DHS awards $18.3M for USCIS business process support, with 5 bidders in a competitive landscape
Contract Overview
Contract Amount: $18,267,067 ($18.3M)
Contractor: Federal Management Partners, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2021-09-30
End Date: 2026-09-29
Contract Duration: 1,825 days
Daily Burn Rate: $10.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: BUSINESS PROCESS IMPROVEMENT AND MANAGEMENT SUPPORT SERVICES FOR UNITED STATES CITIZENSHIP AND IMMIGRATION SERVICES - IMMIGRATION RECORDS AND IDENTITY SERVICES VERIFICATION DIVISION AND FIELD OPERATIONS DIRECTORATE
Place of Performance
Location: CHELTENHAM, HOWARD County, MARYLAND, 20588
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $18.3 million to FEDERAL MANAGEMENT PARTNERS, LLC for work described as: BUSINESS PROCESS IMPROVEMENT AND MANAGEMENT SUPPORT SERVICES FOR UNITED STATES CITIZENSHIP AND IMMIGRATION SERVICES - IMMIGRATION RECORDS AND IDENTITY SERVICES VERIFICATION DIVISION AND FIELD OPERATIONS DIRECTORATE Key points: 1. Contract focuses on enhancing USCIS's operational efficiency and identity verification processes. 2. The award was made under full and open competition, indicating a robust bidding environment. 3. Potential for cost savings through improved business processes and management support. 4. Performance period spans five years, suggesting a long-term strategic partnership. 5. The contract type is Firm Fixed Price, providing cost certainty for the government. 6. Analysis of value for money will depend on demonstrated improvements in USCIS operations.
Value Assessment
Rating: good
The contract value of $18.3 million over five years averages $3.65 million annually. Benchmarking this against similar federal contracts for business process improvement and management support is challenging without more specific service details. However, the firm fixed-price structure suggests that the contractor bears the risk of cost overruns, which can be favorable for the government if managed effectively. The competitive nature of the award also suggests pricing was scrutinized.
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 allowed to bid. With five bidders participating, the competition level appears healthy, suggesting that USCIS received a range of proposals and pricing. This level of competition generally leads to better price discovery and potentially more innovative solutions as contractors vie for the award.
Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by driving down costs and encouraging high-quality service delivery through vendor competition.
Public Impact
Benefits USCIS by improving internal operations and identity verification services. Enhances the efficiency of immigration records management and field operations. Supports the integrity and security of immigration processes. May indirectly benefit immigrants and the public through more streamlined services. Impacts the workforce within USCIS by providing tools and support for their roles.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if business process definitions are not clearly managed.
- Dependence on contractor expertise could create knowledge gaps if not properly managed.
- Ensuring alignment with evolving USCIS strategic goals throughout the contract term.
Positive Signals
- Firm Fixed Price contract provides cost predictability.
- Full and open competition suggests a competitive market price was likely achieved.
- Long-term performance period allows for sustained improvements and relationship building.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically engineering services (NAICS 541330), though it leans heavily into management and business process consulting. The federal market for these services is substantial, with agencies consistently seeking to optimize operations. USCIS, as a large component of DHS, frequently procures such support to manage its complex caseload and administrative functions. Benchmarking is difficult without specific service details, but the value is moderate for a five-year support contract.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses, and there is no explicit mention of subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small businesses for specialized support. Further review of the contract's subcontracting plan would be necessary to determine any indirect benefits.
Oversight & Accountability
Oversight will likely be managed by contracting officers and program managers within USCIS. Performance will be monitored against contract deliverables and performance standards. Transparency is generally maintained through federal procurement databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.
Related Government Programs
- USCIS Case Management Systems Support
- DHS Identity Management Services
- Federal Records Management Support
- Immigration Services Modernization Programs
- Government Business Process Re-engineering
Risk Flags
- Performance Risk: Contractor may not achieve desired process improvements.
- Scope Creep Risk: Uncontrolled expansion of contract requirements.
- Integration Risk: Challenges integrating new processes with existing systems.
Tags
dhs, uscis, business-process-improvement, management-support, identity-verification, records-management, firm-fixed-price, full-and-open-competition, federal-management-partners, delivery-order, maryland, engineering-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $18.3 million to FEDERAL MANAGEMENT PARTNERS, LLC. BUSINESS PROCESS IMPROVEMENT AND MANAGEMENT SUPPORT SERVICES FOR UNITED STATES CITIZENSHIP AND IMMIGRATION SERVICES - IMMIGRATION RECORDS AND IDENTITY SERVICES VERIFICATION DIVISION AND FIELD OPERATIONS DIRECTORATE
Who is the contractor on this award?
The obligated recipient is FEDERAL MANAGEMENT PARTNERS, 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 $18.3 million.
What is the period of performance?
Start: 2021-09-30. End: 2026-09-29.
What specific business processes are being improved or managed under this contract?
The contract aims to provide business process improvement and management support services for the United States Citizenship and Immigration Services (USCIS), specifically for the Immigration Records and Identity Services Verification Division and the Field Operations Directorate. While the exact processes are not detailed in the provided data, these divisions are critical for managing immigration records, verifying identities, and supporting field operations. Improvements could encompass areas like application processing, data management, workflow optimization, and identity verification protocols to enhance efficiency, accuracy, and security within these vital functions.
How does the $18.3 million value compare to similar contracts for USCIS or other DHS components?
The $18.3 million value over five years, averaging approximately $3.65 million annually, is a moderate-sized contract for specialized support services within a large agency like USCIS. Without specific details on the scope of services, direct comparison is difficult. However, USCIS and other Department of Homeland Security (DHS) components frequently award contracts in the tens to hundreds of millions for broader IT modernization, security, or large-scale operational support. This contract appears focused on a specific functional area, making its value reasonable for targeted business process and management support over a five-year period, especially given the competitive award.
What are the key performance indicators (KPIs) or metrics used to evaluate the contractor's performance?
The provided data does not specify the key performance indicators (KPIs) or metrics for this contract. However, typical KPIs for business process improvement and management support contracts often include metrics related to efficiency gains (e.g., reduced processing times, lower error rates), cost savings achieved through process optimization, improved data accuracy, enhanced user satisfaction (internal stakeholders), and successful implementation of new or revised processes. The contract likely includes a Performance Work Statement (PWS) that details these measurable outcomes and the methodology for tracking them.
What is the track record of FEDERAL MANAGEMENT PARTNERS, LLC with USCIS or similar agencies?
FEDERAL MANAGEMENT PARTNERS, LLC has a history of performing contracts with federal agencies. To assess their track record specifically with USCIS or similar agencies, a deeper dive into contract databases (like FPDS) would be necessary. This would reveal past performance, contract values, types of services rendered, and any past performance ratings. Without this specific data, it's difficult to definitively comment on their established success or challenges in supporting immigration-related functions or similar operational improvements for government clients.
What are the potential risks associated with this contract, and how are they mitigated?
Potential risks include the contractor failing to deliver expected improvements, scope creep, or misalignment with evolving USCIS strategic objectives. Mitigation strategies typically involve a clearly defined Performance Work Statement (PWS), robust oversight by USCIS program managers, regular performance reviews, and the firm fixed-price contract structure itself, which incentivizes the contractor to manage costs and deliver within budget. The competitive nature of the award also suggests a selection of a vendor deemed capable of managing these risks.
How does this contract contribute to USCIS's broader mission and strategic goals?
This contract directly supports USCIS's mission by aiming to improve the efficiency, accuracy, and security of its core operations, particularly in identity verification and records management. By optimizing business processes, USCIS can potentially process applications faster, reduce backlogs, enhance national security through better identity vetting, and improve the overall experience for applicants and stakeholders. These improvements align with strategic goals focused on modernization, operational excellence, and maintaining the integrity of the U.S. immigration system.
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: 70SBUR21R00000052
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2900 S QUINCY ST STE 200, ARLINGTON, VA, 22206
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: $19,652,683
Exercised Options: $18,267,067
Current Obligation: $18,267,067
Actual Outlays: $11,290,322
Subaward Activity
Number of Subawards: 3
Total Subaward Amount: $10,234,271
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QRAD20D1009
IDV Type: IDC
Timeline
Start Date: 2021-09-30
Current End Date: 2026-09-29
Potential End Date: 2026-09-29 00:00:00
Last Modified: 2025-09-08
More Contracts from Federal Management Partners, LLC
- Federal Contract — $24.7M (Office of Personnel Management)
- HR Support Services (hc)igf::cl::igf — $24.3M (Office of Personnel Management)
- HC — $18.2M (Office of Personnel Management)
- Data Analytics Support Services for TIP and ENG Directorates — $7.2M (National Science Foundation)
- HR Professional Support Services — $2.0M (Securities and Exchange Commission)
View all Federal Management Partners, 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)