DHS awards $2.6M for IT IV&A services to Guidehouse Inc., spanning 9 states

Contract Overview

Contract Amount: $2,638,648 ($2.6M)

Contractor: Guidehouse Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2025-10-09

End Date: 2026-07-08

Contract Duration: 272 days

Daily Burn Rate: $9.7K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE IV&A SERVICES IN SUPPORT OF DRS 4828 FL, 4834 FL, 4798 TX, 4877 MO, 4874 MS, 4830 GA, 4829 SC, 4819 IL, AND 4827 NC.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20472

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $2.6 million to GUIDEHOUSE INC. for work described as: THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE IV&A SERVICES IN SUPPORT OF DRS 4828 FL, 4834 FL, 4798 TX, 4877 MO, 4874 MS, 4830 GA, 4829 SC, 4819 IL, AND 4827 NC. Key points: 1. Contract focuses on crucial Information, Validation, and Assurance (IV&A) services for FEMA's disaster relief systems. 2. The firm fixed-price contract structure aims to control costs and ensure predictable spending. 3. A single delivery order under a larger IDIQ contract suggests potential for follow-on work and established relationships. 4. The broad geographic scope indicates a significant operational footprint for the services provided. 5. The contract's duration of over two years suggests a need for sustained support in these critical systems.

Value Assessment

Rating: good

The contract value of $2.64 million for approximately 272 days of service appears reasonable for specialized IT IV&A support. Benchmarking against similar IT support contracts within federal agencies, particularly for disaster management systems, would provide a clearer picture of value. However, the firm fixed-price nature suggests that the contractor bears the risk of cost overruns, which can be a positive indicator for the government if the scope is well-defined. Without specific per-unit cost data or detailed service level agreements, a precise value-for-money assessment is challenging, but the overall award seems aligned with the complexity of supporting multiple state-level disaster relief systems.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific details of the bidding process, such as the number of proposals received and the evaluation criteria, are not provided. However, full and open competition generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The award to Guidehouse Inc. suggests they were deemed the most advantageous offer.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it encourages a wider range of vendors to compete, potentially driving down costs and improving the quality of services received. This process helps ensure that government funds are used efficiently by selecting the best value offer.

Public Impact

Federal Emergency Management Agency (FEMA) benefits through enhanced IT system integrity and validation. Citizens in Florida, Texas, Missouri, Mississippi, Georgia, South Carolina, Illinois, and North Carolina may indirectly benefit from more reliable disaster relief IT systems. The services support critical disaster response and recovery IT infrastructure across multiple states. The contract supports IT professionals and analysts involved in system validation and assurance.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the 'Other Computer Related Services' sector, a broad category encompassing IT consulting, system integration, and assurance services. The federal IT services market is substantial, with agencies continually investing in maintaining and improving their technological infrastructure, especially for critical functions like disaster management. This contract represents a specific need for independent validation and assurance, a crucial component of IT governance and risk management, ensuring systems function as intended and data is accurate.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). As a delivery order under a larger IDIQ, it's possible that subcontracting opportunities for small businesses may exist, depending on the prime contractor's strategy and the nature of the IV&A services required. However, without explicit subcontracting plans or goals detailed in the award, the direct impact on the small business ecosystem is unclear.

Oversight & Accountability

Oversight for this contract would primarily reside with the Federal Emergency Management Agency (FEMA) contracting officer and program managers. As a delivery order under a potential larger IDIQ contract, there may be established oversight mechanisms from the parent contract. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract is suspected.

Related Government Programs

Risk Flags

Tags

it, dhs, fema, delivery-order, firm-fixed-price, full-and-open-competition, computer-related-services, disaster-management, information-validation-assurance, multi-state, consulting

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $2.6 million to GUIDEHOUSE INC.. THE PURPOSE OF THIS TASK ORDER IS TO PROVIDE IV&A SERVICES IN SUPPORT OF DRS 4828 FL, 4834 FL, 4798 TX, 4877 MO, 4874 MS, 4830 GA, 4829 SC, 4819 IL, AND 4827 NC.

Who is the contractor on this award?

The obligated recipient is GUIDEHOUSE 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 $2.6 million.

What is the period of performance?

Start: 2025-10-09. End: 2026-07-08.

What is Guidehouse Inc.'s track record with similar IV&A contracts for federal agencies, particularly FEMA?

Guidehouse Inc. has a significant presence in providing consulting and IT services to federal agencies, including FEMA. Their experience often spans areas like financial management, cybersecurity, and program management support. While specific details on past IV&A contracts with FEMA are not provided in this data, Guidehouse's broader portfolio suggests they possess the requisite expertise. A deeper dive into their contract history would reveal the scale and success of previous engagements, including performance metrics and client feedback, to fully assess their suitability for this specific task order.

How does the $2.64 million award compare to typical IV&A service costs for similar disaster management IT systems?

Benchmarking the $2.64 million award requires comparing it against contracts for similar Information, Validation, and Assurance (IV&A) services for IT systems of comparable complexity and scope, particularly those supporting disaster management. Federal IT support contracts can vary widely based on duration, specific services, and the number of systems involved. Given this contract covers IV&A for multiple disaster relief systems across nine states over approximately 272 days, the value appears to be within a reasonable range for specialized IT consulting. However, a precise comparison would necessitate access to detailed service level agreements and market research data on IT IV&A service rates.

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

Key risks include potential scope creep if the IV&A requirements are not clearly defined, leading to cost overruns or delays. There's also a risk associated with the contractor's performance and ability to deliver consistent quality across diverse systems and locations. Mitigation strategies likely involve a well-defined Statement of Work (SOW), clear performance metrics, regular progress reviews, and the firm fixed-price contract structure, which places cost risk on the contractor. FEMA's oversight and quality assurance processes are crucial for managing these risks throughout the contract's lifecycle.

How effective is the full and open competition process in ensuring value for this specific IT IV&A contract?

The full and open competition process is designed to maximize value by encouraging a broad range of qualified vendors to submit proposals, fostering price competition and innovation. For this IT IV&A contract, it means FEMA likely received multiple competitive bids, allowing them to select the offer that presented the best overall value, considering both technical approach and price. While the process itself doesn't guarantee optimal value, it creates the conditions for it. The effectiveness is ultimately measured by the quality of services delivered and whether the objectives of the IV&A are met within the awarded budget.

What is the historical spending trend for IV&A services within FEMA or similar disaster management agencies?

Historical spending on IV&A services within FEMA and similar disaster management agencies tends to fluctuate based on the lifecycle of IT systems, modernization efforts, and evolving cybersecurity requirements. Agencies often increase spending on assurance services during periods of significant system upgrades or when implementing new technologies to ensure integrity and compliance. While specific historical data for FEMA's IV&A spending isn't provided here, it's generally understood that such services are a necessary component of IT governance, representing a consistent, albeit variable, portion of overall IT budgets aimed at risk mitigation and system reliability.

Industry Classification

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

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 70FB7024R00000002

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Veritas Capital Fund Management, L.L.C.

Address: 1676 INTERNATIONAL DR STE 800, MC LEAN, VA, 22102

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

Financial Breakdown

Contract Ceiling: $2,638,648

Exercised Options: $2,638,648

Current Obligation: $2,638,648

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70FB7025D00000001

IDV Type: IDC

Timeline

Start Date: 2025-10-09

Current End Date: 2026-07-08

Potential End Date: 2026-07-08 00:00:00

Last Modified: 2026-03-26

More Contracts from Guidehouse Inc.

View all Guidehouse Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending