DHS awards $19.2M for continuous monitoring and agile security services to ARETECSBD LLC
Contract Overview
Contract Amount: $19,255,437 ($19.3M)
Contractor: Aretecsbd LLC
Awarding Agency: Department of Homeland Security
Start Date: 2022-09-16
End Date: 2026-09-15
Contract Duration: 1,460 days
Daily Burn Rate: $13.2K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 21
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: CONTINUOUS MONITORING AND AGILE SECURITY SERVICES (CMASS) III
Place of Performance
Location: CAMP SPRINGS, HOWARD County, MARYLAND, 20588
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $19.3 million to ARETECSBD LLC for work described as: CONTINUOUS MONITORING AND AGILE SECURITY SERVICES (CMASS) III Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract duration of 1460 days (4 years) indicates a long-term need for these services. 3. The fixed-price contract type aims to control costs and provide predictability. 4. The award is a delivery order under a larger contract vehicle. 5. The services fall under Computer Systems Design, a key area for federal IT infrastructure. 6. The geographic focus is Maryland, potentially impacting the local tech workforce.
Value Assessment
Rating: good
The contract value of $19.2 million over four years averages to $4.8 million annually. Benchmarking against similar IT security contracts is challenging without more specific service details. However, the fixed-price nature suggests an attempt to manage costs effectively. The number of bidders (21) indicates a healthy level of interest, which can contribute to better pricing.
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,' which is a specific type of full and open competition. This implies that while the competition was open, certain sources might have been excluded based on specific criteria, but the process still allowed for broad participation. With 21 bidders, the competition level appears robust, which generally leads to better price discovery and potentially more favorable terms for the government.
Taxpayer Impact: A competitive process with 21 bidders is beneficial for taxpayers as it drives down prices and encourages innovation from multiple vendors, ensuring the government receives good value for its investment.
Public Impact
Citizens and residents benefit from enhanced cybersecurity and data protection for immigration services. The contract delivers continuous monitoring and agile security services, crucial for maintaining the integrity of sensitive government systems. The primary geographic impact is within Maryland, where the contractor is based and services are likely performed. The contract supports the federal IT workforce by engaging a private sector entity for specialized security functions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if services are highly specialized and difficult to transition.
- Reliance on a single contractor for critical security functions could pose a risk if performance degrades.
- The 'after exclusion of sources' clause warrants further investigation into the specific reasons for exclusion.
Positive Signals
- Awarded through a competitive process with a significant number of bidders (21).
- Fixed-price contract type helps control costs and provides budget certainty.
- Long-term contract duration (4 years) suggests a stable and ongoing need for these critical security services.
Sector Analysis
The federal IT services market is vast and highly competitive. This contract for continuous monitoring and agile security services falls within the broader category of computer systems design and related services. The Department of Homeland Security, particularly U.S. Citizenship and Immigration Services, has a significant need for robust cybersecurity solutions to protect sensitive data and critical infrastructure. Spending in this sector is consistently high across various federal agencies, reflecting the increasing importance of digital security.
Small Business Impact
The data does not indicate if this contract included specific small business set-asides or subcontracting requirements. However, with 21 bidders in a full and open competition, it's possible that small businesses participated. Further analysis would be needed to determine the extent of small business involvement, either as prime contractors or subcontractors, and its impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would typically be managed by the U.S. Citizenship and Immigration Services contracting officer and program managers. The fixed-price nature of the contract provides a degree of cost control. Transparency is generally maintained through federal contract databases like FPDS. 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
- Continuous Monitoring as a Service (CMaaS)
- Agile Development Contracts
- Cybersecurity Services
- IT Systems Design and Integration
- Cloud Security Solutions
Risk Flags
- Potential for limited competition due to 'exclusion of sources' clause.
- Reliance on contractor for critical security functions.
- Need for detailed performance metrics to ensure value for money.
Tags
it-services, cybersecurity, continuous-monitoring, agile-security, dhs, uscis, firm-fixed-price, delivery-order, full-and-open-competition, maryland, computer-systems-design
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $19.3 million to ARETECSBD LLC. CONTINUOUS MONITORING AND AGILE SECURITY SERVICES (CMASS) III
Who is the contractor on this award?
The obligated recipient is ARETECSBD 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 $19.3 million.
What is the period of performance?
Start: 2022-09-16. End: 2026-09-15.
What is the specific nature of the 'continuous monitoring and agile security services' being provided under this contract?
The contract, "CONTINUOUS MONITORING AND AGILE SECURITY SERVICES (CMASS) III," awarded to ARETECSBD LLC by the Department of Homeland Security's U.S. Citizenship and Immigration Services, focuses on providing essential cybersecurity functions. Continuous monitoring involves the ongoing assessment of security controls, system vulnerabilities, and threat landscapes to ensure the confidentiality, integrity, and availability of sensitive government data and systems. Agile security services imply an adaptive approach to security, where practices and solutions are developed and implemented in iterative cycles, allowing for rapid response to evolving threats and changing mission requirements. This likely includes activities such as vulnerability scanning, intrusion detection, security information and event management (SIEM), incident response, and security architecture support, all delivered within an agile framework to enhance responsiveness and effectiveness in protecting critical federal IT infrastructure.
How does the pricing structure of this fixed-price contract compare to industry benchmarks for similar security services?
The contract is a Firm Fixed Price (FFP) delivery order totaling $19.2 million over approximately four years. FFP contracts are generally preferred by the government when the scope of work is well-defined, as they shift the risk of cost overruns to the contractor, providing budget certainty. Benchmarking FFP pricing for specialized IT security services like continuous monitoring and agile security is complex due to variations in service scope, service level agreements (SLAs), and geographic location. However, the fact that 21 bids were received suggests a competitive market. Without detailed breakdowns of labor categories, hours, and specific deliverables, a precise comparison to market rates is difficult. Generally, FFP contracts aim for a balance where the contractor can achieve a reasonable profit while the government secures services at a competitive price, driven by the competitive bidding process.
What are the potential risks associated with ARETECSBD LLC's track record in delivering complex IT security solutions?
Assessing the specific risks associated with ARETECSBD LLC's track record requires a review of their past performance on similar federal contracts. Key indicators would include on-time delivery, adherence to budget, quality of services, and any history of contract disputes or performance issues. For a contract involving continuous monitoring and agile security, potential risks could include the contractor's ability to maintain high levels of vigilance, adapt quickly to emerging threats, and integrate effectively with existing DHS systems. A lack of demonstrated experience in large-scale, complex federal cybersecurity environments could increase the risk of performance shortfalls. Conversely, a strong history of successful contract performance, positive past performance reviews, and relevant certifications would mitigate these risks.
How effective is the 'Full and Open Competition After Exclusion of Sources' method in ensuring optimal value for taxpayers?
The 'Full and Open Competition After Exclusion of Sources' (Fించి) method is a specific procurement approach allowed under federal acquisition regulations. While it aims for broad competition, the 'exclusion of sources' component means that certain potential offerors are intentionally not considered. The effectiveness in ensuring optimal value for taxpayers hinges on the justification for excluding sources. If the exclusions are based on legitimate, well-documented reasons (e.g., specific technical capabilities, past performance issues with certain vendors, or national security concerns), and a sufficient number of qualified bidders remain, then Fించి can still yield competitive pricing and good value. However, if the exclusions are arbitrary or overly restrictive, they could limit competition, potentially leading to higher prices and reduced value for taxpayers. The presence of 21 bidders in this case suggests that the exclusions did not unduly stifle competition.
What are the historical spending patterns for continuous monitoring and agile security services within DHS or similar agencies?
Historical spending on continuous monitoring and agile security services within the Department of Homeland Security (DHS) and similar agencies like the Department of Defense or the General Services Administration has shown a consistent upward trend. This is driven by the increasing sophistication of cyber threats, the growing reliance on digital infrastructure, and evolving federal cybersecurity mandates (e.g., the Federal Information Security Modernization Act - FISMA). Agencies are increasingly shifting from reactive to proactive security postures, necessitating robust continuous monitoring capabilities. Agile methodologies are also being adopted to enhance the speed and adaptability of security operations. Consequently, budgets allocated to these services have grown significantly over the past decade, reflecting their critical importance in safeguarding national security and sensitive citizen data. This specific contract's value of $19.2 million over four years aligns with the substantial investments federal agencies are making in cybersecurity.
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 - SECURITY AND COMPLIANCE
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70SBUR22R00000017
Offers Received: 21
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10201 FAIRFAX BLVD STE 223, FAIRFAX, VA, 22030
Business Categories: Category Business, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $22,626,680
Exercised Options: $19,682,622
Current Obligation: $19,255,437
Actual Outlays: $14,923,898
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 47QTCB22D0173
IDV Type: GWAC
Timeline
Start Date: 2022-09-16
Current End Date: 2026-09-15
Potential End Date: 2026-11-15 00:00:00
Last Modified: 2026-03-19
More Contracts from Aretecsbd LLC
- Cyber Security Support Services (C3S) - Operations for the Office of Information Technology (OIT), Information Security Division (ISD) on a Firm-Fixed-Price & Time and Materials Basis — $62.9M (Department of Homeland Security)
- Enterprise Active Directory - Enterprise Directory Services — $3.5M (Department of the Interior)
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)