DHS awards $43M+ for SECIR Mission Support Services to Insight Technology Solutions, LLC
Contract Overview
Contract Amount: $43,092,733 ($43.1M)
Contractor: Insight Technology Solutions, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2018-09-28
End Date: 2022-06-09
Contract Duration: 1,350 days
Daily Burn Rate: $31.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: SECIR MISSION SUPPORT SERVICES TASK ORDER
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22203
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $43.1 million to INSIGHT TECHNOLOGY SOLUTIONS, LLC for work described as: SECIR MISSION SUPPORT SERVICES TASK ORDER Key points: 1. Contract value represents significant investment in mission support services. 2. Competition was full and open after exclusion of sources, indicating a deliberate procurement strategy. 3. Contract duration of 1350 days suggests a need for sustained support. 4. The task order falls under engineering services, highlighting specialized technical requirements. 5. Performance period spans multiple fiscal years, requiring long-term resource planning. 6. The use of Time and Materials pricing may warrant close monitoring of labor hours and rates.
Value Assessment
Rating: good
The contract value of over $43 million for mission support services appears reasonable given the nearly four-year performance period. Benchmarking against similar large-scale support contracts within DHS or other agencies would provide a more precise value-for-money assessment. The Time and Materials (T&M) pricing structure, while common for evolving requirements, necessitates diligent oversight to ensure costs remain aligned with the scope of work and market rates for the services provided. Without specific unit cost data, a definitive price assessment is challenging, but the overall award size suggests a substantial and potentially competitive procurement.
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.' This indicates that while the competition was intended to be broad, specific sources may have been excluded based on pre-defined criteria or prior determinations. The number of bidders is not specified, but the 'full and open' designation suggests an effort to solicit a wide range of qualified offerors. This approach generally promotes price discovery and encourages competitive pricing by allowing any responsible source to submit an offer.
Taxpayer Impact: The 'full and open' competition, even with exclusions, aims to secure the best value for taxpayers by fostering a competitive environment that drives down costs and improves service quality.
Public Impact
The primary beneficiaries are the Department of Homeland Security (DHS) components utilizing the SECIR mission support services. Services delivered likely encompass a range of technical, analytical, and operational support critical to the SECIR mission. The geographic impact is primarily within the operational areas of DHS, with potential implications for national security and public safety. Workforce implications may include direct employment by the contractor and potential indirect impacts on government personnel managing the contract.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns due to Time and Materials pricing if not closely managed.
- Risk of scope creep if requirements are not clearly defined and controlled throughout the contract period.
- Dependence on a single contractor for critical mission support functions could pose continuity risks.
- Ensuring consistent quality of services delivered over the multi-year performance period.
Positive Signals
- Award to a single, established contractor suggests a focus on reliability and proven performance.
- The 'full and open' competition, despite exclusions, indicates an attempt to leverage market competition.
- The substantial contract value may reflect the critical nature and complexity of the SECIR mission support.
- Long contract duration allows for stable planning and execution of support services.
Sector Analysis
The SECIR Mission Support Services contract falls within the broader professional, scientific, and technical services sector, specifically engineering services. This sector is characterized by a high degree of specialization and is crucial for government operations requiring expert analysis and technical solutions. Comparable spending in this area often involves significant investments in areas like cybersecurity, intelligence analysis, and operational support, reflecting the complex needs of agencies like DHS. The market size for such services is substantial, driven by ongoing government requirements for specialized expertise.
Small Business Impact
Information regarding small business set-asides or subcontracting plans is not explicitly provided in the data. As this was a task order under a larger contract vehicle, the small business considerations would likely have been addressed at the prime contract level. Without specific details on subcontracting goals or achievements, it is difficult to assess the direct impact on the small business ecosystem for this particular task order.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the designated contracting officer's representative (COR) within the Department of Homeland Security. Accountability measures are embedded in the contract terms, including performance standards and reporting requirements. Transparency is facilitated through contract databases and reporting mechanisms, though specific details of ongoing oversight activities are not publicly detailed. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- DHS Mission Support Services
- Federal Engineering Services Contracts
- Intelligence and Security Support Contracts
- Department of Homeland Security IT and Technical Services
Risk Flags
- Potential for cost overruns due to T&M pricing.
- Scope creep risk.
- Contractor performance variability over long duration.
- Dependence on single source for critical support.
Tags
dhs, mission-support, engineering-services, insight-technology-solutions, time-and-materials, full-and-open-competition, task-order, federal-contract, homeland-security, virginia
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $43.1 million to INSIGHT TECHNOLOGY SOLUTIONS, LLC. SECIR MISSION SUPPORT SERVICES TASK ORDER
Who is the contractor on this award?
The obligated recipient is INSIGHT TECHNOLOGY SOLUTIONS, 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 $43.1 million.
What is the period of performance?
Start: 2018-09-28. End: 2022-06-09.
What is the specific nature of the 'SECIR Mission Support Services' and how do they contribute to DHS's overall mission?
The 'SECIR Mission Support Services' likely refer to critical operational, analytical, and technical support functions essential for the Department of Homeland Security's (DHS) efforts in Security, Intelligence, Counterterrorism, Investigations, and Response (SECIR). While the exact scope is not detailed, such services typically involve providing expertise in areas like threat assessment, intelligence analysis, cybersecurity operations, data management, program management, and logistical support. These services are fundamental to enabling DHS components to effectively carry out their mandates, which include protecting the nation from threats, securing borders, enforcing immigration laws, and responding to disasters. The substantial award value suggests these services are integral to high-priority national security and public safety operations.
How does the 'Full and Open Competition After Exclusion of Sources' procurement method impact pricing and contractor selection compared to standard full and open competition?
The 'Full and Open Competition After Exclusion of Sources' (FOCIAS) method is a variation of full and open competition where, after initial broad solicitation, certain sources are excluded based on specific, documented reasons. This could include factors like national security concerns, prior performance issues, or specific technical requirements that only a subset of potential offerors can meet. While it still aims for broad competition, the exclusion of sources can potentially limit the number of bidders and, consequently, the intensity of price competition compared to a standard full and open process. The selection process under FOCIAS must still adhere to best value principles, but the rationale for exclusions needs to be clearly justified to ensure fairness and prevent undue market restriction. Taxpayers benefit when exclusions are based on legitimate, mission-critical factors rather than arbitrary limitations.
What are the potential risks associated with the Time and Materials (T&M) contract type for this mission support task order?
Time and Materials (T&M) contracts, while flexible for evolving requirements, carry inherent risks for the government, primarily related to cost control. The primary risk is the potential for cost overruns if labor hours are not diligently monitored and controlled, or if labor rates escalate beyond anticipated market levels. Without a fixed price, the government bears more of the risk associated with project duration and efficiency. For this $43M+ task order, effective oversight by the Contracting Officer's Representative (COR) is crucial. This includes rigorous tracking of all labor hours, verification of work performed, and regular benchmarking of labor rates against industry standards to ensure fair and reasonable pricing throughout the contract's lifespan. Scope creep can also exacerbate T&M costs if not managed through formal change order processes.
How does the contract's duration (1350 days) influence the assessment of its value and the contractor's performance expectations?
A contract duration of 1350 days (approximately 3.7 years) suggests a need for sustained, long-term support for the SECIR mission. This extended period allows for greater stability and predictability for both the government and the contractor, potentially leading to improved efficiency and deeper institutional knowledge. From a value perspective, a longer duration can sometimes allow for economies of scale and reduced transition costs compared to multiple shorter contracts. However, it also increases the government's exposure to potential price increases over time and the risk of contractor performance degradation. Expectations for the contractor include maintaining consistent service quality, adapting to evolving mission needs, and demonstrating continuous improvement throughout the performance period. Regular performance reviews are essential to ensure the long-term value proposition remains strong.
What are the implications of this contract award for Insight Technology Solutions, LLC's business strategy and market position?
Securing a significant task order valued at over $43 million from the Department of Homeland Security (DHS) is a substantial win for Insight Technology Solutions, LLC. It validates their capabilities in providing mission support services, likely within specialized engineering or technical domains relevant to DHS's security and intelligence functions. This award strengthens their position as a key contractor within the federal government space, particularly with a high-profile agency like DHS. It provides a stable revenue stream over the contract's multi-year duration, allowing for strategic investment in resources, personnel, and technology. Furthermore, successful performance on this contract can serve as a strong reference point for future business development efforts, potentially opening doors to similar opportunities with DHS or other federal agencies requiring comparable expertise.
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 AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70RNPP18Q00000073
Offers Received: 3
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Insight, Inc
Address: 17251 MELFORD BLVD STE 100, BOWIE, MD, 20715
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $52,542,009
Exercised Options: $45,267,128
Current Obligation: $43,092,733
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS00Q14OADS106
IDV Type: IDC
Timeline
Start Date: 2018-09-28
Current End Date: 2022-06-09
Potential End Date: 2022-06-09 00:00:00
Last Modified: 2022-06-09
More Contracts from Insight Technology Solutions, LLC
- Logistics Execution Support Services for the Offshore Patrol Cutter (OPC) to Support the Asset Project Office in Baltimore, MD — $45.3M (Department of Homeland Security)
- Consolidated Call Center Support Services — $25.2M (Department of Homeland Security)
- Level 1 Call Center Support Services — $14.6M (Department of Homeland Security)
- Human Resource Services — $10.8M (Department of Homeland Security)
- Student and Exchange Visitor Information System (sevis) Level II Application Services — $8.7M (Department of Homeland Security)
View all Insight Technology Solutions, LLC federal contracts →
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)