DHS awards $4.88M for Border Wall Program Management, with AECOM Technical Services Inc. leading
Contract Overview
Contract Amount: $4,882,107 ($4.9M)
Contractor: AECOM Technical Services, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-22
End Date: 2029-02-19
Contract Duration: 1,155 days
Daily Burn Rate: $4.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIXED PRICE INCENTIVE
Sector: Construction
Official Description: DHS BORDER WALL CONSTRUCTION PROGRAM MANAGEMENT SUPPORT SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20528
Plain-Language Summary
Department of Homeland Security obligated $4.9 million to AECOM TECHNICAL SERVICES, INC. for work described as: DHS BORDER WALL CONSTRUCTION PROGRAM MANAGEMENT SUPPORT SERVICES Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. Fixed Price Incentive contract type indicates a focus on performance-based outcomes. 3. The contract duration of 1155 days (over 3 years) suggests a significant, long-term need. 4. AECOM Technical Services, Inc. has a substantial contract value, indicating a key role. 5. The contract is for program management support, crucial for complex infrastructure projects. 6. Geographic focus on Washington D.C. for this specific award, though the program is national.
Value Assessment
Rating: good
The contract value of $4.88 million for program management support over approximately three years appears reasonable given the complexity of large-scale infrastructure programs. Benchmarking against similar program management contracts for major federal projects would provide a more precise value-for-money assessment. The fixed-price incentive structure suggests an effort to control costs while ensuring performance.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit a bid. The presence of 3 bidders indicates a moderate level of competition for this specific award. While not a large number, it suggests that multiple firms were interested and capable of providing the required services, which generally aids in price discovery.
Taxpayer Impact: Full and open competition, even with a limited number of bidders, typically benefits taxpayers by encouraging competitive pricing and potentially leading to more efficient service delivery compared to sole-source or limited competition awards.
Public Impact
The Department of Homeland Security (DHS) benefits through enhanced program management for border security infrastructure. Services delivered include critical program management support, essential for the planning, execution, and oversight of complex construction projects. While the award is managed from Washington D.C., the ultimate impact is on border security operations across U.S. borders. The contract supports a workforce of program managers, engineers, and administrative staff, likely including both direct hires and subcontractors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if incentive targets are not met effectively.
- Dependence on a single contractor for critical program management functions.
- Scope creep could increase costs beyond initial projections if not managed tightly.
Positive Signals
- Fixed Price Incentive contract type aligns contractor incentives with government objectives.
- Awarded through full and open competition, suggesting a competitive market for these services.
- Long contract duration allows for continuity and deep institutional knowledge development.
Sector Analysis
This contract falls within the Engineering Services sector, specifically supporting large-scale government infrastructure programs. The market for program management support services for federal agencies is substantial, with numerous firms capable of undertaking such work. This award represents a portion of DHS's broader spending on border security and infrastructure.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, small businesses are unlikely to be direct recipients of this prime contract. However, AECOM Technical Services, Inc., as a large prime contractor, may engage small businesses as subcontractors to fulfill specific aspects of the program management support, contributing to the broader small business ecosystem.
Oversight & Accountability
Oversight for this contract will likely be managed by contracting officers and program managers within the Department of Homeland Security's relevant component agencies. The fixed-price incentive structure includes performance metrics that will be monitored to ensure accountability. Transparency is generally maintained through contract award databases and reporting requirements, though specific internal oversight mechanisms are not detailed in this data.
Related Government Programs
- DHS Border Security Technology Program
- Federal Border Infrastructure Projects
- Large-Scale Construction Program Management
- Engineering and Technical Services Contracts
Risk Flags
- Potential for cost overruns due to fixed-price incentive structure.
- Contractor performance risk in managing complex program elements.
- Dependency on a single prime contractor for critical support.
Tags
dhs, border-wall, program-management, engineering-services, aecom-technical-services-inc, fixed-price-incentive, full-and-open-competition, delivery-order, district-of-columbia, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $4.9 million to AECOM TECHNICAL SERVICES, INC.. DHS BORDER WALL CONSTRUCTION PROGRAM MANAGEMENT SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is AECOM TECHNICAL SERVICES, INC..
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 $4.9 million.
What is the period of performance?
Start: 2025-12-22. End: 2029-02-19.
What is AECOM Technical Services, Inc.'s track record with similar large-scale government infrastructure program management contracts?
AECOM Technical Services, Inc. has a significant history of performing large-scale program management and engineering support for various government agencies, including the Department of Defense and Department of Transportation, as well as homeland security initiatives. Their portfolio often includes complex infrastructure projects, such as transportation systems, facilities management, and environmental services. While specific details on past border wall program management are not immediately available, their extensive experience in managing complex, multi-year federal contracts suggests a capacity to handle the demands of this DHS award. A deeper dive into their past performance evaluations and contract history would reveal specific successes and challenges.
How does the awarded value compare to similar program management contracts for border infrastructure?
Comparing the $4.88 million award for program management support to similar contracts requires access to a broader dataset of federal procurements. However, for a program spanning over three years with significant infrastructure components, this value appears to be within a reasonable range for specialized program management services. Larger, more complex projects might command higher values, while smaller or shorter-duration efforts would be less. The fixed-price incentive (FPI) contract type also influences the structure of the award, potentially allowing for cost savings if performance targets are met efficiently, which is a positive indicator for value.
What are the primary risks associated with this type of program management support contract?
Key risks for this contract include potential scope creep, where the project's requirements expand beyond the initial agreement, leading to cost overruns and schedule delays. Another risk is the contractor's ability to effectively manage subcontractors and ensure quality across all aspects of the program. Performance under the incentive structure also poses a risk; if targets are too easily met, the government may not achieve optimal value, or if they are too stringent, the contractor may struggle, impacting project progress. Furthermore, reliance on a single prime contractor for critical management functions creates a dependency risk.
How effective is the Fixed Price Incentive (FPI) contract type in ensuring program effectiveness for border wall construction?
The Fixed Price Incentive (FPI) contract type is designed to encourage contractor efficiency and performance by linking the final price to the achievement of specific cost and performance targets. For border wall construction program management, this means AECOM Technical Services, Inc. has a financial incentive to manage the program within budget and meet defined milestones. If costs are lower than anticipated and performance targets are met, the government benefits from savings. Conversely, if costs exceed targets, the government's share of the overrun is capped, and the contractor absorbs a portion. This structure aims to align the contractor's profit motive with the government's goal of effective and cost-efficient project delivery.
What are the historical spending patterns for DHS program management support services related to border security?
Historical spending patterns for DHS program management support services related to border security have generally trended upwards, reflecting the ongoing commitment to enhancing border infrastructure and technology. Specific figures fluctuate based on administration priorities, congressional appropriations, and the scale of ongoing projects. Contracts for program management, engineering, and construction oversight are recurring needs for such large-scale initiatives. Analyzing past DHS budgets and contract awards for similar services would reveal trends in annual spending, average contract values, and the primary contracting firms involved over time.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIXED PRICE INCENTIVE (L)
Evaluated Preference: NONE
Contractor Details
Address: 300 S GRAND AVE FL 9, LOS ANGELES, CA, 90071
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $594,119,532
Exercised Options: $4,882,107
Current Obligation: $4,882,107
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS00F188CA
IDV Type: FSS
Timeline
Start Date: 2025-12-22
Current End Date: 2029-02-19
Potential End Date: 2029-02-19 00:00:00
Last Modified: 2026-02-05
More Contracts from AECOM Technical Services, Inc.
- DB Repair Berths 40 and 41, Norfolk Naval Shipyard, Portsmouth, VA — $229.7M (Department of Defense)
- L-536 Interim/Final Levee Repairs — $121.5M (Department of Defense)
- Alternate Care Facility (ACF): Suny OLD Westbury - OLD Westbury, NY — $121.4M (Department of Defense)
- Fwda Parcel 3 Closure&corrective Action, Fort Wingate Depot Activity, Mckinley County, NEW Mexico — $107.1M (Department of Defense)
- Typhoon Mawar Recovery AT Various Locations in Joint Region Maria — $101.4M (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)