DHS awards $50M contract for IT quality assurance and IV&V services to Ardent Management Consulting
Contract Overview
Contract Amount: $49,974,510 ($50.0M)
Contractor: Ardent Management Consulting, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2021-09-01
End Date: 2026-04-30
Contract Duration: 1,702 days
Daily Burn Rate: $29.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 15
Pricing Type: LABOR HOURS
Sector: IT
Official Description: QUALITY AND IVV SERVICES FOR DELIVERY (QISD) SUPPORTS TESTING SERVICES FOR SOFTWARE CODE PRODUCED BY SOFTWARE DEVELOPMENT TEAMS IN SUPPORT OF AGENCY IMMIGRATIONS SYSTEMS.
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22209
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $50.0 million to ARDENT MANAGEMENT CONSULTING, LLC for work described as: QUALITY AND IVV SERVICES FOR DELIVERY (QISD) SUPPORTS TESTING SERVICES FOR SOFTWARE CODE PRODUCED BY SOFTWARE DEVELOPMENT TEAMS IN SUPPORT OF AGENCY IMMIGRATIONS SYSTEMS. Key points: 1. Contract focuses on critical testing services for immigration systems, impacting national security and public services. 2. Full and open competition was utilized, suggesting a robust market for these specialized IT services. 3. The contract duration of over four years indicates a long-term need for these quality assurance functions. 4. Performance is benchmarked against similar IT support contracts within the federal government. 5. The IT sector for government services is highly competitive, with many firms capable of providing these solutions. 6. Potential risks include scope creep and ensuring continuous alignment with evolving immigration system requirements.
Value Assessment
Rating: good
The contract value of approximately $50 million over its period of performance appears reasonable for comprehensive quality assurance and independent verification and validation (IV&V) services for complex immigration systems. Benchmarking against similar IT support contracts within federal agencies suggests that pricing is within expected ranges, especially considering the specialized nature of the work. The use of labor hours pricing allows for flexibility but requires diligent oversight to manage costs effectively. The contractor, Ardent Management Consulting, LLC, has a track record in providing IT services, which supports a positive assessment of value.
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 the solicitation was broadly advertised, and all responsible sources were permitted to submit offers. While the specific number of bidders is not provided, this procurement method generally fosters a competitive environment, leading to better price discovery and potentially more innovative solutions. The agency's decision to use this method suggests confidence in the market's ability to meet the requirements.
Taxpayer Impact: A full and open competition typically benefits taxpayers by driving down prices through market forces and encouraging a wider pool of contractors to compete, potentially leading to cost savings and improved service quality.
Public Impact
Citizens and immigrants benefit from more reliable and efficient immigration systems due to enhanced software quality. The services delivered ensure the integrity and functionality of critical IT infrastructure supporting immigration processes. The geographic impact is national, as U.S. Citizenship and Immigration Services (USCIS) operates nationwide. The contract supports a workforce of IT professionals specializing in quality assurance, testing, and IV&V.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if labor hours are not managed effectively.
- Risk of misalignment with rapidly changing immigration policies and system needs.
- Dependency on a single contractor for critical testing services could pose continuity risks.
Positive Signals
- Full and open competition suggests a healthy market and potential for competitive pricing.
- Long contract duration indicates a stable, ongoing need and potential for contractor expertise development.
- Focus on quality and IV&V services directly supports system reliability and user trust.
Sector Analysis
The federal IT services market is substantial, with agencies increasingly relying on contractors for specialized support. This contract falls within the Computer Systems Design Services NAICS code (541512), a segment characterized by high demand for software development, testing, and maintenance. The total contract value of nearly $50 million over approximately 1.7 years places it as a significant award within this sub-sector. Comparable spending benchmarks for similar IT support and quality assurance services within large federal agencies often range from tens to hundreds of millions of dollars, depending on scope and duration.
Small Business Impact
The contract data indicates that small business participation was not a primary focus, as the 'sb' field is false. There is no explicit mention of small business set-asides or subcontracting requirements in the provided data. This suggests that the primary competition was likely among larger, established IT service providers. Further analysis would be needed to determine if subcontracting opportunities exist for small businesses within the scope of this contract.
Oversight & Accountability
Oversight for this contract is likely managed by the U.S. Citizenship and Immigration Services (USCIS) contracting officer's representative (COR) and program managers. Standard federal procurement regulations and contract clauses govern accountability. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse, with the DHS Office of Inspector General being the relevant body.
Related Government Programs
- USCIS IT Modernization Efforts
- Federal Information Technology Acquisition Reform Act (FITARA) Compliance
- Software Development Lifecycle Support
- Independent Verification and Validation (IV&V) Services
- Immigration and Customs Enforcement (ICE) IT Systems
Risk Flags
- Labor Hour Pricing Requires Diligent Oversight
- Potential for Scope Creep
- Alignment with Evolving System Requirements
- Contractor Performance Monitoring
Tags
it-services, quality-assurance, independent-verification-validation, uscis, department-of-homeland-security, ardent-management-consulting, full-and-open-competition, labor-hours, software-testing, immigration-systems, virginia, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $50.0 million to ARDENT MANAGEMENT CONSULTING, LLC. QUALITY AND IVV SERVICES FOR DELIVERY (QISD) SUPPORTS TESTING SERVICES FOR SOFTWARE CODE PRODUCED BY SOFTWARE DEVELOPMENT TEAMS IN SUPPORT OF AGENCY IMMIGRATIONS SYSTEMS.
Who is the contractor on this award?
The obligated recipient is ARDENT MANAGEMENT CONSULTING, LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Citizenship and Immigration Services).
What is the total obligated amount?
The obligated amount is $50.0 million.
What is the period of performance?
Start: 2021-09-01. End: 2026-04-30.
What is Ardent Management Consulting, LLC's track record with federal IT contracts, particularly within DHS?
Ardent Management Consulting, LLC has a history of performing IT services for federal agencies, including the Department of Homeland Security. While specific details on past performance metrics for this particular contractor are not fully detailed in the provided data, their ability to secure this significant contract suggests a satisfactory performance history. Federal procurement databases would offer more granular insights into their past contract awards, performance evaluations (e.g., CPARS), and any reported issues. Their experience in similar IT support roles is a key factor in assessing their capability to fulfill the requirements of this contract effectively.
How does the $50 million contract value compare to similar IV&V and quality assurance contracts within DHS or other large federal agencies?
The $50 million contract value for Quality and IV&V Services for Delivery (QISD) supporting immigration systems appears to be within a reasonable range for a multi-year, comprehensive IT support contract of this nature. Large federal agencies like DHS, HHS, or DoD often award contracts for similar IT services, including system testing, IV&V, and quality assurance, that can range from tens to hundreds of millions of dollars over their performance periods. Factors influencing the value include the complexity of the systems being tested, the duration of the contract, the specific services required (e.g., manual vs. automated testing, security testing), and the labor categories involved. Without specific details on the number of bidders and their proposed pricing, a precise value-for-money assessment is challenging, but the award suggests competitive market pricing was achieved.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks for this contract include potential cost overruns due to the labor-hour pricing model, which necessitates diligent oversight of contractor effort. Another significant risk is ensuring the testing services remain aligned with the rapidly evolving requirements of immigration systems and policies; failure to adapt could lead to ineffective testing. There's also a risk of vendor lock-in or continuity issues if the contractor underperforms or if the contract is not managed proactively. Mitigation strategies likely involve robust contract management, regular performance reviews, clear communication channels between the government and the contractor, and potentially incorporating performance metrics tied to successful testing outcomes and system reliability.
How effective is the 'Full and Open Competition After Exclusion of Sources' method in ensuring value for taxpayers in this IT services context?
The 'Full and Open Competition After Exclusion of Sources' method is generally considered effective for ensuring taxpayer value in the IT services market. By allowing all responsible sources to compete, it maximizes the pool of potential offerors, fostering robust competition that typically drives down prices and encourages innovation. This method is particularly suitable for specialized IT services like quality assurance and IV&V, where a broad range of capable firms may exist. The 'exclusion of sources' aspect implies that certain pre-defined criteria might have been used to narrow down the initial broad outreach, but the core principle remains open competition among qualified vendors, which is a strong mechanism for achieving competitive pricing and high-quality service delivery.
What is the historical spending pattern for similar IT quality assurance and IV&V services within USCIS or DHS?
Historical spending on IT quality assurance and IV&V services within USCIS and DHS has been substantial, reflecting the critical nature of their technology infrastructure. Agencies like USCIS manage vast amounts of sensitive data and complex processes, necessitating rigorous testing and validation to ensure system integrity, security, and performance. While the specific historical spending for QISD is not detailed here, USCIS and DHS have consistently awarded significant contracts for IT support, modernization, and specialized services. Trends often show increasing investment in these areas due to growing system complexity, cybersecurity threats, and the need for agile development and deployment. Analyzing past contract awards for similar services would reveal spending levels and identify key incumbent contractors.
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 - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 15
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 5110 S YALE AVE STE 310, TULSA, OK, 74135
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $49,974,510
Exercised Options: $49,974,510
Current Obligation: $49,974,510
Actual Outlays: $33,784,809
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HHSN316201200199W
IDV Type: GWAC
Timeline
Start Date: 2021-09-01
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-03-18
More Contracts from Ardent Management Consulting, LLC
- Criminal Investigative Technologies — $39.9M (Department of Homeland Security)
- Agile Architecture and Design Services (aads) — $35.6M (Department of Homeland Security)
- Contractor Will Support the Organizational Processes for Internal Controls, Management Oversight, and Support for Information Security, Production Monitoring and Process Support — $28.1M (Department of Homeland Security)
- Fema Field Assessment Tools Technical Services (ftts) — $14.2M (Department of Homeland Security)
- Presidential Management Agenda — $11.3M (General Services Administration)
View all Ardent Management Consulting, 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)