DHS ICE awards $16M IT refresh BPA call for client devices, including laptops and tablets
Contract Overview
Contract Amount: $15,999,988 ($16.0M)
Contractor: FCN, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-16
End Date: 2026-09-15
Contract Duration: 364 days
Daily Burn Rate: $44.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THIS INFORMATION TECHNOLOGY CLIENT DEVICE REFRESH BLANKET PURCHASE AGREEMENT CALL PROVIDES ICE THE DELIVERY OF DESKTOP COMPUTERS, LAPTOPS, TABLETS, AND MONITORS FOR OFFICE OF CHIEF INFORMATION OFFICER
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
Department of Homeland Security obligated $16.0 million to FCN, INC. for work described as: THIS INFORMATION TECHNOLOGY CLIENT DEVICE REFRESH BLANKET PURCHASE AGREEMENT CALL PROVIDES ICE THE DELIVERY OF DESKTOP COMPUTERS, LAPTOPS, TABLETS, AND MONITORS FOR OFFICE OF CHIEF INFORMATION OFFICER Key points: 1. The contract focuses on refreshing essential IT client devices, ensuring up-to-date technology for the Office of the Chief Information Officer. 2. Awarded under full and open competition, this BPA call suggests a competitive market for IT hardware procurement. 3. The firm-fixed-price contract type helps mitigate cost uncertainty for the government. 4. The duration of the contract is one year, with an end date in September 2026. 5. This procurement is categorized under 'Other Computer Related Services', indicating a broad scope of IT hardware support. 6. The contract value is approximately $16 million, representing a significant investment in agency IT infrastructure.
Value Assessment
Rating: good
The contract value of $16 million for a one-year blanket purchase agreement call for IT client devices appears reasonable given the scope. Benchmarking against similar large-scale IT refresh contracts for federal agencies would provide a more precise value-for-money assessment. The firm-fixed-price structure helps control costs. However, without specific unit costs or detailed equipment lists, a granular comparison is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. This approach typically fosters a competitive environment, potentially leading to better pricing and a wider selection of qualified vendors. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust bidding process.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down prices through market forces and ensuring the government receives the best value available.
Public Impact
Federal employees within U.S. Immigration and Customs Enforcement (ICE) will benefit from updated and reliable computing devices. The contract ensures the delivery of essential IT hardware, including desktops, laptops, and tablets, supporting daily operations. The primary geographic impact is within the District of Columbia, where ICE's Office of the Chief Information Officer is located. This procurement supports the IT workforce by providing them with the necessary tools to perform their duties effectively.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if specific hardware models become standardized without future competitive re-evaluation.
- Risk of obsolescence if refresh cycles are not aligned with rapid technological advancements.
- Dependence on a single BPA call could limit flexibility in sourcing specialized or emerging technologies.
Positive Signals
- Awarded under full and open competition, suggesting a competitive market and potential for good value.
- Firm-fixed-price contract type provides cost certainty for the government.
- Focus on essential client device refresh addresses a critical IT infrastructure need.
Sector Analysis
This contract falls within the Information Technology sector, specifically focusing on the procurement of end-user computing devices. The IT hardware market is highly competitive, with numerous manufacturers and resellers offering a wide range of products. Federal agencies frequently engage in large-scale IT refresh cycles to maintain operational efficiency and security. Comparable spending benchmarks for similar IT hardware procurements across federal agencies can vary significantly based on quantity, specifications, and contract vehicles.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. However, the prime contractor, FCN, Inc., may engage small businesses as subcontractors if it aligns with their business strategy and the contract's requirements, though this is not mandated by the award terms.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Homeland Security's (DHS) contracting officers and program managers. The contract's performance will be monitored against the terms and conditions of the Blanket Purchase Agreement (BPA) call, including delivery schedules and specifications. Transparency is facilitated through public contract databases like FPDS. While no specific Inspector General jurisdiction is mentioned, the DHS Office of Inspector General (OIG) has broad authority to investigate waste, fraud, and abuse within the department.
Related Government Programs
- IT Client Device Procurement
- Blanket Purchase Agreements (BPAs)
- End-User Computing Devices
- Department of Homeland Security IT Spending
- Federal IT Modernization Programs
Risk Flags
- Potential for scope creep if 'Other Computer Related Services' are broadly interpreted.
- Need for clear performance metrics to ensure timely delivery and quality.
- Supply chain security risks for electronic devices.
Tags
it, dhs, ice, blanket-purchase-agreement, firm-fixed-price, full-and-open-competition, client-devices, laptops, tablets, desktops, district-of-columbia, information-technology-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $16.0 million to FCN, INC.. THIS INFORMATION TECHNOLOGY CLIENT DEVICE REFRESH BLANKET PURCHASE AGREEMENT CALL PROVIDES ICE THE DELIVERY OF DESKTOP COMPUTERS, LAPTOPS, TABLETS, AND MONITORS FOR OFFICE OF CHIEF INFORMATION OFFICER
Who is the contractor on this award?
The obligated recipient is FCN, 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 $16.0 million.
What is the period of performance?
Start: 2025-09-16. End: 2026-09-15.
What is the track record of FCN, Inc. in fulfilling similar federal IT hardware contracts?
FCN, Inc. has a history of securing and performing on federal IT contracts. A review of federal procurement data indicates FCN has been awarded numerous contracts across various agencies, including significant awards for IT hardware, software, and services. Their experience often includes providing laptops, desktops, servers, and networking equipment. While specific performance metrics for past contracts are not detailed here, their continued success in winning federal bids suggests a generally positive track record in meeting government requirements. Further analysis would involve examining past performance evaluations and any reported issues or successes on prior similar awards.
How does the per-unit cost of devices under this BPA call compare to market rates or other federal contracts?
The provided data does not include specific per-unit costs for the devices procured under this BPA call, making a direct comparison difficult. The total award amount of $16 million is for a variety of devices (desktops, laptops, tablets, monitors) over a one-year period. To assess value, one would need to obtain the detailed pricing schedule associated with this BPA call and compare it against current market prices from major manufacturers and resellers, as well as against similar IT refresh contracts awarded to other federal agencies. Factors like volume discounts, specific configurations, and warranty terms significantly influence per-unit costs.
What are the primary risks associated with this IT client device refresh contract?
Key risks include potential vendor lock-in if specific hardware becomes standardized without adequate future competition, and the risk of technological obsolescence if the refresh cycle doesn't keep pace with rapid advancements. Dependence on a single BPA call might limit flexibility in sourcing specialized or emerging technologies. Furthermore, ensuring the security of the supply chain for these devices is crucial to prevent hardware tampering or vulnerabilities. Performance risks related to timely delivery and adherence to specifications also exist, although the firm-fixed-price contract helps mitigate cost overruns.
How effective is the firm-fixed-price contract type in managing costs for this IT hardware procurement?
The firm-fixed-price (FFP) contract type is generally considered effective for managing costs in IT hardware procurements like this one, especially when the scope of work and specifications are well-defined. FFP shifts the risk of cost overruns to the contractor, FCN, Inc., providing the government (DHS ICE) with cost certainty. This means the government will pay the agreed-upon price regardless of the contractor's actual costs. This structure incentivizes the contractor to manage their expenses efficiently. However, it requires clear and detailed specifications upfront to avoid disputes or change orders that could negate the cost-saving benefits.
What is the historical spending pattern for IT client devices at DHS ICE?
Historical spending data for IT client devices at DHS ICE would reveal trends in procurement volume, types of devices purchased, and average costs over previous fiscal years. Analyzing this pattern would help determine if the current $16 million BPA call represents an increase, decrease, or consistent level of spending. It could also indicate shifts in technology preferences (e.g., more laptops than desktops) or changes in procurement strategies. Without access to historical data specific to ICE's client device refresh cycles, it's difficult to provide a precise analysis of spending patterns. However, agencies typically conduct such refreshes periodically to maintain operational readiness.
What are the implications of the 'Other Computer Related Services' NAICS code for this contract?
The North American Industry Classification System (NAICS) code 541519, 'Other Computer Related Services,' is broad and encompasses a wide range of IT services beyond just hardware sales. While this BPA call is primarily for hardware (desktops, laptops, tablets, monitors), the NAICS code suggests that related services might be permissible under the contract, such as installation, configuration, basic support, or disposal. This flexibility allows ICE to potentially bundle services with hardware procurement. However, it also means the contract's scope is not strictly limited to hardware, and oversight should ensure that any services procured align with the agency's needs and are competitively priced within the broader service category.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 12501 ARDENNES AVE, ROCKVILLE, MD, 20852
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $15,999,988
Exercised Options: $15,999,988
Current Obligation: $15,999,988
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70CTD023A00000001
IDV Type: BPA
Timeline
Start Date: 2025-09-16
Current End Date: 2026-09-15
Potential End Date: 2026-09-15 00:00:00
Last Modified: 2025-09-11
More Contracts from FCN, Inc.
- Broadcom Software License and Maint — $240.3M (Department of the Treasury)
- Base Award for IRS Cisco Catalog. Base Year 12 Months With Four 12-Month Option Periods — $233.1M (Department of the Treasury)
- Cisco Combined Services for the Internal Revenue Service User and Networks Service Organization (UNS) That Requires Consistent and Reliable Maintenance of the IRS Telecommunications Infrastructure — $129.2M (Department of the Treasury)
- Mcafee Software and Support Services — $82.2M (Department of Veterans Affairs)
- EA Bundle — $78.1M (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)