FEMA Awards $18.5M Task Order to Monkton, Inc. for Individual Assistance Modernization
Contract Overview
Contract Amount: $18,470,843 ($18.5M)
Contractor: Monkton, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-30
End Date: 2029-09-29
Contract Duration: 1,460 days
Daily Burn Rate: $12.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THE PURPOSE OF THIS TASK ORDER IS FOR INDIVIDUAL ASSISTANCE MODERNIZATION.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472
Plain-Language Summary
Department of Homeland Security obligated $18.5 million to MONKTON, INC. for work described as: THE PURPOSE OF THIS TASK ORDER IS FOR INDIVIDUAL ASSISTANCE MODERNIZATION. Key points: 1. Contract awarded for critical IT modernization of FEMA's Individual Assistance program. 2. Competition method was 'Full and Open Competition After Exclusion of Sources', suggesting a specific justification. 3. Risk of project delays or cost overruns exists given the 4-year duration. 4. Spending falls within the 'Computer Systems Design Services' sector.
Value Assessment
Rating: fair
The contract value of $18.5M over four years for system modernization appears reasonable. Benchmarking against similar IT modernization contracts is difficult without more detailed scope information, but the price per year is approximately $4.6M.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources'. This method implies that while competition was sought, specific circumstances led to excluding certain potential bidders, which may impact price discovery and overall value.
Taxpayer Impact: Taxpayer funds are being used for essential government IT infrastructure upgrades, aiming for improved efficiency in disaster relief services.
Public Impact
Modernization of FEMA's Individual Assistance program aims to improve disaster relief services for citizens. The project's success could lead to faster and more efficient processing of aid applications. Long-term benefits include enhanced system resilience and better data management for disaster response.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition method raises questions about optimal price discovery.
- Project duration of 4 years increases exposure to scope creep and evolving technological needs.
- Lack of small business participation noted.
Positive Signals
- Addresses a critical need for modernization within FEMA.
- Firm Fixed Price contract provides cost certainty if scope is well-defined.
- Delivery Order structure allows for phased implementation.
Sector Analysis
This contract falls under Computer Systems Design Services, a sector crucial for government operations. Spending benchmarks for similar IT modernization projects vary widely based on scope and complexity, but this award represents a significant investment in system upgrades.
Small Business Impact
The data indicates that small business participation was not a factor in this award (ss: false, sb: false). Further analysis would be needed to determine if opportunities were missed for small businesses in this procurement.
Oversight & Accountability
The contract is a Delivery Order under a larger award, suggesting it has undergone some level of prior review. However, the specific justification for the 'Exclusion of Sources' warrants further oversight to ensure fairness and value.
Related Government Programs
- Computer Systems Design Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Limited competition method.
- Long project duration (4 years).
- No small business participation.
- Potential for scope creep.
- Need for clear performance metrics.
Tags
computer-systems-design-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 $18.5 million to MONKTON, INC.. THE PURPOSE OF THIS TASK ORDER IS FOR INDIVIDUAL ASSISTANCE MODERNIZATION.
Who is the contractor on this award?
The obligated recipient is MONKTON, 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 $18.5 million.
What is the period of performance?
Start: 2025-09-30. End: 2029-09-29.
What was the specific justification for excluding sources in this 'Full and Open Competition After Exclusion of Sources' award, and how did it impact the final price?
The justification for excluding sources is critical to understanding the competitive landscape. If the exclusion was based on unique capabilities or prior performance, it might explain a higher price. Conversely, if it limited viable bidders, it could have led to a less competitive outcome, potentially increasing costs for taxpayers. Further documentation is needed to assess the rationale and its financial implications.
What are the key performance indicators (KPIs) for this Individual Assistance Modernization project, and how will their achievement be measured to ensure effectiveness?
Measuring the effectiveness of this modernization hinges on clearly defined KPIs. These should include metrics like reduced application processing times, improved user satisfaction for both citizens and FEMA staff, enhanced system uptime, and successful data migration. Regular performance reviews against these KPIs will be essential to ensure the project delivers its intended benefits and justifies the investment.
Given the 4-year duration, what risk mitigation strategies are in place to manage potential scope creep and ensure the technology remains relevant throughout the project lifecycle?
A 4-year IT modernization project inherently faces risks of scope creep and technological obsolescence. Effective mitigation requires robust change control processes, regular technology assessments, and potentially agile development methodologies. Phased delivery with clear milestones allows for course correction. Continuous stakeholder engagement is also vital to ensure the evolving needs are captured and addressed without derailing the core objectives.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: ALTERNATIVE SOURCES
Solicitation ID: 70FA3125R00000006
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2236 CENTRAL AVE, VIENNA, VA, 22182
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $49,745,843
Exercised Options: $18,470,843
Current Obligation: $18,470,843
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70FA3125D00000001
IDV Type: IDC
Timeline
Start Date: 2025-09-30
Current End Date: 2029-09-29
Potential End Date: 2029-09-29 00:00:00
Last Modified: 2025-12-18
More Contracts from Monkton, Inc.
- Internal Revenue Service Criminal Investigation HAS a Requirement for Designing, and Deploying a NEW Cloud-Based Enterprise Case Management System to Collect and Analyze Data, Catalog Issues, and Potential Solutions to Accomplish ITS Mission — $28.4M (Department of the Treasury)
- Requirement for System Integration Support for the Medical Information Exchange (MIX) Portfolio of Programs — $26.4M (Department of Homeland Security)
- Contract Cyber Investigative Mission Support Services (ccimss) — $18.7M (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)