DHS awards $17.7M IT operations contract to CACI NSS, LLC under full and open competition
Contract Overview
Contract Amount: $17,671,896 ($17.7M)
Contractor: CACI NSS, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2023-03-21
End Date: 2024-06-20
Contract Duration: 457 days
Daily Burn Rate: $38.7K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: INFORMATION TECHNOLOGY OPERATIONS AND HELP DESK SUPPORT SERVICES.
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22203
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $17.7 million to CACI NSS, LLC for work described as: INFORMATION TECHNOLOGY OPERATIONS AND HELP DESK SUPPORT SERVICES. Key points: 1. Contract awarded via BPA Call, indicating a pre-competed framework. 2. Firm Fixed Price contract type suggests predictable costs for the government. 3. Contract duration of 457 days provides a defined period for service delivery. 4. The North American Industry Classification System (NAICS) code 541519 covers 'Other Computer Related Services'. 5. Awardee CACI NSS, LLC has a significant presence in federal IT contracting. 6. The contract is for IT operations and help desk support services.
Value Assessment
Rating: good
The contract value of $17.7 million for IT operations and help desk support over approximately 15 months appears reasonable given the scope of services. Benchmarking against similar IT support contracts would provide a more precise value-for-money assessment. The firm fixed-price structure helps manage cost certainty for the Department of Homeland Security.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, suggesting that multiple vendors had the opportunity to bid. The specific mechanism used was a BPA Call, which implies that a broader contract vehicle was already established through a competitive process. The number of bidders is not specified, but full and open competition generally fosters price discovery and encourages competitive pricing.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically leads to more competitive pricing and a wider selection of qualified vendors, ensuring the government receives the best value for its investment.
Public Impact
Federal employees within the Department of Homeland Security will benefit from reliable IT operations and help desk support. The services delivered will ensure the smooth functioning of critical IT infrastructure. The contract's geographic impact is primarily within Virginia, where the Task Order is managed. The contract supports IT professionals and potentially creates or sustains jobs within the IT services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if not managed carefully post-award.
- Reliance on a single vendor for critical IT support could pose continuity risks.
- Scope creep could lead to cost overruns if not strictly managed within the FFP structure.
Positive Signals
- Firm Fixed Price contract provides cost certainty.
- Awarded under full and open competition, suggesting competitive pricing.
- Utilizes a BPA Call, indicating a pre-vetted and potentially efficient procurement method.
- Contractor CACI NSS, LLC is an established federal IT service provider.
Sector Analysis
The IT services sector is a significant area of federal spending, encompassing a wide range of support, development, and maintenance activities. Contracts like this, for IT operations and help desk support, are fundamental to maintaining the digital infrastructure of government agencies. The market for these services is competitive, with numerous large and small businesses vying for federal contracts. Spending in this category is consistently high across various agencies.
Small Business Impact
This contract was not set aside for small businesses, and the data does not indicate any subcontracting requirements for small businesses. This means that opportunities for small business participation are not explicitly mandated within this specific award. The impact on the small business ecosystem is neutral, as it does not leverage small businesses directly but also does not preclude them from competing on future, potentially set-aside, procurements.
Oversight & Accountability
Oversight for this contract will likely be managed by the Department of Homeland Security's contracting officers and program managers. Accountability measures are embedded within the firm fixed-price contract terms, requiring delivery of specified IT operations and help desk services. Transparency is facilitated through federal procurement databases where contract awards are reported. Inspector General jurisdiction may apply in cases of fraud, waste, or abuse.
Related Government Programs
- IT Operations Support Services
- Help Desk Services
- IT Managed Services
- General IT Services
- Department of Homeland Security IT Contracts
Risk Flags
- Potential for vendor lock-in
- Service disruption risk
- Scope creep management needed
Tags
it-services, help-desk, operations-support, department-of-homeland-security, dhs, caci-nss-llc, firm-fixed-price, full-and-open-competition, bpa-call, virginia, information-technology, naics-541519
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $17.7 million to CACI NSS, LLC. INFORMATION TECHNOLOGY OPERATIONS AND HELP DESK SUPPORT SERVICES.
Who is the contractor on this award?
The obligated recipient is CACI NSS, LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Office of Procurement Operations).
What is the total obligated amount?
The obligated amount is $17.7 million.
What is the period of performance?
Start: 2023-03-21. End: 2024-06-20.
What is the historical spending pattern for IT operations and help desk support services at DHS?
Analyzing historical spending patterns for IT operations and help desk support at the Department of Homeland Security (DHS) is crucial for understanding trends and identifying potential areas for cost optimization. While specific historical data for this exact contract is not provided, DHS, as a large federal agency, consistently invests significant resources in maintaining its IT infrastructure and providing user support. Past awards in similar categories often range from several million to tens of millions of dollars annually, depending on the scope and duration. Examining previous contract vehicles, such as Indefinite Delivery/Indefinite Quantity (IDIQ) contracts or Blanket Purchase Agreements (BPAs), can reveal patterns in vendor selection and pricing. A review of historical obligations for NAICS code 541519 within DHS would likely show a steady demand for these services, reflecting the ongoing need to support a vast and complex technological environment critical to national security and law enforcement operations.
How does CACI NSS, LLC's performance on similar federal contracts compare to this award?
CACI NSS, LLC is a well-established contractor with a significant portfolio of federal IT service contracts. To assess their performance relative to this award, one would typically review past performance evaluations and contract histories. Federal databases often contain contractor performance assessment reports (CPARS) which provide insights into a contractor's record regarding cost, schedule, technical performance, and management. CACI has a history of performing large-scale IT support, cybersecurity, and systems integration services for various federal agencies, including defense and civilian departments. Their ability to secure contracts like this one suggests a generally positive track record. However, a detailed comparison would require examining specific metrics from prior similar contracts, such as on-time delivery rates, adherence to budget, and client satisfaction scores, to ensure consistency and identify any potential performance risks or strengths.
What are the key performance indicators (KPIs) expected for this IT operations and help desk support contract?
Key Performance Indicators (KPIs) for an IT operations and help desk support contract are essential for measuring the contractor's success and ensuring service level agreements (SLAs) are met. While not explicitly detailed in the provided data, typical KPIs for such services include: Help Desk First Call Resolution Rate (aiming for a high percentage of issues resolved on the first contact), Average Response Time to Incidents (how quickly support is initiated), Average Resolution Time for Incidents (how quickly issues are fully resolved, often categorized by severity), System Uptime/Availability (ensuring critical IT systems are operational), Ticket Backlog Management (keeping the number of unresolved tickets within acceptable limits), and Customer Satisfaction Scores (gathered through user surveys). The firm fixed-price nature of this contract implies that meeting these KPIs will be critical for CACI NSS, LLC to achieve profitability, and for the Department of Homeland Security to receive the expected level of service.
What is the potential risk associated with relying on a single vendor for critical IT support?
Relying on a single vendor for critical IT operations and help desk support, even one as established as CACI NSS, LLC, introduces several potential risks. A primary concern is vendor lock-in, where the agency becomes heavily dependent on the vendor's proprietary systems, processes, or personnel, making it difficult and costly to switch providers in the future. This dependency can reduce bargaining power during future re-procurements. Another risk is service disruption; if the vendor experiences financial difficulties, labor disputes, or major operational failures, it could directly impact the agency's IT services. Furthermore, a single vendor may lack the diverse perspectives or innovative solutions that could be brought by a more competitive market. Mitigating these risks often involves robust contract management, clear performance expectations, contingency planning, and potentially exploring multi-vendor strategies for future procurements.
How does the BPA Call mechanism influence the value and efficiency of this contract?
A Blanket Purchase Agreement (BPA) Call, as used in this contract award, leverages an existing BPA that has already undergone a competitive process. This means the foundational terms, conditions, and often pricing structures have been pre-negotiated. When a specific need arises, like this IT support requirement, an agency can issue a 'call' or order against the established BPA. This mechanism significantly streamlines the procurement process, reducing administrative burden and lead time compared to a full and open competition for each individual requirement. For taxpayers, this can translate to cost savings through pre-negotiated rates and potentially better value due to the initial competition for the BPA itself. The efficiency gained allows agencies to acquire necessary services more rapidly, ensuring operational continuity.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - IT MANAGEMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70RCSJ23Q00000018
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: CACI International Inc
Address: 14370 NEWBROOK DR, CHANTILLY, VA, 20151
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $17,671,896
Exercised Options: $17,671,896
Current Obligation: $17,671,896
Actual Outlays: $17,671,896
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70RTAC20A00000003
IDV Type: BPA
Timeline
Start Date: 2023-03-21
Current End Date: 2024-06-20
Potential End Date: 2024-06-20 00:00:00
Last Modified: 2025-09-30
More Contracts from CACI NSS, LLC
- Special Operations Forces Emerging Threats Operations and Planning Support — $730.3M (General Services Administration)
- Consolidated AIR Force Satellite Control Network Maintenance, Modifications and Operations Contract — $600.7M (Department of Defense)
- Full-Spectrum Intelligence, Surveillance, and Reconnaissance (isr)innovation and Integration (F3I-2) — $578.4M (Department of Defense)
- ,Ct::igf the Purpose of This to IS to Acquire Performance-Based Information Technology (IT) Technical Support Services Associated With Army Projects, Programs, Applications, and Infrastructure Services in Support of the Project Directorate (PD) Reserve Component Automation Systems (rcas), the Army National Guard (arng) Distance Learning Project (DLP) Programs and Infrastructure Services to Support the PD Rcas, Programs, and Services to Support the PD Rcas, and Development, Sustainment, and Fielding of Information Management Systems (IMS) Projects, Military IT Infrastructure Projects (itii&r), Programs, Applications, Architecture in Support of the Arng — $424.4M (General Services Administration)
- Dtra Imax DA — $401.6M (General Services Administration)
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)