DHS awards $3.57M for SharePoint collaboration services to Dev Technology Group Inc
Contract Overview
Contract Amount: $3,566,934 ($3.6M)
Contractor: DEV Technology Group Inc
Awarding Agency: Department of Homeland Security
Start Date: 2022-12-15
End Date: 2026-12-14
Contract Duration: 1,460 days
Daily Burn Rate: $2.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: WEB MANAGEMENT SERVICES (WMS) SHAREPOINT - COLLAB DOMAIN SWIFT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20536
Plain-Language Summary
Department of Homeland Security obligated $3.6 million to DEV TECHNOLOGY GROUP INC for work described as: WEB MANAGEMENT SERVICES (WMS) SHAREPOINT - COLLAB DOMAIN SWIFT Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is a delivery order under a larger contract, indicating a phased approach to service delivery. 3. The fixed-price nature of the contract shifts performance risk to the contractor. 4. The contract duration of approximately four years provides stability for service delivery. 5. The North American Industry Classification System (NAICS) code 541519 suggests a broad range of computer-related services. 6. The contract is not set aside for small businesses, implying larger firms were likely participants.
Value Assessment
Rating: fair
The contract value of $3.57 million over four years for web management and SharePoint services appears moderate. Benchmarking against similar contracts for IT services of this scope is challenging without more specific details on the deliverables. However, the fixed-price structure suggests that the government has negotiated a set price for defined services, which can be advantageous if the contractor can deliver efficiently. Further analysis would require comparing the specific services rendered against industry standards and the pricing of comparable contracts.
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 number of bidders is not specified, but this method generally fosters a competitive environment. A competitive process is expected to drive down prices and encourage innovation as contractors vie for the award. The specific details of the bidding process, including the number of proposals received and the evaluation criteria, would provide further insight into the effectiveness of the competition.
Taxpayer Impact: Full and open competition is generally beneficial for taxpayers as it promotes a level playing field, encourages multiple vendors to offer competitive pricing, and increases the likelihood of securing the best value for government services.
Public Impact
U.S. Immigration and Customs Enforcement (ICE) personnel will benefit from enhanced collaboration and web management capabilities. The services delivered will support the operational efficiency of ICE through improved digital infrastructure. The contract's primary geographic impact is within the District of Columbia, where the agency is headquartered. The contract supports IT professionals and potentially other roles involved in managing and utilizing the SharePoint environment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in the provided data makes it difficult to assess contractor performance beyond contract completion.
- The broad NAICS code (541519) could encompass a wide range of services, making it hard to pinpoint the exact nature and value of the work without further detail.
- The contract is a delivery order, meaning its specific scope and value are part of a larger, potentially un-detailed, contract.
Positive Signals
- Awarded through full and open competition, suggesting a robust vetting of potential contractors.
- The firm fixed-price contract type transfers cost overrun risk to the contractor.
- The contract duration of nearly four years provides continuity of essential services for the agency.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on web management and collaboration tools like SharePoint. The market for such services is substantial, with numerous vendors offering solutions ranging from software development to managed services. Government spending in this area is driven by the need for secure, efficient, and collaborative digital environments. Comparable spending benchmarks would typically involve analyzing IT service contracts awarded by various federal agencies for similar functionalities, considering factors like user base, complexity of integration, and required support levels.
Small Business Impact
This contract was not set aside for small businesses, and the data indicates no explicit small business subcontracting requirements were mandated. This suggests that the competition was likely geared towards larger, established IT service providers capable of meeting the agency's needs. While this may limit direct opportunities for small businesses on this specific award, it does not preclude them from participating in the broader federal IT contracting landscape or potentially subcontracting with the prime contractor if opportunities arise.
Oversight & Accountability
Oversight for this contract would primarily reside with the U.S. Immigration and Customs Enforcement (ICE) contracting officer and program managers. They are responsible for monitoring contractor performance, ensuring compliance with contract terms, and approving payments. Transparency is facilitated through contract databases like FPDS, which provide public access to award details. While no specific Inspector General (IG) jurisdiction is mentioned, the DHS Office of Inspector General typically oversees agency spending and contract management for potential fraud, waste, and abuse.
Related Government Programs
- General Services Administration (GSA) IT Schedule Contracts
- Department of Defense Information Technology Services
- Cloud Computing Services Contracts
- Enterprise Resource Planning (ERP) Systems Support
Risk Flags
- Potential for scope creep if requirements are not clearly defined and managed.
- Risk of contractor performance issues impacting agency operations.
- Technological obsolescence over the contract's four-year duration.
- Security vulnerabilities in the managed SharePoint environment.
Tags
it-services, web-management, sharepoint, collaboration-tools, department-of-homeland-security, ice, district-of-columbia, full-and-open-competition, firm-fixed-price, delivery-order, naics-541519, it-support
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $3.6 million to DEV TECHNOLOGY GROUP INC. WEB MANAGEMENT SERVICES (WMS) SHAREPOINT - COLLAB DOMAIN SWIFT
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 $3.6 million.
What is the period of performance?
Start: 2022-12-15. End: 2026-12-14.
What specific SharePoint functionalities and customization are included in this contract?
The provided data does not specify the exact SharePoint functionalities or customization levels covered by this contract. It broadly falls under 'WEB MANAGEMENT SERVICES (WMS) SHAREPOINT - COLLAB DOMAIN SWIFT'. This could range from basic site administration and content management to complex workflow development, integration with other systems, and custom application building within the SharePoint environment. To understand the specifics, one would need to review the contract's Statement of Work (SOW) or Performance Work Statement (PWS), which details the required tasks, deliverables, and technical specifications. Without the SOW, it's difficult to assess the complexity and true value of the services being procured.
How does the $3.57 million contract value compare to similar SharePoint/collaboration domain services procured by federal agencies?
Benchmarking the $3.57 million contract value requires comparing it against similar contracts for SharePoint and collaboration domain services. Factors influencing price include the scope of work (e.g., administration, development, migration, support), the number of users supported, the level of customization, security requirements, and the contract duration. For a four-year contract of this value, the average annual cost is approximately $891,700. This figure needs to be contextualized by the specific services rendered. For instance, contracts focused solely on basic administration might be lower, while those involving extensive custom development or integration with complex systems could be significantly higher. A comprehensive comparison would involve analyzing contract databases for similar NAICS codes and service descriptions, adjusting for contract size and duration.
What is the track record of Dev Technology Group Inc. in delivering similar IT services to federal agencies?
Dev Technology Group Inc. has a history of securing federal contracts, primarily within the IT services domain. Information from contract databases indicates they have been awarded numerous contracts across various agencies, including the Department of Homeland Security, Department of Justice, and others. Their portfolio often includes services related to software development, IT support, and data management. To assess their track record specifically for SharePoint and collaboration services, a deeper dive into their past performance evaluations and contract histories related to similar projects would be necessary. This would involve examining past performance questionnaires (PPQs) and any publicly available contract performance data to gauge their reliability, quality of work, and adherence to schedules and budgets on comparable engagements.
What are the potential risks associated with this contract, given its scope and duration?
Potential risks associated with this contract include scope creep, where the requirements expand beyond the original agreement, potentially leading to cost overruns if not managed properly (though less likely with fixed-price). Contractor performance risk is also present; if Dev Technology Group Inc. fails to deliver services as specified, it could disrupt ICE's operations. Technical risks, such as integration challenges with existing systems or security vulnerabilities in the SharePoint environment, are inherent in IT projects. Furthermore, the long duration (nearly four years) increases the risk of technology obsolescence or changes in agency needs that may not be fully addressed by the current contract. Effective oversight and clear communication channels are crucial to mitigate these risks.
How does the 'Other Computer Related Services' NAICS code (541519) influence the understanding of this contract's value?
The NAICS code 541519, 'Other Computer Related Services,' is a broad category that encompasses a wide array of IT services not classified elsewhere. This includes services like computer facilities management, IT support, disaster recovery, and custom software integration. For this specific contract, it indicates that the services procured extend beyond standard IT support or web design. The value of $3.57 million for 'Other Computer Related Services' is moderate and highly dependent on the specific tasks performed. If the contract involves complex system integration, specialized IT consulting, or extensive managed services, the value could be justified. However, the generality of the code necessitates a review of the contract's Statement of Work (SOW) to accurately assess its value and compare it to industry benchmarks for the precise services being rendered.
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: 70CTD023Q00000004
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 11480 COMMERCE PARK DR, 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: $7,809,976
Exercised Options: $4,418,477
Current Obligation: $3,566,934
Actual Outlays: $2,911,126
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CTD022D00000010
IDV Type: IDC
Timeline
Start Date: 2022-12-15
Current End Date: 2026-12-14
Potential End Date: 2027-12-14 00:00:00
Last Modified: 2026-03-13
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)