a system developed to facilitate and manage compliance assistance reporting within U.S. Immigration and Customs Enforcement (ICE). While the exact functionalities are proprietary, such systems typically enable users to input, track, analyze, and report on various compliance-related data. This could include data related to immigration laws, enforcement actions, detention statistics, or other operational metrics that require regular reporting to internal stakeholders, oversight bodies, or potentially the public. The development and services contract aims to ensure the system is robust, secure, and meets the evolving needs of ICE's compliance and reporting mandates.
How does the $11.3 million contract value compare to similar custom programming services for federal agencies?
The $11.3 million contract value over five years for custom computer programming services, averaging approximately $2.26 million per year, is generally considered within a reasonable range for federal IT development projects of this nature. Custom software development for specialized government functions often involves complex requirements, security protocols, and integration with existing systems, which can drive up costs. Benchmarking against similar contracts awarded by agencies like DHS, FBI, or other law enforcement entities for case management, data analysis, or reporting systems suggests that this price point is competitive, especially considering it was awarded under full and open competition. Factors like the number of developers, complexity of the software, and required security clearances influence the overall cost.
What are the primary risks associated with this firm-fixed-price contract for software development?
The primary risks associated with this firm-fixed-price (FFP) contract for software development, despite its cost certainty benefits, revolve around scope definition and potential for change orders. If the initial requirements are not meticulously defined and understood by both parties, the contractor may request changes to accommodate unforeseen complexities or evolving needs, which can lead to cost overruns if not managed properly. Another risk is ensuring the quality of the delivered software meets ICE's standards; an FFP contract can incentivize the contractor to cut corners if not adequately monitored. Furthermore, vendor lock-in could become a concern if the system is highly proprietary and difficult to transition away from in the future. The government's ability to effectively manage the contract and oversee performance is crucial to mitigating these risks.
What is the track record of DEV TECHNOLOGY GROUP INC. in delivering similar IT services to the federal government?
DEV TECHNOLOGY GROUP INC. has a history of providing IT services to the federal government. A review of public contract databases indicates they have been awarded various contracts, including those related to software development, IT support, and system integration, across different agencies. Their experience often includes work with defense and civilian agencies, suggesting a familiarity with federal procurement processes and requirements. To fully assess their track record for this specific CART development contract, a deeper dive into past performance evaluations, any reported issues or successes on similar projects, and their financial stability would be necessary. However, their continued awards suggest a generally satisfactory performance history.
How does the competition level (3 bidders) impact the value for taxpayers on this contract?
A competition level of three bidders for this contract suggests a moderate degree of market interest and capability. While more bidders generally lead to more competitive pricing, three offers indicate that the requirement was sufficiently attractive to multiple vendors capable of meeting the technical specifications. This level of competition is often sufficient to drive prices down from what might be expected in a sole-source or limited-source scenario. It provides the government with options and leverage to negotiate favorable terms. However, it is less competitive than a scenario with five or more bidders, which might have yielded even greater price reductions or more innovative solutions. The value for taxpayers is enhanced by avoiding a non-competitive award, but there may be room for even greater savings if more vendors had participated.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - SECURITY AND COMPLIANCE
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70CTD021Q00000048
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 11440 COMMERCE PARK DRIVE, RESTON, VA, 20191
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $13,322,622
Exercised Options: $12,775,946
Current Obligation: $11,343,362
Actual Outlays: $6,400,584
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QTCA19D00JT
IDV Type: FSS
Timeline
Start Date: 2021-06-21
Current End Date: 2026-06-20
Potential End Date: 2026-06-20 00:00:00
Last Modified: 2026-01-07
More Contracts from DEV Technology Group Inc
- THE Purpose of This Task Order (TO) IS to Procure Application Development and Operation and Maintenance Support Services for the Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP) Cargo Systems Program Directorate (cspd) to Develop and Support Cargo Systems Applications. the Scope of the Support Required for This to Shall Include BUT, IS NOT Limited to, Collections Features, Cargo Release/Se Features, Post Release Features, Itds Single Window Features, Manifest Features, and Cargo Export Functionality — $184.0M (Department of Homeland Security)
- Application Development and Operation and Maintenance Support Services — $168.0M (Department of Homeland Security)
- Interim Bridge Task Order Award for Application Development, Operation and Maintenance Support Services in Support of the Cargo Services Program Directorate for ACE and Atap Platforms — $116.4M (Department of Homeland Security)
- Enforcement Systems Operations and Maintenance (O&M) Support Services — $66.0M (Department of Homeland Security)
- - Mission Scheduler and Notification System (msns) Information Technology (IT) Support Services for the Transportation Security Administration — $59.3M (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)