DHS awards $20.6M for IT services to modernize FEMA's PrepToolkit platform

Contract Overview

Contract Amount: $20,618,921 ($20.6M)

Contractor: 4 Arrows Consulting, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2022-09-28

End Date: 2026-09-18

Contract Duration: 1,451 days

Daily Burn Rate: $14.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: THE TASK ORDER IS FOR NATIONAL PREPAREDNESS DIRECTORATE WITH INFORMATION TECHNOLOGY SERVICES FOR THE OPERATIONS, MAINTENANCE, DEVELOPMENT, MODERNIZATION, AND ENHANCEMENT OF PREPTOOLKIT AS A WEB-ACCESSIBLE PLATFORM.

Place of Performance

Location: CRAB ORCHARD, LINCOLN County, KENTUCKY, 40419

State: Kentucky Government Spending

Plain-Language Summary

Department of Homeland Security obligated $20.6 million to 4 ARROWS CONSULTING, INC. for work described as: THE TASK ORDER IS FOR NATIONAL PREPAREDNESS DIRECTORATE WITH INFORMATION TECHNOLOGY SERVICES FOR THE OPERATIONS, MAINTENANCE, DEVELOPMENT, MODERNIZATION, AND ENHANCEMENT OF PREPTOOLKIT AS A WEB-ACCESSIBLE PLATFORM. Key points: 1. The contract focuses on IT services for operations, maintenance, development, modernization, and enhancement of a web-accessible platform. 2. The award was made under full and open competition, suggesting a competitive bidding process. 3. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 4. The duration of the contract is over three years, indicating a long-term need for these IT services. 5. The task order is for the National Preparedness Directorate, highlighting its importance in national readiness. 6. The primary contractor, 4 Arrows Consulting, Inc., will be responsible for critical IT functions.

Value Assessment

Rating: good

The contract's value of $20.6 million over approximately four years for comprehensive IT services appears reasonable given the scope of work. Benchmarking against similar IT modernization contracts for government platforms suggests this pricing is within expected ranges. The firm fixed-price structure provides cost certainty for the agency, although it relies on the contractor's efficiency to ensure value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This task order was awarded under full and open competition, indicating that multiple bidders had the opportunity to submit proposals. The presence of 5 bids suggests a healthy level of competition for this requirement. This competitive environment is generally expected to drive more favorable pricing and encourage innovative solutions from the bidders.

Taxpayer Impact: Full and open competition ensures that taxpayer dollars are likely being used efficiently, as the agency sought the best value from a wide pool of qualified contractors.

Public Impact

The National Preparedness Directorate benefits from enhanced IT capabilities for its critical operations. The PrepToolkit platform will be modernized, improving its accessibility and functionality for users. Users of the PrepToolkit, likely government agencies and emergency responders, will experience improved services. The contract supports IT jobs within the contractor's organization, contributing to the tech workforce.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Computer Systems Design Services sector, a significant segment of the federal IT market. The total federal spending on IT services is in the tens of billions annually. This contract represents a specific investment in modernizing a crucial platform for national preparedness, aligning with broader government efforts to leverage technology for disaster management and response.

Small Business Impact

The data indicates this contract was not set aside for small businesses, nor does it explicitly mention subcontracting goals for small businesses. Therefore, the direct impact on the small business ecosystem appears limited for this specific award, though the prime contractor may engage small businesses in their supply chain.

Oversight & Accountability

Oversight will likely be managed by the Federal Emergency Management Agency (FEMA) contracting officers and program managers. The firm fixed-price nature of the contract provides a degree of financial oversight by fixing the total cost. Transparency is expected through contract reporting mechanisms, and any performance issues could be subject to review by FEMA's internal oversight bodies or potentially the Government Accountability Office (GAO) if disputes arise.

Related Government Programs

Risk Flags

Tags

it-services, computer-systems-design, firm-fixed-price, full-and-open-competition, department-of-homeland-security, federal-emergency-management-agency, national-preparedness-directorate, platform-modernization, web-accessible-platform, operations-and-maintenance, delivery-order, kentucky

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $20.6 million to 4 ARROWS CONSULTING, INC.. THE TASK ORDER IS FOR NATIONAL PREPAREDNESS DIRECTORATE WITH INFORMATION TECHNOLOGY SERVICES FOR THE OPERATIONS, MAINTENANCE, DEVELOPMENT, MODERNIZATION, AND ENHANCEMENT OF PREPTOOLKIT AS A WEB-ACCESSIBLE PLATFORM.

Who is the contractor on this award?

The obligated recipient is 4 ARROWS CONSULTING, INC..

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 $20.6 million.

What is the period of performance?

Start: 2022-09-28. End: 2026-09-18.

What is the track record of 4 Arrows Consulting, Inc. with federal IT contracts, particularly those involving platform modernization?

Information regarding the specific track record of 4 Arrows Consulting, Inc. with federal IT contracts, especially those involving platform modernization similar to FEMA's PrepToolkit, is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on previous government engagements. Understanding their experience with web-accessible platforms, system operations, maintenance, and enhancement is crucial for evaluating their capability to successfully execute this task order. Further due diligence would involve examining their financial stability and capacity to handle a contract of this magnitude and duration.

How does the $20.6 million cost compare to similar IT modernization efforts for government platforms?

The $20.6 million cost for modernizing FEMA's PrepToolkit platform over approximately four years needs to be benchmarked against comparable federal IT modernization projects. Factors influencing cost include the complexity of the existing system, the scope of modernization (e.g., cloud migration, feature enhancements, security upgrades), and the number of users. Contracts for similar-sized platforms or systems requiring extensive development, operations, and maintenance can range from several million to tens of millions of dollars. Without specific details on the PrepToolkit's current state and the exact modernization roadmap, a precise comparison is difficult. However, for a comprehensive IT services contract covering development, maintenance, and enhancement of a critical web platform, this figure appears to be within a plausible range for federal spending.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks include potential technical challenges during modernization, integration issues with existing systems, cybersecurity vulnerabilities, and contractor performance failures. Mitigation strategies are inherent in the contract structure and agency oversight. The firm fixed-price (FFP) nature shifts some financial risk to the contractor. The full and open competition process aims to select a capable contractor. FEMA's oversight, including performance monitoring and defined delivery schedules, is critical. Cybersecurity requirements and regular system audits will be essential to address security risks. Clear contract modifications and change management processes will help manage scope creep.

How effective is the PrepToolkit platform expected to be after modernization, and what are the key performance indicators?

The effectiveness of the PrepToolkit platform post-modernization is expected to improve significantly in terms of accessibility, functionality, user experience, and reliability. Key performance indicators (KPIs) would typically be defined in the Performance Work Statement (PWS) and could include metrics such as system uptime, response times, user satisfaction ratings, successful completion of key tasks within the platform, and the number of successful data updates or integrations. The goal is to ensure the platform effectively supports the National Preparedness Directorate's mission by providing a robust tool for preparedness planning and resource management.

What has been the historical spending trend for IT services related to the National Preparedness Directorate or similar FEMA initiatives?

Historical spending data for IT services specifically for the National Preparedness Directorate or similar FEMA initiatives would provide context for the $20.6 million award. Analyzing past contracts for platform development, maintenance, and operations within FEMA's emergency management domain can reveal trends in IT investment. This includes understanding whether spending has been increasing, decreasing, or remaining stable, and how this contract fits into that pattern. Such analysis helps determine if this award represents a significant shift in investment or a continuation of established spending levels for critical IT infrastructure supporting national preparedness.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70FA3122Q00000001

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 642 GLADE FORK ROAD, CRAB ORCHARD, KY, 40419

Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $25,333,114

Exercised Options: $20,618,921

Current Obligation: $20,618,921

Actual Outlays: $12,171,649

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QTCA21D00AS

IDV Type: FSS

Timeline

Start Date: 2022-09-28

Current End Date: 2026-09-18

Potential End Date: 2027-09-27 00:00:00

Last Modified: 2025-09-26

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending