DHS awards $17.6M task order to Dev Technology Group for HSI collaborative services support
Contract Overview
Contract Amount: $17,645,861 ($17.6M)
Contractor: DEV Technology Group Inc
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-30
End Date: 2027-01-19
Contract Duration: 1,207 days
Daily Burn Rate: $14.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: HOMELAND SECURITY INVESTIGATIONS (HSI) COLLABORATIVE SERVICES SUPPORT TASK ORDER
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20536
Plain-Language Summary
Department of Homeland Security obligated $17.6 million to DEV TECHNOLOGY GROUP INC for work described as: HOMELAND SECURITY INVESTIGATIONS (HSI) COLLABORATIVE SERVICES SUPPORT TASK ORDER Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is a firm-fixed-price delivery order, which shifts cost risk to the contractor. 3. The duration of the contract is over three years, indicating a need for sustained support. 4. The North American Industry Classification System (NAICS) code 541519 suggests services related to computer systems design and related services. 5. The contract is not set aside for small businesses, implying larger firms were likely involved. 6. The award is a delivery order under a larger contract, details of which are not provided here.
Value Assessment
Rating: fair
Benchmarking the value of this specific task order is challenging without knowing the scope of services and comparing it to similar task orders issued under the same or similar indefinite-delivery/indefinite-quantity (IDIQ) contracts. The firm-fixed-price structure is generally favorable for the government when the scope is well-defined, as it caps costs. However, without more information on the specific deliverables and the contractor's historical performance on similar tasks, a definitive value assessment is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of two bidders suggests a moderate level of competition for this specific task order. While two bidders are better than one, a higher number of bidders typically leads to more robust price discovery and potentially lower prices for the government.
Taxpayer Impact: A competitive award process, even with two bidders, generally provides a better opportunity for taxpayers to receive value for money compared to sole-source or limited competition awards.
Public Impact
The primary beneficiaries are likely U.S. Immigration and Customs Enforcement (ICE) and Homeland Security Investigations (HSI) personnel who will receive support services. The services delivered are expected to enhance the collaborative capabilities of HSI, potentially improving operational efficiency and effectiveness. The geographic impact is centered in the District of Columbia, where the contractor is located and services are likely performed or managed. Workforce implications may include the direct employment of individuals by Dev Technology Group to fulfill the contract requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed scope of work for the task order makes it difficult to assess if the price is competitive.
- Limited competition (two bidders) may have resulted in a higher price than if more firms had competed.
- The duration of the contract (over three years) requires ongoing monitoring to ensure continued value and performance.
- Information on the specific nature of 'collaborative services support' is not detailed, hindering a full understanding of the service's criticality and potential risks.
Positive Signals
- Awarded through full and open competition, indicating an effort to maximize potential sources.
- Firm-fixed-price contract type shifts cost overrun risk to the contractor.
- The contractor, Dev Technology Group, has experience in government contracting, suggesting familiarity with federal requirements.
- The task order is for a defined period, allowing for reassessment of needs upon completion.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on computer-related services. The federal IT services market is substantial, with agencies continually seeking support for their complex systems and operations. This task order likely supports HSI's efforts to modernize or maintain its IT infrastructure and enhance data sharing and collaboration capabilities, which are critical for law enforcement and national security functions. Comparable spending benchmarks would typically involve analyzing other task orders for similar IT support services awarded by DHS or other federal agencies.
Small Business Impact
This contract was not set aside for small businesses, as indicated by the `ss` field being false. This suggests that the competition was open to all eligible businesses, including large corporations. While there is no direct subcontracting requirement explicitly stated for small businesses in the provided data, the prime contractor may choose to engage small businesses as subcontractors to fulfill certain aspects of the work, depending on their own business strategy and the nature of the services required.
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 award databases like FPDS. Inspector General jurisdiction would typically apply if there were allegations of fraud, waste, or abuse related to the contract.
Related Government Programs
- Homeland Security Investigations (HSI) IT Support
- ICE IT Services Contracts
- Federal IT Services and Support
- Collaborative Services Support Contracts
Risk Flags
- Potential for scope creep due to undefined 'collaborative services'.
- Limited competition (2 bidders) may impact price competitiveness.
- Firm-fixed-price risk if scope is not perfectly defined.
- Contract duration requires sustained oversight.
Tags
it-services, homeland-security, dhs, ice, dev-technology-group, firm-fixed-price, delivery-order, full-and-open-competition, computer-related-services, district-of-columbia, naics-541519, task-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $17.6 million to DEV TECHNOLOGY GROUP INC. HOMELAND SECURITY INVESTIGATIONS (HSI) COLLABORATIVE SERVICES SUPPORT TASK ORDER
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 $17.6 million.
What is the period of performance?
Start: 2023-09-30. End: 2027-01-19.
What is the specific nature of the 'collaborative services support' being provided by Dev Technology Group to HSI?
The provided data indicates the contract is for 'HOMELAND SECURITY INVESTIGATIONS (HSI) COLLABORATIVE SERVICES SUPPORT TASK ORDER' under NAICS code 541519 (Other Computer Related Services). While the exact nature of 'collaborative services support' is not detailed, it likely pertains to IT solutions that facilitate information sharing, communication, and joint operations among HSI personnel and potentially with other law enforcement or intelligence agencies. This could encompass software development, system integration, network support, or the implementation of collaboration platforms designed to enhance operational effectiveness and data analysis capabilities within HSI's mission.
How does the $17.6 million value of this task order compare to similar contracts for IT support within DHS or HSI?
Direct comparison of this $17.6 million task order's value is difficult without access to the specific scope of work and the parent IDIQ contract under which it was issued. However, for context, federal spending on IT services is in the tens of billions annually. Task orders of this magnitude are common for specialized IT support functions that require sustained effort over several years. To benchmark effectively, one would need to identify similar task orders for 'collaborative services support' or related IT functions awarded by HSI or other components of DHS, considering factors like contract duration, number of bidders, and the specific services rendered.
What are the key performance indicators (KPIs) or metrics used to evaluate Dev Technology Group's performance on this contract?
The provided data does not specify the Key Performance Indicators (KPIs) or metrics for this task order. Typically, for IT support contracts, KPIs might include system uptime, response times for issue resolution, successful implementation of new features or systems, user satisfaction ratings, and adherence to project timelines and budgets. The contracting officer's representative (COR) and program managers at HSI would be responsible for establishing and monitoring these metrics as outlined in the contract's statement of work and performance standards.
What is Dev Technology Group's track record with federal contracts, particularly with the Department of Homeland Security?
Dev Technology Group, Inc. has a history of receiving federal contracts. While specific details of their past performance on contracts with DHS or HSI are not provided in this data snippet, their ability to win this $17.6 million task order suggests they have a demonstrated capability and potentially a positive performance history that met the requirements of the full and open competition. A deeper analysis would involve reviewing their contract history, past performance evaluations, and any awards or contract vehicles they hold with DHS and other agencies.
What are the potential risks associated with this contract, and how are they being mitigated?
Potential risks include scope creep if the 'collaborative services support' requirements are not clearly defined, potential cost overruns if the firm-fixed-price model proves inadequate for unforeseen technical challenges, and performance issues if the contractor fails to deliver services meeting HSI's operational needs. Mitigation strategies typically involve robust contract management, clear definition of deliverables in the statement of work, regular performance reviews, and potentially incorporating service level agreements (SLAs) with defined remedies for non-performance. The firm-fixed-price nature itself mitigates cost overrun risk for the government, provided the scope is well-managed.
How does this contract fit into the broader IT modernization or operational support strategy of Homeland Security Investigations?
This task order likely supports HSI's ongoing efforts to enhance its technological capabilities, particularly in areas requiring inter-agency or intra-agency collaboration. In the context of national security and law enforcement, effective collaboration is crucial for intelligence sharing, case management, and operational coordination. This contract could be part of a larger strategy to upgrade legacy systems, implement new data analytics tools, or improve communication infrastructure to better support HSI's mission of combating transnational criminal organizations and ensuring border security.
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: 70CTD023Q00000100
Offers Received: 2
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: $31,046,096
Exercised Options: $17,645,861
Current Obligation: $17,645,861
Actual Outlays: $7,235,537
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CTD022D00000010
IDV Type: IDC
Timeline
Start Date: 2023-09-30
Current End Date: 2027-01-19
Potential End Date: 2028-09-29 00:00:00
Last Modified: 2026-02-20
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)