DHS Awards $18.7M Krono/Workforce Mgmt System to ImmixTechnology Inc
Contract Overview
Contract Amount: $18,712,537 ($18.7M)
Contractor: Immixtechnology Inc
Awarding Agency: Department of Homeland Security
Start Date: 2022-02-04
End Date: 2024-02-03
Contract Duration: 729 days
Daily Burn Rate: $25.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: NEW CONTRACT AWARD FOR KRONO/WORKFORCE MGMT SYSTEM DEPLOYMENT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20536
Plain-Language Summary
Department of Homeland Security obligated $18.7 million to IMMIXTECHNOLOGY INC for work described as: NEW CONTRACT AWARD FOR KRONO/WORKFORCE MGMT SYSTEM DEPLOYMENT Key points: 1. The contract is for a workforce management system deployment. 2. ImmixTechnology Inc. secured the award. 3. The Department of Homeland Security, specifically U.S. Immigration and Customs Enforcement, is the awarding agency. 4. The contract was awarded under full and open competition.
Value Assessment
Rating: good
The contract value of $18.7 million for a 729-day duration appears reasonable for a workforce management system deployment. Benchmarking against similar IT system deployments suggests this price is within expected ranges.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, indicating a robust price discovery process. This method generally leads to competitive pricing as multiple vendors had the opportunity to bid.
Taxpayer Impact: Taxpayer funds are being used efficiently due to the competitive bidding process, likely resulting in a fair market price for the services.
Public Impact
Enhances workforce management capabilities for U.S. Immigration and Customs Enforcement. Potential for improved operational efficiency and data accuracy within DHS. Supports critical government functions related to immigration and customs enforcement.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Full and open competition
- Firm fixed price contract type
Sector Analysis
This contract falls under IT services, specifically 'Other Computer Related Services'. The IT sector is a significant area of federal spending, with ongoing investments in modernization and system upgrades.
Small Business Impact
The data indicates that small businesses were not directly involved in this specific award, as the 'sb' field is false. Future contracts should explore opportunities for small business participation.
Oversight & Accountability
The contract was awarded via a delivery order under a larger contract vehicle, suggesting existing oversight mechanisms are in place. Further review of the parent contract's oversight is recommended.
Related Government Programs
- Other Computer Related Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Lack of small business participation
- Potential for user adoption challenges with new system
Tags
other-computer-related-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 $18.7 million to IMMIXTECHNOLOGY INC. NEW CONTRACT AWARD FOR KRONO/WORKFORCE MGMT SYSTEM DEPLOYMENT
Who is the contractor on this award?
The obligated recipient is IMMIXTECHNOLOGY 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 $18.7 million.
What is the period of performance?
Start: 2022-02-04. End: 2024-02-03.
What is the specific functionality of the Krono/Workforce Management System and how will it improve operational efficiency for ICE?
The Krono/Workforce Management System is designed to streamline and automate various HR processes, including timekeeping, scheduling, leave management, and performance tracking. By centralizing these functions, ICE anticipates improved data accuracy, reduced administrative burden on HR personnel, and better resource allocation. This enhanced efficiency is expected to support ICE's core mission by ensuring optimal staffing levels and compliance with labor regulations.
What are the potential risks associated with the deployment of a new workforce management system, and how are they being mitigated?
Potential risks include data migration issues, user adoption challenges, system integration complexities with existing ICE infrastructure, and cybersecurity vulnerabilities. Mitigation strategies likely involve phased deployment, comprehensive user training, robust data validation protocols, and adherence to stringent DHS cybersecurity standards. Continuous monitoring and post-implementation support are crucial to address any unforeseen issues.
How does the awarded price compare to industry benchmarks for similar workforce management system deployments in the federal sector?
The awarded price of $18.7 million for a 729-day duration appears competitive when benchmarked against similar federal IT system deployments. While specific system features vary, the cost per day falls within a reasonable range for complex software implementation projects. The firm fixed-price structure also provides cost certainty, limiting potential overruns.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70CTD022R00000004
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Arrow Electronics, Inc.
Address: 8444 WESTPARK DR, MC LEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $23,126,903
Exercised Options: $19,062,537
Current Obligation: $18,712,537
Actual Outlays: $12,200,826
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS35F0265X
IDV Type: FSS
Timeline
Start Date: 2022-02-04
Current End Date: 2024-02-03
Potential End Date: 2025-10-23 00:00:00
Last Modified: 2025-12-22
More Contracts from Immixtechnology Inc
- Contractor Services for Pega Systems "igf::ot::igf" — $148.4M (Department of Commerce)
- IBM Filesnet Software — $40.6M (Department of Defense)
- IBM (SRO) Software Maintenance — $35.2M (Department of the Treasury)
- THE Purpose of This Task Order IS to Procure Commercial OFF the Shelf (cots) Products for Hud/Fha S Financial Industry Standard Platform. This IS in Support of a Financial Services Platform for the Mortgage Risk Fraud Initiative (mfri) Which Will Offer NEW Capabilities With the Current Siebel CRM Base System Currently in Place — $28.8M (General Services Administration)
- Business Activity Monitoring Services Including Identification of Improper Payments and Reconciliation of Funds Balance With Treasury Accounts — $27.8M (Department of Defense)
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)