FEMA awards $824K for Oracle Cloud Infrastructure services to FCN, Inc
Contract Overview
Contract Amount: $824,616 ($824.6K)
Contractor: FCN, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2024-08-31
End Date: 2025-09-29
Contract Duration: 394 days
Daily Burn Rate: $2.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: ORACLE CLOUD INFRASTRUCTURE (OCI) PLATFORM-AS-A-SERVICE AND INFRASTRUCTURE-AS-A-SERVICE
Place of Performance
Location: ROCKVILLE, MONTGOMERY County, MARYLAND, 20852
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $824,616.06 to FCN, INC. for work described as: ORACLE CLOUD INFRASTRUCTURE (OCI) PLATFORM-AS-A-SERVICE AND INFRASTRUCTURE-AS-A-SERVICE Key points: 1. Contract value of $824,616.06 for cloud services. 2. FCN, Inc. is the awardee. 3. Department of Homeland Security (FEMA) is the agency. 4. Service is classified under 'Other Computer Related Services' (NAICS 541519). 5. Contract type is Firm Fixed Price.
Value Assessment
Rating: fair
The contract value of $824,616.06 for cloud services appears moderate for a federal contract of this nature. Benchmarking against similar OCI platform and infrastructure services would be necessary for a precise assessment.
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 suggests an initial exclusion of sources, followed by a broader competition, which may impact price discovery and overall competitiveness.
Taxpayer Impact: The $824,616.06 award represents taxpayer funds allocated for essential cloud infrastructure and platform services to support FEMA operations.
Public Impact
Ensures continuity of critical FEMA operations through cloud services. Supports disaster response and recovery efforts by providing necessary IT infrastructure. Potential for cost savings and scalability through cloud adoption. Impacts federal data storage and processing capabilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to source exclusion.
- Reliance on a specific cloud provider (Oracle).
Positive Signals
- Awarded under full and open competition.
- Firm Fixed Price contract provides cost certainty.
Sector Analysis
The IT sector, particularly cloud services, is a significant area of federal spending. Agencies are increasingly migrating to cloud platforms for efficiency and scalability. Benchmarks for OCI services vary widely based on specific configurations and usage.
Small Business Impact
The data does not indicate whether small businesses were involved in this contract, either as prime contractors or subcontractors. Further analysis would be needed to determine small business participation.
Oversight & Accountability
The contract is managed by the Department of Homeland Security (FEMA). Standard federal procurement oversight processes would apply, including contract performance monitoring and financial accountability.
Related Government Programs
- Other Computer Related Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Potential for vendor lock-in with Oracle Cloud.
- Complexity of cloud service management and cost optimization.
- Security risks associated with cloud-based data storage and processing.
- Dependence on a single awardee for critical infrastructure.
Tags
other-computer-related-services, department-of-homeland-security, md, delivery-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $824,616.06 to FCN, INC.. ORACLE CLOUD INFRASTRUCTURE (OCI) PLATFORM-AS-A-SERVICE AND INFRASTRUCTURE-AS-A-SERVICE
Who is the contractor on this award?
The obligated recipient is FCN, 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 $824,616.06.
What is the period of performance?
Start: 2024-08-31. End: 2025-09-29.
What specific OCI services are being procured and how do their costs compare to market rates for similar federal cloud contracts?
The data specifies 'PLATFORM-AS-A-SERVICE AND INFRASTRUCTURE-AS-A-SERVICE' from Oracle Cloud Infrastructure. A detailed breakdown of the services procured (e.g., compute, storage, database services) and their associated costs is needed. Comparing these unit costs against benchmarks for similar federal cloud contracts, considering factors like reserved instances, support levels, and geographic regions, is crucial for assessing value for money.
What were the reasons for excluding other sources initially, and did this exclusion limit competitive pricing?
The contract states 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. Understanding the justification for the initial exclusion is key. If the exclusion was based on specific technical requirements or proprietary technology, it might be justifiable. However, if it unduly limited the pool of potential bidders, it could have led to less competitive pricing than a truly open competition from the outset.
How effectively will these OCI services support FEMA's mission-critical functions, particularly during disaster events?
The effectiveness hinges on the specific OCI services procured and their configuration for high availability, scalability, and disaster recovery. FEMA's reliance on these services for critical functions like data management, communication, and operational support during emergencies necessitates robust performance and reliability. Post-award performance metrics and user feedback would be essential to evaluate the actual effectiveness.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70FA3124Q00000051
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2600 TOWER OAKS BLVD STE 575, ROCKVILLE, MD, 20852
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $824,616
Exercised Options: $824,616
Current Obligation: $824,616
Actual Outlays: $750,259
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SC71B
IDV Type: GWAC
Timeline
Start Date: 2024-08-31
Current End Date: 2025-09-29
Potential End Date: 2026-04-04 00:00:00
Last Modified: 2026-04-03
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)