DHS awards $36.15M for data governance and business intelligence support to Anika Systems Inc
Contract Overview
Contract Amount: $36,153,887 ($36.2M)
Contractor: Anika Systems Incorporated
Awarding Agency: Department of Homeland Security
Start Date: 2022-09-25
End Date: 2025-05-23
Contract Duration: 971 days
Daily Burn Rate: $37.2K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 10
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: DATA GOVERNANCE ACTIVITIES SUCH AS DATA SHARING, DATA POLICY DEVELOPMENT, DATA STANDARDS IMPLEMENTATION, AND ENSURING DATA QUALITY; AS WELL AS SUPPORTING AGENCY-WIDE BUSINESS INTELLIGENCE, PROMOTING A DATA DRIVEN CULTURE THROUGH COMMUNICATIONS AND TR
Place of Performance
Location: HERNDON, FAIRFAX County, VIRGINIA, 20171
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $36.2 million to ANIKA SYSTEMS INCORPORATED for work described as: DATA GOVERNANCE ACTIVITIES SUCH AS DATA SHARING, DATA POLICY DEVELOPMENT, DATA STANDARDS IMPLEMENTATION, AND ENSURING DATA QUALITY; AS WELL AS SUPPORTING AGENCY-WIDE BUSINESS INTELLIGENCE, PROMOTING A DATA DRIVEN CULTURE THROUGH COMMUNICATIONS AND TR Key points: 1. Contract focuses on critical data governance activities, including policy development and quality assurance. 2. Significant investment in promoting a data-driven culture through communications and training. 3. Anika Systems Incorporated selected for this delivery order under a larger indefinite-delivery/indefinite-quantity contract. 4. Performance period spans from September 2022 to May 2025, indicating a medium-term engagement. 5. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 6. This award represents a portion of broader IT services spending within the Department of Homeland Security.
Value Assessment
Rating: good
The total award amount of $36.15 million for data governance and business intelligence support appears reasonable given the scope of services. Benchmarking against similar contracts for comprehensive data management and IT support within federal agencies suggests this pricing is competitive. The firm-fixed-price structure provides cost certainty for the government, although it requires careful monitoring of contractor performance to ensure value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was awarded under a 'full and open competition after exclusion of sources' basis, indicating that while competition was sought, certain sources were excluded. The specific reasons for exclusion are not detailed here, but this approach can sometimes limit the breadth of competition. The number of bidders is not specified, making it difficult to fully assess the impact on price discovery. However, the 'limited' competition suggests potential for less aggressive pricing compared to full and open competition.
Taxpayer Impact: The limited competition may mean taxpayers did not benefit from the most competitive pricing achievable through a broader bidding process. It is important to ensure the exclusion of sources was justified and did not unduly restrict market access.
Public Impact
US Citizenship and Immigration Services (USCIS) will benefit from improved data management and intelligence capabilities. Services delivered include data sharing, policy development, standards implementation, and quality assurance. The contract supports agency-wide business intelligence initiatives and fosters a data-driven culture. Workforce implications include potential for enhanced analytical capabilities and data literacy within USCIS.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition raises concerns about potentially higher costs for taxpayers.
- Lack of transparency regarding the exclusion of sources could mask potential issues.
- The broad scope of 'data governance' can be challenging to precisely define and measure performance against.
Positive Signals
- Focus on critical data governance activities is essential for agency operations.
- Investment in business intelligence and data-driven culture is a positive step for modernization.
- Firm Fixed Price contract provides cost predictability for the government.
Sector Analysis
This contract falls within the broader Information Technology (IT) services sector, specifically focusing on data management, business intelligence, and IT support. The market for these services is large and highly competitive, with numerous firms offering specialized expertise. This award to Anika Systems Incorporated represents a specific instance of federal spending within this domain, contributing to the overall IT services expenditure of the Department of Homeland Security. Comparable spending benchmarks would typically involve analyzing IT support and data analytics contracts across various federal agencies.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a small business set-aside. The primary contractor, Anika Systems Incorporated, is likely a mid-to-large-sized business given the contract value. Future contracts within this IDIQ vehicle could potentially include small business set-asides.
Oversight & Accountability
Oversight for this contract would primarily reside with the U.S. Citizenship and Immigration Services (USCIS) contracting officers and program managers. Accountability measures are inherent in the Firm Fixed Price contract type, requiring the contractor to deliver specified services within budget. Transparency is facilitated through contract award databases, though detailed performance metrics are typically not publicly disclosed. The Inspector General for the Department of Homeland Security would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- IT Professional Services
- Data Management Services
- Business Intelligence Solutions
- Cloud Computing Services
- Cybersecurity Support
- Software Development
Risk Flags
- Limited competition may impact price discovery.
- Justification for source exclusion not provided.
- Performance metrics and outcomes not publicly detailed.
Tags
it-services, data-governance, business-intelligence, department-of-homeland-security, uscis, anika-systems-incorporated, firm-fixed-price, delivery-order, limited-competition, it-support, virginia
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $36.2 million to ANIKA SYSTEMS INCORPORATED. DATA GOVERNANCE ACTIVITIES SUCH AS DATA SHARING, DATA POLICY DEVELOPMENT, DATA STANDARDS IMPLEMENTATION, AND ENSURING DATA QUALITY; AS WELL AS SUPPORTING AGENCY-WIDE BUSINESS INTELLIGENCE, PROMOTING A DATA DRIVEN CULTURE THROUGH COMMUNICATIONS AND TR
Who is the contractor on this award?
The obligated recipient is ANIKA SYSTEMS INCORPORATED.
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 $36.2 million.
What is the period of performance?
Start: 2022-09-25. End: 2025-05-23.
What is the track record of Anika Systems Incorporated in delivering similar data governance and business intelligence services to federal agencies?
Anika Systems Incorporated has a history of providing IT services to the federal government. While specific details on their track record for data governance and business intelligence are not fully elaborated in the provided data, their selection for this $36.15 million delivery order suggests they possess relevant capabilities and experience. Further investigation into their past performance evaluations, contract history with agencies like DHS, and client testimonials would provide a more comprehensive understanding of their expertise and reliability in this specialized area. Examining their portfolio of completed projects and any awards or recognitions related to data management and analytics would also be beneficial.
How does the $36.15 million award compare to typical federal spending on data governance and business intelligence support contracts?
The $36.15 million award for data governance and business intelligence support is a substantial investment, falling within the mid-to-large range for IT service contracts of this nature. Federal spending on data management and analytics has been steadily increasing as agencies prioritize data-driven decision-making. Comparable contracts can range from a few million dollars for specific projects to tens or hundreds of millions for large-scale, multi-year enterprise-wide solutions. This particular award, covering a period of approximately 2.75 years, suggests a significant scope of work, likely encompassing policy development, implementation, and ongoing support for business intelligence initiatives within USCIS. Benchmarking against similar IDIQ task orders or standalone contracts for comprehensive data services would provide more precise comparisons.
What are the primary risks associated with this contract, and how are they being mitigated?
Primary risks include potential cost overruns if the scope is not well-defined (though mitigated by FFP), contractor performance issues in delivering complex data governance solutions, and challenges in achieving the desired cultural shift towards data-driven decision-making. Mitigation strategies likely involve robust contract oversight by USCIS program managers, clear performance metrics and deliverables outlined in the contract, and regular progress reviews. The Firm Fixed Price (FFP) structure inherently shifts some cost risk to the contractor. Ensuring clear communication channels and stakeholder engagement throughout the contract lifecycle is also crucial for managing risks related to implementation and adoption.
How effective is the 'full and open competition after exclusion of sources' approach in ensuring value for taxpayers?
The effectiveness of 'full and open competition after exclusion of sources' in ensuring value for taxpayers is variable and depends heavily on the justification for excluding sources. While it allows for competition among a broader range of vendors than a sole-source award, excluding specific sources can limit the pool of potential bidders. If the exclusions are well-justified (e.g., based on specialized capabilities or past performance issues with excluded vendors), it can still lead to competitive pricing and good value. However, if sources are excluded without clear, objective reasons, it could stifle competition, potentially leading to higher prices and reduced value for taxpayers. The specific impact here is difficult to assess without knowing which sources were excluded and why.
What are the potential long-term implications of this contract for USCIS's data management capabilities?
This contract has the potential to significantly enhance USCIS's data management capabilities by establishing robust data governance frameworks, improving data quality, and fostering a more data-informed operational environment. Successful implementation could lead to more accurate reporting, better resource allocation, improved decision-making, and enhanced service delivery. The focus on promoting a data-driven culture through communications and training is crucial for the long-term sustainability of these improvements, ensuring that staff are equipped and motivated to leverage data effectively. Ultimately, this investment could strengthen USCIS's ability to manage its vast datasets and utilize intelligence for mission success.
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: 70SBUR22R00000018
Offers Received: 10
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 161 FORT EVANS RD NE STE 250, LEESBURG, VA, 20176
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $36,153,887
Exercised Options: $36,153,887
Current Obligation: $36,153,887
Actual Outlays: $36,153,887
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QRAD20D8132
IDV Type: IDC
Timeline
Start Date: 2022-09-25
Current End Date: 2025-05-23
Potential End Date: 2025-05-23 00:00:00
Last Modified: 2026-04-06
More Contracts from Anika Systems Incorporated
- This IS a Requirement for the Robotic Process Automation (RPA) Solutions, Approaches, Maintenance, Training, and Online/Remote Support Across the Internal Revenue Service (IRS) Enterprise Solutions — $13.0M (Department of the Treasury)
- HRM Business Analytics — $10.7M (National Science Foundation)
- Robotics Process Automation Support — $4.5M (Department of the Treasury)
- Ocpo Technical Support Services for Maintenance of Business Solution Applications for Automation, and Data Connections Resulting in Dashboards/Reports — $2.4M (Department of the Treasury)
- Data Architecture, Standards and Data Security Services Support Call Order — $2.1M (Securities and Exchange Commission)
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)