DHS awards $2.47M for active file space relief, with Iron Mountain Information Management LLC as prime
Contract Overview
Contract Amount: $2,471,506 ($2.5M)
Contractor: Iron Mountain Information Management LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-08-01
End Date: 2026-05-13
Contract Duration: 650 days
Daily Burn Rate: $3.8K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ACTIVE FILE SPACE RELIEF SERVICES IN SUPPORT OF THE UNITED STATES CITIZENSHIP & IMMIGRATION SERVICES (USCIS), IMMIGRATION RECORDS AND IDENTITY SERVICES (IRIS), AND NATIONAL RECORDS CENTER (NRC) PROGRAM OFFICE.
Place of Performance
Location: HARRISONBURG, ROCKINGHAM County, VIRGINIA, 22801
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.5 million to IRON MOUNTAIN INFORMATION MANAGEMENT LLC for work described as: ACTIVE FILE SPACE RELIEF SERVICES IN SUPPORT OF THE UNITED STATES CITIZENSHIP & IMMIGRATION SERVICES (USCIS), IMMIGRATION RECORDS AND IDENTITY SERVICES (IRIS), AND NATIONAL RECORDS CENTER (NRC) PROGRAM OFFICE. Key points: 1. Contract value of $2.47 million for active file space relief services. 2. Services support USCIS, IRIS, and NRC program offices. 3. Contract awarded to Iron Mountain Information Management LLC. 4. Procurement method was full and open competition. 5. Contract type is Firm Fixed Price, indicating predictable costs. 6. Duration of the contract is 650 days. 7. The contract is a BPA Call, suggesting it's part of a larger agreement. 8. The North American Industry Classification System (NAICS) code is 493110 for General Warehousing and Storage.
Value Assessment
Rating: good
The contract value of $2.47 million for active file space relief services appears reasonable given the scope of supporting USCIS, IRIS, and NRC. Without specific benchmarks for similar file management contracts across federal agencies, a direct comparison is challenging. However, the firm fixed-price structure suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government. The duration of 650 days provides a clear timeframe for service delivery.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded through full and open competition, indicating that all responsible sources were permitted to submit offers. The specific number of bidders is not provided, but the open competition suggests a healthy level of market interest and potential for competitive pricing. This method is generally preferred as it allows the government to select the best value from a wide range of qualified contractors.
Taxpayer Impact: Full and open competition generally leads to better price discovery and can result in more cost-effective solutions for taxpayers by fostering a competitive environment.
Public Impact
Citizens and immigrants benefit from the efficient management of their records by USCIS. Immigration Records and Identity Services (IRIS) and National Records Center (NRC) program offices receive essential support for their operations. The services ensure the proper storage and retrieval of critical government documents. The contract supports federal agencies responsible for immigration and national records. Workforce implications are likely minimal for the government, with the primary workforce being the contractor's employees.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the number of bidders in the full and open competition.
- Absence of detailed performance metrics or past performance data in the provided summary.
- The specific nature of 'active file space relief' could imply a need to address existing backlogs or inefficiencies.
Positive Signals
- Awarded through full and open competition, suggesting a competitive process.
- Firm Fixed Price contract type helps control costs for the government.
- Supports critical functions of USCIS, IRIS, and NRC.
- Contract duration is clearly defined.
Sector Analysis
The contract falls within the General Warehousing and Storage sector (NAICS 493110), which encompasses establishments primarily engaged in operating warehousing and storage facilities. This includes services like general merchandise warehousing, refrigerated warehousing, and other types of storage. Federal spending in this sector often supports the logistical needs of various agencies, including document management and record keeping. Comparable spending benchmarks would typically involve analyzing other government contracts for similar warehousing and records management services, considering factors like volume, security requirements, and geographic location.
Small Business Impact
The provided data indicates that small business participation (sb) is false, and there is no mention of small business set-asides. This suggests that the contract was not specifically targeted towards small businesses, and subcontracting opportunities for small businesses are not explicitly detailed in this summary. The impact on the small business ecosystem is likely neutral to minimal unless subcontracting opportunities arise organically from the prime contractor's operations.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Homeland Security (DHS) and specifically the U.S. Citizenship and Immigration Services (USCIS) program offices. As a Firm Fixed Price contract, the focus of oversight would be on ensuring the delivery of contracted services according to the specified terms and conditions. Accountability measures would be tied to performance against the contract's requirements and delivery schedules. Transparency is facilitated by the public nature of federal contract awards, though detailed operational oversight mechanisms are typically internal to the agency.
Related Government Programs
- USCIS Records Management
- National Archives and Records Administration (NARA) Services
- Federal Records Centers Program
- Department of Homeland Security Logistics Support
Risk Flags
- Potential for data security and privacy risks.
- Dependence on contractor performance for critical record access.
- Need for robust government oversight to ensure compliance.
Tags
dhs, uscis, records-management, warehousing-and-storage, firm-fixed-price, full-and-open-competition, information-management, federal-agency-support, virginia, bpa-call
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.5 million to IRON MOUNTAIN INFORMATION MANAGEMENT LLC. ACTIVE FILE SPACE RELIEF SERVICES IN SUPPORT OF THE UNITED STATES CITIZENSHIP & IMMIGRATION SERVICES (USCIS), IMMIGRATION RECORDS AND IDENTITY SERVICES (IRIS), AND NATIONAL RECORDS CENTER (NRC) PROGRAM OFFICE.
Who is the contractor on this award?
The obligated recipient is IRON MOUNTAIN INFORMATION MANAGEMENT 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 $2.5 million.
What is the period of performance?
Start: 2024-08-01. End: 2026-05-13.
What is the historical spending pattern for active file space relief services by USCIS, IRIS, and NRC?
Analyzing historical spending for 'active file space relief services' specifically for USCIS, IRIS, and NRC requires access to detailed federal procurement databases and contract award histories. Without direct access to such data, it's difficult to provide precise figures. However, agencies like USCIS, which manage vast amounts of immigration and citizenship records, consistently require robust records management and storage solutions. Spending in this area is likely influenced by factors such as the volume of incoming applications, the need for long-term archival, and the transition to digital record-keeping. Historical trends might show an increasing reliance on third-party logistics providers as agencies aim to optimize space and leverage specialized expertise, potentially leading to fluctuating contract values based on specific project needs or system upgrades.
How does the pricing of this contract compare to similar warehousing and storage contracts awarded by DHS or other federal agencies?
Directly comparing the pricing of this $2.47 million contract for active file space relief services to similar warehousing and storage contracts requires access to a comprehensive database of federal procurements, including detailed service descriptions and pricing structures. Factors such as the type of files (e.g., active, archival, sensitive), security requirements, retrieval frequency, geographic location, and the specific services included (e.g., digitization, destruction, transportation) significantly influence pricing. Generally, firm fixed-price contracts aim to provide predictable costs. Benchmarking would involve identifying contracts with comparable NAICS codes (like 493110) and service scopes, then analyzing their total values, durations, and potential per-unit costs (if discernible) to assess if Iron Mountain's pricing is competitive within the federal market for these specialized services.
What is Iron Mountain Information Management LLC's track record with federal government contracts, particularly for records management and warehousing?
Iron Mountain Information Management LLC is a well-established provider of records and information management services, with a significant history of contracting with the U.S. federal government. They typically handle a wide range of services including secure storage, retrieval, digitization, and destruction of physical and digital records for various agencies. Their track record often includes contracts with departments such as Homeland Security (DHS), Defense (DoD), and others requiring secure and compliant records management solutions. Past performance evaluations, available through federal procurement data systems, would provide more granular detail on their performance, reliability, and adherence to contract terms on previous engagements. Generally, their extensive experience suggests a strong capability in managing large-scale information management projects.
What are the potential risks associated with outsourcing active file space relief services to a third-party contractor like Iron Mountain?
Potential risks associated with outsourcing active file space relief services include data security and privacy breaches, especially if sensitive immigration or identity records are involved. There's also a risk of service disruptions or delays if the contractor fails to meet performance standards, impacting the operational efficiency of USCIS, IRIS, and NRC. Over-reliance on a single contractor could lead to vendor lock-in, limiting future flexibility and potentially increasing costs in subsequent contract periods. Furthermore, ensuring compliance with all relevant federal regulations (e.g., NARA, FISMA) requires diligent oversight. The firm fixed-price nature mitigates cost overrun risks for the government, but performance failures could still necessitate costly corrective actions or re-competition.
How does this contract contribute to the overall mission of USCIS, IRIS, and NRC?
This contract directly supports the core missions of USCIS, IRIS, and NRC by ensuring the efficient and secure management of active files. For USCIS, this means timely access to case files, which is crucial for processing applications, petitions, and adjudications related to immigration and citizenship. For IRIS and NRC, it involves maintaining the integrity and accessibility of vital immigration records and national archives. By outsourcing the physical storage and management of these active files, these agencies can focus their resources and personnel on their primary functions, rather than on the logistical challenges of managing large volumes of physical records. This contributes to operational efficiency, reduces the burden on government facilities, and helps maintain compliance with records retention and disposition schedules.
Industry Classification
NAICS: Transportation and Warehousing › Warehousing and Storage › General Warehousing and Storage
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70SBUR24Q00000164
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Iron Mountain Incorporated
Address: 85 NEW HAMPSHIRE AVE STE 150, PORTSMOUTH, NH, 03801
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,471,506
Exercised Options: $2,471,506
Current Obligation: $2,471,506
Actual Outlays: $1,055,120
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70RTAC23A00000001
IDV Type: BPA
Timeline
Start Date: 2024-08-01
Current End Date: 2026-05-13
Potential End Date: 2026-05-13 00:00:00
Last Modified: 2026-01-08
More Contracts from Iron Mountain Information Management LLC
- This Award IS for Enterprise Digitization Phase III to Support Uscis in File Digitization and Quality Control — $46.3M (Department of Homeland Security)
- Data Center Relocation Revised SOO and Documents Based on Option Period #1 NOT Being Executed in Time ACQ-21-1400 PID:404 POP: DOA-12 M After AWA' — $35.7M (Department of Commerce)
- Digitalization-As-A-Service, Digitalizing Paper TAX and Information Returns — $32.1M (Department of the Treasury)
- Secure, Remote Production, Operation, and Disaster Recovery Data Center in Boyers, PA Underground Mine Facility — $31.3M (Department of Commerce)
- Funding for Enterprise Digitization. Scanning Will Include Forms I-829, I-130, I-918 and A-Files for N-400 and EB 485 Applications — $23.1M (Department of Homeland Security)
View all Iron Mountain Information Management 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)