DHS FEMA awards $6.9M contract for National Response Coordination Center modernization to Wildflower International, Ltd
Contract Overview
Contract Amount: $6,919,257 ($6.9M)
Contractor: Wildflower International, Ltd.
Awarding Agency: Department of Homeland Security
Start Date: 2021-09-27
End Date: 2024-06-29
Contract Duration: 1,006 days
Daily Burn Rate: $6.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE NATIONAL RESPONSE COORDINATION CENTER REFRESH AND MODERNIZATION EFFORT IS TO OPTIMIZE SPACE DESIGN, PROVIDE THE TOOLS (AV AND IT) NEEDED TO MAXIMIZE THE PERFORMANCE, RELIABILITY AND CAPABILITIES OF THE COORDINATION CENTER.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $6.9 million to WILDFLOWER INTERNATIONAL, LTD. for work described as: THE NATIONAL RESPONSE COORDINATION CENTER REFRESH AND MODERNIZATION EFFORT IS TO OPTIMIZE SPACE DESIGN, PROVIDE THE TOOLS (AV AND IT) NEEDED TO MAXIMIZE THE PERFORMANCE, RELIABILITY AND CAPABILITIES OF THE COORDINATION CENTER. Key points: 1. Contract aims to enhance the performance, reliability, and capabilities of the National Response Coordination Center through space design and IT/AV tools. 2. The contract was awarded under full and open competition after exclusion of sources, indicating a competitive bidding process. 3. The duration of the contract is 1006 days, spanning from September 2021 to June 2024. 4. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 5. The award value of $6.9 million is for a single delivery order. 6. The North American Industry Classification System (NAICS) code 541519 suggests services related to other computer-related services.
Value Assessment
Rating: good
The contract value of $6.9 million for a modernization effort of this nature appears reasonable, especially considering the 1006-day performance period. Benchmarking against similar IT modernization projects within federal agencies would provide a more precise value-for-money assessment. The firm fixed-price structure suggests a defined scope and cost control, which is generally positive for value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, specific sources may have been excluded for defined reasons, or it could refer to a specific type of competitive procedure. Further clarification on the 'exclusion of sources' is needed for a complete understanding of the competitive landscape. However, the 'full and open' designation suggests multiple bidders were likely considered.
Taxpayer Impact: A competitive award process, even with exclusions, generally benefits taxpayers by encouraging multiple vendors to offer their best pricing and solutions, potentially leading to cost savings and better service delivery.
Public Impact
The primary beneficiaries are the Department of Homeland Security and the Federal Emergency Management Agency (FEMA), who will gain an optimized coordination center. The services delivered include space design, and the provision of Audio-Visual (AV) and Information Technology (IT) tools. The modernization is expected to improve the reliability and capabilities of the National Response Coordination Center, crucial for disaster and emergency response. The contract is geographically focused on Washington D.C., where the coordination center is located.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the 'exclusion of sources' in the competition process could obscure the full extent of competition.
- The provided data does not detail performance metrics or quality assurance measures for the delivered services.
- The specific IT and AV tools to be procured are not itemized, making it difficult to assess their necessity and cost-effectiveness.
Positive Signals
- The contract is awarded under a Firm Fixed Price (FFP) type, which transfers cost overrun risks to the contractor.
- The use of Full and Open Competition, even with exclusions, suggests an effort to leverage market capabilities.
- The contract duration of over 1000 days allows for thorough implementation and testing of the modernized center.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on computer-related services and system modernization. The federal government is a significant consumer of such services to maintain and upgrade critical infrastructure like emergency coordination centers. Comparable spending benchmarks would involve analyzing other federal contracts for IT infrastructure upgrades and specialized facility modernization projects within agencies like DHS.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a small business set-aside. The prime contractor, Wildflower International, Ltd., is responsible for its own subcontracting decisions if any.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's contracting and program management offices, with specific oversight potentially by the Federal Emergency Management Agency (FEMA). Transparency is facilitated through contract databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse. The firm fixed-price nature of the contract implies a focus on deliverables and adherence to the agreed-upon scope.
Related Government Programs
- Department of Homeland Security IT Modernization Efforts
- Federal Emergency Management Agency Operations Support
- National Response Coordination Center Operations
- Emergency Management Technology Procurement
- Government IT Infrastructure Upgrades
Risk Flags
- Ambiguity in competition method ('exclusion of sources')
- Lack of detailed performance metrics in provided data
- Potential for integration challenges with existing systems
Tags
it-services, dhs, fema, national-response-coordination-center, modernization, firm-fixed-price, full-and-open-competition, delivery-order, washington-dc, computer-related-services, emergency-management
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $6.9 million to WILDFLOWER INTERNATIONAL, LTD.. THE NATIONAL RESPONSE COORDINATION CENTER REFRESH AND MODERNIZATION EFFORT IS TO OPTIMIZE SPACE DESIGN, PROVIDE THE TOOLS (AV AND IT) NEEDED TO MAXIMIZE THE PERFORMANCE, RELIABILITY AND CAPABILITIES OF THE COORDINATION CENTER.
Who is the contractor on this award?
The obligated recipient is WILDFLOWER INTERNATIONAL, LTD..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Federal Emergency Management Agency).
What is the total obligated amount?
The obligated amount is $6.9 million.
What is the period of performance?
Start: 2021-09-27. End: 2024-06-29.
What is the track record of Wildflower International, Ltd. in performing similar federal IT modernization contracts?
A review of federal procurement data would be necessary to fully assess Wildflower International, Ltd.'s track record. Without specific contract history, it's difficult to definitively state their experience. However, their selection for this $6.9 million contract by FEMA suggests they possess the necessary qualifications and capabilities to undertake such projects. Further investigation into past performance evaluations, contract completion success rates, and any past issues or commendations related to similar government contracts would provide a more comprehensive understanding of their reliability and expertise in IT modernization and facility upgrades.
How does the $6.9 million award value compare to similar federal IT modernization projects for coordination centers?
Benchmarking this $6.9 million contract against similar federal IT modernization projects for coordination centers requires access to a broader dataset of comparable contracts. Factors such as the scope of work (e.g., specific AV/IT capabilities, scale of facility), contract duration, and agency can significantly influence costs. Generally, modernization projects for critical national infrastructure can range from a few million to tens of millions of dollars. The value here appears to be within a reasonable range for a significant upgrade, but a detailed comparison with contracts of similar complexity and scale would be needed for a definitive assessment of value for money.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks for this contract include potential scope creep, integration challenges with existing systems, delays in delivery of IT/AV equipment, and contractor performance issues. Mitigation strategies likely involve robust project management by FEMA, clear definition of requirements in the contract, phased delivery and acceptance testing, and the firm fixed-price structure which incentivizes the contractor to manage costs effectively. The 'exclusion of sources' in the competition might also indicate specific risk-based selection criteria were applied. Continuous monitoring of contractor performance and adherence to milestones would be crucial.
How effective is the National Response Coordination Center expected to be after this modernization effort?
The contract aims to 'optimize space design, provide the tools (AV and IT) needed to maximize the performance, reliability and capabilities of the coordination center.' This suggests that post-modernization, the NRCC should be more efficient, responsive, and capable of handling complex coordination tasks during emergencies. Improved AV systems could enhance situational awareness and communication, while optimized IT infrastructure would ensure data integrity and system uptime. The ultimate effectiveness will depend on the successful implementation of the procured solutions and their integration into operational workflows.
What are the historical spending patterns for the National Response Coordination Center modernization or similar initiatives?
Analyzing historical spending patterns for NRCC modernization or similar initiatives requires accessing multi-year federal spending data. Without this specific historical context, it's challenging to provide precise figures. However, federal agencies like FEMA regularly invest in upgrading critical infrastructure to maintain operational readiness. Spending on such projects can fluctuate based on technological advancements, identified needs, and budget allocations. Understanding past investments would help contextualize the current $6.9 million award and assess whether it represents a significant increase or decrease in investment for this capability.
What does the 'exclusion of sources' in the contract's competition method imply for the government and taxpayers?
The phrase 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' is somewhat ambiguous without further context specific to this procurement. Typically, 'full and open competition' means all responsible sources are permitted to submit offers. 'Exclusion of sources' could imply that certain types of vendors or specific companies were intentionally excluded based on pre-defined criteria (e.g., security clearances, specific technical capabilities, past performance issues). If the exclusions were justified and based on legitimate requirements, it could lead to a more focused competition among highly qualified vendors, potentially resulting in better technical solutions. However, if the exclusions were overly broad or unjustified, it could limit competition and potentially lead to higher costs for taxpayers.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1500 S SAINT FRANCIS DR, SANTA FE, NM, 87505
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $6,919,257
Exercised Options: $6,919,257
Current Obligation: $6,919,257
Actual Outlays: $226,621
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSHQDC12D00010
IDV Type: IDC
Timeline
Start Date: 2021-09-27
Current End Date: 2024-06-29
Potential End Date: 2024-06-29 00:00:00
Last Modified: 2026-03-09
More Contracts from Wildflower International, Ltd.
- IT Commodities and Related Services — $97.4M (Department of Homeland Security)
- Master Delivery Order II - for IT Equipment and Ancillary Services — $88.6M (Department of Homeland Security)
- Requirement to Procure Network Equipment Across Installations Within the Department of Defense. the Equipment Will BE in Support of Network Modernization Efforts (netmod) — $48.8M (Department of Defense)
- Laptop Refresh — $31.0M (Department of Homeland Security)
- This PR IS for the Desktop Refresh Procurement. This Delivery Order IS to BE Executed Under Solicitation Number Hsts03-11-R-Cio314; Procurement Requests 21-10-200CIO336 and 21-11-201CIO253 POC: John Kalec 571-227-3763 — $25.4M (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)