DHS awards $4M contract for Technology Operations Center support to DecisionPoint Corporation
Contract Overview
Contract Amount: $4,000,753 ($4.0M)
Contractor: Decisionpoint Corporation
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-30
End Date: 2026-12-29
Contract Duration: 455 days
Daily Burn Rate: $8.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 6
Pricing Type: LABOR HOURS
Sector: IT
Official Description: TECHNOLOGY OPERATIONS CENTER (TOC) SUPPORT
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22203
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $4.0 million to DECISIONPOINT CORPORATION for work described as: TECHNOLOGY OPERATIONS CENTER (TOC) SUPPORT Key points: 1. Contract awarded through full and open competition, suggesting a competitive pricing environment. 2. The contract duration of 455 days indicates a need for sustained operational support. 3. The primary service category is Computer Systems Design Services, aligning with IT infrastructure needs. 4. Awarded to DecisionPoint Corporation, a contractor with a track record in government IT services. 5. The contract is a delivery order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle. 6. The use of labor hours pricing can introduce variability in total cost based on actual effort.
Value Assessment
Rating: good
The contract value of approximately $4 million for 455 days of support appears reasonable for IT operations center services. Benchmarking against similar contracts for TOC support would provide a more precise value-for-money assessment. The pricing structure, based on labor hours, necessitates careful monitoring to ensure costs remain within expected parameters and do not exceed market rates for the skill sets required.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'full and open competition after exclusion of sources,' indicating that multiple vendors were likely solicited and evaluated. The presence of 6 bidders (implied by 'no': 6) suggests a healthy level of competition for this requirement. This competitive process is expected to drive more favorable pricing and service offerings for the government.
Taxpayer Impact: The competitive award process is beneficial for taxpayers as it likely resulted in a lower price than a sole-source or limited competition award, maximizing the value of federal funds.
Public Impact
The Department of Homeland Security (DHS) will benefit from enhanced Technology Operations Center (TOC) support. Services delivered will ensure the smooth functioning and maintenance of critical IT infrastructure. The geographic impact is primarily within Virginia, where the contractor is located. Workforce implications include the potential for skilled IT professionals to be engaged in supporting federal operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if labor hours exceed projections.
- Reliance on a single contractor for critical TOC functions could pose a risk if performance issues arise.
Positive Signals
- Awarded through full and open competition, indicating a robust selection process.
- Contract duration suggests a stable need for services, allowing for focused performance.
- Contractor is established, potentially bringing relevant experience to the role.
Sector Analysis
The IT services sector is highly competitive, with numerous firms offering specialized support for government operations. This contract falls within the Computer Systems Design Services NAICS code (541512), a segment focused on the design, development, and integration of computer systems. Spending in this area is critical for maintaining the operational readiness of federal agencies, with comparable contracts often ranging from a few million to tens of millions of dollars depending on scope and duration.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, DecisionPoint Corporation, is likely a large business. There is no explicit information on subcontracting plans for small businesses within this award notice, which could represent a missed opportunity to engage the small business ecosystem.
Oversight & Accountability
Oversight for this contract will likely be managed by the contracting officer and program officials within the Department of Homeland Security's Office of Procurement Operations. Accountability measures are typically embedded in the contract terms and conditions, including performance standards and reporting requirements. Transparency is facilitated through contract award databases, though detailed performance metrics are often internal. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- DHS IT Modernization Programs
- Federal Civilian IT Services
- Computer Systems Design Services Contracts
- Technology Operations Support Contracts
Risk Flags
- Potential for labor hour cost overruns.
- Reliance on contractor for critical IT operations.
- Need for robust performance monitoring.
Tags
it-services, dhs, procurement-operations, delivery-order, full-and-open-competition, computer-systems-design, labor-hours, virginia, decisionpoint-corporation, technology-operations-center
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $4.0 million to DECISIONPOINT CORPORATION. TECHNOLOGY OPERATIONS CENTER (TOC) SUPPORT
Who is the contractor on this award?
The obligated recipient is DECISIONPOINT CORPORATION.
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 $4.0 million.
What is the period of performance?
Start: 2025-09-30. End: 2026-12-29.
What is DecisionPoint Corporation's past performance record with the federal government, particularly in IT operations support?
DecisionPoint Corporation has a history of performing IT services for various federal agencies. While specific details on past performance metrics for this exact type of Technology Operations Center (TOC) support are not publicly detailed in this award notice, their presence in the federal contracting space suggests experience. A deeper dive into their contract history, including performance evaluations and any past issues or commendations, would be necessary for a comprehensive assessment. Reviewing their award data across different agencies and contract types can provide insights into their reliability and capability in delivering complex IT solutions and operational support.
How does the awarded price compare to market rates for similar TOC support services?
The total award amount of approximately $4 million for 455 days of TOC support needs to be benchmarked against prevailing market rates for similar services. Given the contract is priced using labor hours, the comparison should focus on the average hourly rates for the various labor categories proposed by DecisionPoint Corporation. Without access to the specific labor categories and their associated rates, a precise comparison is difficult. However, the fact that it was awarded under full and open competition suggests that the rates were deemed competitive by the government evaluators. Further analysis would require access to the bid data or industry benchmarks for comparable IT support roles in the Virginia region.
What are the key performance indicators (KPIs) for this contract, and how will they be measured?
The specific Key Performance Indicators (KPIs) and their measurement methodologies for this Technology Operations Center (TOC) Support contract are not detailed in the provided award abstract. Typically, such contracts include performance standards related to system uptime, response times for incident resolution, service request fulfillment rates, and security compliance. These KPIs are crucial for ensuring the contractor meets the government's operational requirements. The contracting officer's representative (COR) is usually responsible for monitoring performance against these metrics, which are often outlined in the Performance Work Statement (PWS) or Statement of Work (SOW) attached to the contract.
What is the historical spending trend for TOC support services at DHS?
Analyzing historical spending trends for Technology Operations Center (TOC) support services at the Department of Homeland Security (DHS) would provide context for this $4 million award. Without specific historical data, it's challenging to determine if this award represents an increase, decrease, or stable level of investment in such services. Generally, agencies like DHS have significant IT infrastructure needs, and spending on operational support is a consistent requirement. Trends can be influenced by factors such as IT modernization initiatives, cybersecurity threats, and shifts in agency priorities. A comprehensive review of past DHS contracts for similar services would reveal patterns in spending and contractor selection.
Are there any identified risks associated with DecisionPoint Corporation's ability to fulfill this contract?
The provided award notice does not explicitly detail any identified risks associated with DecisionPoint Corporation's ability to fulfill this specific contract. However, general risks inherent in IT support contracts include potential performance deficiencies, cost overruns due to unforeseen technical challenges or scope creep, and cybersecurity vulnerabilities. The government's selection process, including the review of past performance and the competitive bidding, aims to mitigate these risks. The 'full and open competition' aspect suggests that multiple vendors were assessed, potentially reducing the risk associated with relying on a single source. Ongoing contract management and oversight are critical for identifying and mitigating risks throughout the contract's lifecycle.
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 - NETWORK
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70RCSJ25Q00000212
Offers Received: 6
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 702 RUSSELL AVE, GAITHERSBURG, MD, 20877
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $10,481,746
Exercised Options: $4,000,753
Current Obligation: $4,000,753
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 47QTCH18D0013
IDV Type: GWAC
Timeline
Start Date: 2025-09-30
Current End Date: 2026-12-29
Potential End Date: 2028-09-29 00:00:00
Last Modified: 2026-01-22
More Contracts from Decisionpoint Corporation
- Surface Deployment and Distribution Command (sddc) IT Support Services (sitss) — $23.1M (Department of Defense)
- Support AF Efforts to Identify, Monitor and Analyze Cyberspace Threats, Coordinate Cyberspace Orders Among Missions, and Provide a Liaison Between 16 AF and Outside Entities Relating to Cyberspace — $13.8M (Department of Defense)
- Transportation Geospatial Information System (tgis) — $11.0M (Department of Defense)
- Sddc IT Support Services Award — $7.6M (Department of Defense)
- A&A III Security Contract — $6.0M (Department of Agriculture)
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)