DHS renews ServiceNow SaaS for $22.9M, raising questions about long-term value and competition

Contract Overview

Contract Amount: $22,947,503 ($22.9M)

Contractor: NEW Tech Solutions, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2024-09-30

End Date: 2026-09-29

Contract Duration: 729 days

Daily Burn Rate: $31.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: SERVICENOW SOFTWARE AS A SERVICE (SAAS) TOOL LICENSE SUBSCRIPTION, MAINTENANCE AND SUPPORT. (RENEWAL) 09/30/2024 - 09/29/2025

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20529

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $22.9 million to NEW TECH SOLUTIONS, INC. for work described as: SERVICENOW SOFTWARE AS A SERVICE (SAAS) TOOL LICENSE SUBSCRIPTION, MAINTENANCE AND SUPPORT. (RENEWAL) 09/30/2024 - 09/29/2025 Key points: 1. The contract represents a significant investment in a critical IT infrastructure tool. 2. Renewal suggests satisfaction with the current service, but lacks data on performance improvements. 3. The fixed-price nature of the contract provides cost certainty but may limit flexibility. 4. Limited competition data makes it difficult to assess if fair market value was achieved. 5. The duration of the contract renewal warrants scrutiny for potential long-term cost efficiencies. 6. Cybersecurity and data privacy are inherent risks with SaaS solutions. 7. The contract's value is substantial, requiring robust oversight to ensure taxpayer funds are well-spent.

Value Assessment

Rating: fair

This $22.9 million renewal for ServiceNow software is a substantial expenditure. Without comparable contract data for similar SaaS tools or specific usage metrics, it's challenging to definitively benchmark its value. The firm fixed-price structure offers predictability, but the absence of detailed performance metrics or cost-benefit analysis makes it difficult to assess if this represents excellent value for money compared to potential alternatives or previous periods. The renewal suggests a perceived need, but the justification for the specific price point requires further transparency.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. However, the data provided does not specify the number of bids received. A high number of bidders typically leads to more competitive pricing and better value for the government. The fact that it was competed fully is a positive sign, but the lack of detail on the competitive landscape prevents a deeper analysis of price discovery.

Taxpayer Impact: Full and open competition is generally beneficial for taxpayers as it encourages multiple vendors to offer their best pricing, potentially leading to cost savings. However, without knowing the number of bids, it's hard to quantify the exact benefit realized in this instance.

Public Impact

USCIS employees benefit from access to a standardized and integrated platform for IT service management. The software supports critical IT operations, potentially improving efficiency in service delivery. The contract's impact is primarily within the federal IT sector, supporting internal government functions. Workforce implications are related to the use and management of the ServiceNow platform by IT personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT services sector, particularly Software as a Service (SaaS), is a rapidly growing segment of federal spending. Agencies increasingly rely on SaaS solutions for efficiency and scalability. ServiceNow is a dominant player in the IT Service Management (ITSM) market, offering a suite of tools for IT operations, customer service, and workflow automation. Federal spending on ITSM software is significant, with agencies like DHS representing a substantial customer base. Benchmarking this contract against other federal or large enterprise ServiceNow deployments would provide further context on its pricing and value.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'ss: false'. There is no information provided regarding subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem from this specific contract is likely minimal, unless the prime contractor, New Tech Solutions, Inc., has its own robust small business subcontracting program that is not detailed here.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Homeland Security's contracting and program management offices. The specific agency, U.S. Citizenship and Immigration Services (USCIS), would also have internal oversight mechanisms. Transparency regarding performance metrics, vendor adherence to terms, and justification for renewal would be key aspects of oversight. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

it-services, software-as-a-service, servicenow, department-of-homeland-security, uscis, firm-fixed-price, full-and-open-competition, it-operations, saas-renewal, district-of-columbia, it-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $22.9 million to NEW TECH SOLUTIONS, INC.. SERVICENOW SOFTWARE AS A SERVICE (SAAS) TOOL LICENSE SUBSCRIPTION, MAINTENANCE AND SUPPORT. (RENEWAL) 09/30/2024 - 09/29/2025

Who is the contractor on this award?

The obligated recipient is NEW TECH SOLUTIONS, INC..

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 $22.9 million.

What is the period of performance?

Start: 2024-09-30. End: 2026-09-29.

What is the track record of New Tech Solutions, Inc. with federal contracts, particularly for ServiceNow?

Information regarding the specific track record of New Tech Solutions, Inc. with federal contracts, especially concerning ServiceNow implementations or renewals, is not provided in the data. A comprehensive analysis would require examining the company's past performance ratings, any past issues or disputes on federal contracts, and the duration and value of previous awards. Understanding their experience with similar scale SaaS renewals would be crucial in assessing their reliability and capability to deliver on this contract effectively. Without this data, it's difficult to gauge their established performance within the federal IT landscape.

How does the $22.9 million renewal cost compare to market rates for ServiceNow SaaS subscriptions of similar scope and duration?

Directly comparing the $22.9 million renewal cost to precise market rates for ServiceNow SaaS subscriptions of similar scope and duration is challenging without access to detailed pricing benchmarks and specific contract terms. ServiceNow's pricing can vary significantly based on the modules licensed, number of users, support levels, and negotiated discounts. To assess value, one would need to compare this price against publicly available federal contract awards for ServiceNow, industry reports on ITSM software pricing, or consult with procurement experts familiar with enterprise SaaS agreements. The firm fixed-price nature provides cost certainty but doesn't inherently guarantee market competitiveness without such comparisons.

What are the key performance indicators (KPIs) used to measure the success and value of this ServiceNow contract for USCIS?

The provided data does not specify the key performance indicators (KPIs) used to measure the success and value of this ServiceNow contract for USCIS. Typically, for an ITSM platform like ServiceNow, KPIs might include metrics such as ticket resolution times, system uptime, user satisfaction rates, reduction in IT support costs, or efficiency gains in specific IT workflows. The absence of defined KPIs makes it difficult to objectively assess whether the $22.9 million investment is yielding the expected benefits and delivering tangible value beyond simply maintaining the existing service. A thorough review would require access to the contract's performance work statement and associated metrics.

What is the historical spending trend for ServiceNow licenses and support at USCIS or DHS over the past five years?

Historical spending data for ServiceNow licenses and support at USCIS or DHS over the past five years is not included in the provided information. To establish a spending trend, one would need to access historical contract awards and obligations for this specific service. Analyzing this trend would help determine if the current $22.9 million renewal represents an increase, decrease, or stable expenditure compared to previous years. Understanding the historical context is crucial for identifying potential cost escalations, budget predictability, and the long-term financial commitment to the ServiceNow platform.

What specific ServiceNow modules or services are included in this $22.9 million renewal, and how do they align with USCIS's current IT priorities?

The provided data identifies the contract as a 'SERVICENOW SOFTWARE AS A SERVICE (SAAS) TOOL LICENSE SUBSCRIPTION, MAINTENANCE AND SUPPORT' but does not detail the specific ServiceNow modules or services included in the $22.9 million renewal. ServiceNow offers a broad suite of products, including ITSM, IT Operations Management (ITOM), IT Business Management (ITBM), Security Operations, and HR Service Delivery. To assess the alignment with USCIS's IT priorities, a breakdown of the licensed modules and their intended use cases would be necessary. Understanding this would allow for an evaluation of whether the investment is focused on critical needs or encompasses broader functionalities.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70SBUR24Q00000231

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4179 BUSINESS CENTER DR, FREMONT, CA, 94538

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $46,422,087

Exercised Options: $22,947,503

Current Obligation: $22,947,503

Actual Outlays: $11,297,572

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: HHSN316201500040W

IDV Type: GWAC

Timeline

Start Date: 2024-09-30

Current End Date: 2026-09-29

Potential End Date: 2028-09-29 00:00:00

Last Modified: 2025-08-29

More Contracts from NEW Tech Solutions, Inc.

View all NEW Tech Solutions, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending