ICE Awards $12.2M PAAS IT Services Contract to Salient CRGT Under Full and Open Competition
Contract Overview
Contract Amount: $12,255,032 ($12.3M)
Contractor: Salient Crgt, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-25
End Date: 2026-09-28
Contract Duration: 1,099 days
Daily Burn Rate: $11.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: PLATFORM AS A SERVICE (PAAS) PROFESSIONAL IT SERVICES FOR THE IMMIGRATION AND CUSTOMS ENFORCEMENT (ICE) OFFICE OF THE CHIEF INFORMATION OFFICER (OCIO).
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20536
Plain-Language Summary
Department of Homeland Security obligated $12.3 million to SALIENT CRGT, INC. for work described as: PLATFORM AS A SERVICE (PAAS) PROFESSIONAL IT SERVICES FOR THE IMMIGRATION AND CUSTOMS ENFORCEMENT (ICE) OFFICE OF THE CHIEF INFORMATION OFFICER (OCIO). Key points: 1. Contract awarded for Platform as a Service (PAAS) professional IT services to support ICE's OCIO. 2. Salient CRGT, Inc. is the prime contractor for this delivery order. 3. The contract runs for approximately 3 years with a total value of $12.2 million. 4. This award falls under the 'Other Computer Related Services' NAICS code. 5. The contract type is Firm Fixed Price, indicating defined scope and cost.
Value Assessment
Rating: good
The contract value of $12.2 million for 3 years of PAAS IT services appears reasonable given the scope. Benchmarking against similar large-scale IT service contracts for federal agencies suggests this pricing is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition, which generally promotes competitive pricing and allows a wide range of qualified vendors to bid. This method is expected to yield fair market value.
Taxpayer Impact: The use of full and open competition aims to ensure taxpayer dollars are spent efficiently by fostering a competitive environment for IT services.
Public Impact
Enhances IT infrastructure and services for ICE, potentially improving operational efficiency. Supports critical functions within the Office of the Chief Information Officer. Ensures access to modern Platform as a Service capabilities for immigration and customs operations. The contract's duration allows for stable service delivery and potential for long-term IT strategy alignment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in with PAAS solutions.
- Dependence on a single vendor for critical IT infrastructure.
- Scope creep could increase costs beyond the initial award.
Positive Signals
- Awarded through full and open competition.
- Firm Fixed Price contract type provides cost certainty.
- Long-term contract duration allows for strategic IT planning.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on Platform as a Service (PAAS) solutions. Federal spending in IT services, particularly cloud-based solutions like PAAS, has been steadily increasing as agencies modernize their infrastructure.
Small Business Impact
The data indicates that this contract was not awarded to a small business (ss: false) and does not contain specific small business set-aside information. Therefore, the direct impact on small businesses through this specific award is likely minimal, though the prime contractor may utilize small business subcontractors.
Oversight & Accountability
The contract is managed by the Department of Homeland Security (DHS) for U.S. Immigration and Customs Enforcement (ICE). Oversight would typically involve contract officers, program managers, and potentially agency-specific oversight bodies to ensure performance and adherence to terms.
Related Government Programs
- Other Computer Related Services
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Vendor lock-in risk with PAAS.
- Dependence on a single provider for critical IT services.
- Potential for cost overruns if scope expands.
- Cybersecurity risks associated with cloud-based platforms.
- Integration challenges with existing ICE IT infrastructure.
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 $12.3 million to SALIENT CRGT, INC.. PLATFORM AS A SERVICE (PAAS) PROFESSIONAL IT SERVICES FOR THE IMMIGRATION AND CUSTOMS ENFORCEMENT (ICE) OFFICE OF THE CHIEF INFORMATION OFFICER (OCIO).
Who is the contractor on this award?
The obligated recipient is SALIENT CRGT, 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 $12.3 million.
What is the period of performance?
Start: 2023-09-25. End: 2026-09-28.
What specific PAAS capabilities are being procured, and how do they align with ICE's strategic IT modernization goals?
The contract specifies 'Platform as a Service (PAAS) Professional IT Services'. While the exact capabilities are not detailed, PAAS typically involves providing a platform for developing, running, and managing applications without the complexity of building and maintaining the infrastructure. This likely aligns with ICE's goals to modernize its IT environment, improve application deployment speed, and enhance scalability and flexibility.
What are the key performance indicators (KPIs) for this contract, and how will performance be measured to ensure effectiveness?
Key performance indicators are not explicitly detailed in the provided data. However, for PAAS IT services, typical KPIs would include service availability, response times, security compliance, uptime percentages, and successful deployment of applications. ICE's OCIO would establish these metrics and monitor Salient CRGT's performance against them throughout the contract duration.
What is the potential long-term cost implication for ICE if this PAAS solution proves successful and requires expansion or integration with other systems?
If the PAAS solution is successful, ICE may face increased costs associated with scaling the service, integrating it with legacy systems, or expanding its use across different departments. While the initial award is for $12.2 million, future modifications, option periods, or new contracts for related services could significantly increase the total long-term expenditure.
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: 70CTD023Q00000091
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4000 LEGATO RD STE 600, FAIRFAX, VA, 22033
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $22,878,981
Exercised Options: $12,255,032
Current Obligation: $12,255,032
Actual Outlays: $6,564,074
Subaward Activity
Number of Subawards: 14
Total Subaward Amount: $8,340,331
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CTD022D00000013
IDV Type: IDC
Timeline
Start Date: 2023-09-25
Current End Date: 2026-09-28
Potential End Date: 2028-09-28 00:00:00
Last Modified: 2025-09-26
More Contracts from Salient Crgt, Inc.
- Transfer of Administration From Region 1 to Fedsim — $456.4M (General Services Administration)
- DEA Bluestone Award — $422.0M (General Services Administration)
- THE Purpose of This Modification IS to Award the Task Order Maverick, and Provide Incremental Funding — $411.0M (General Services Administration)
- Software Engineering and Systems Integration in Support of the Army Knowledge Online (AKO) — $303.2M (Department of the Interior)
- Enterprise Support Services and Endpoint Technology (esset) Task Order (47qfca22f0026) Award From Task Order Request (47qfca21f0072) in Support of the US EPA — $287.1M (General Services Administration)
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)