DHS awards $4.77M for Tableau software, raising questions on value and competition
Contract Overview
Contract Amount: $4,774,932 ($4.8M)
Contractor: Govsmart, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-04-04
End Date: 2026-04-03
Contract Duration: 364 days
Daily Burn Rate: $13.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TABLEAU SOFTWARE LICENSE AND MAINTENANCE SUPPORT
Place of Performance
Location: CAMP SPRINGS, HOWARD County, MARYLAND, 20588
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $4.8 million to GOVSMART, INC. for work described as: TABLEAU SOFTWARE LICENSE AND MAINTENANCE SUPPORT Key points: 1. Contract value appears reasonable for enterprise software licensing and support. 2. Competition was full and open, but the exclusion of sources warrants scrutiny. 3. Potential risks include vendor lock-in and the need for ongoing maintenance. 4. Performance context is limited to software licensing and support services. 5. This contract falls within the broader IT services sector for government agencies. 6. The fixed-price contract type offers cost certainty but may limit flexibility.
Value Assessment
Rating: fair
The contract value of $4.77 million for a one-year term for Tableau software licensing and maintenance appears within a reasonable range for enterprise-level software. However, without specific details on the scope of licenses, user counts, and included support levels, a precise value-for-money assessment is challenging. Benchmarking against similar government contracts for Tableau or comparable business intelligence software would provide a clearer picture of whether the pricing is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' While this indicates an initial broad competition, the 'exclusion of sources' clause suggests that certain potential bidders were not considered or were removed from the process. The specific reasons for this exclusion are not detailed, which could limit the overall competitive landscape and potentially impact price discovery.
Taxpayer Impact: The exclusion of sources, even within a full and open competition framework, may have limited the number of viable bids, potentially leading to a higher price than if all potential sources had been allowed to compete fully.
Public Impact
U.S. Citizenship and Immigration Services (USCIS) personnel will benefit from access to Tableau software. The services delivered include licensing and maintenance support for the Tableau platform. The geographic impact is primarily within the Department of Homeland Security's operations. Workforce implications include enabling data analysis and visualization capabilities for relevant USCIS staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'exclusion of sources' clause requires further investigation to ensure fair competition.
- Lack of detailed scope of work makes it difficult to assess if the price is fully justified.
- Potential for vendor lock-in with proprietary software like Tableau.
Positive Signals
- Awarded under full and open competition, indicating a broad initial search for vendors.
- Fixed-price contract provides cost predictability for the agency.
- The contract duration of one year allows for periodic re-evaluation of needs and market.
Sector Analysis
This contract falls within the Information Technology (IT) sector, specifically focusing on software licensing and support. The market for business intelligence and data visualization software is competitive, with major players like Tableau, Microsoft Power BI, and Qlik. Government spending in this area is substantial, driven by the need for data-driven decision-making across various agencies. Benchmarks for similar enterprise software licenses can vary widely based on user count, features, and support levels.
Small Business Impact
The provided data does not indicate any small business set-aside or subcontracting requirements for this contract. Therefore, the direct impact on the small business ecosystem is likely minimal, unless the prime contractor, GovSmart, Inc., utilizes small businesses in its supply chain for fulfilling this order.
Oversight & Accountability
Oversight for this contract would typically fall under the U.S. Citizenship and Immigration Services (USCIS) contracting officers and program managers within the Department of Homeland Security. Transparency is facilitated by public contract databases, but specific performance metrics and detailed justifications for the 'exclusion of sources' are not readily available. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Tableau Software Licenses
- Business Intelligence Software Procurement
- IT Support Services
- Department of Homeland Security IT Contracts
- U.S. Citizenship and Immigration Services IT Spending
Risk Flags
- Potential for limited competition due to 'exclusion of sources'.
- Lack of specific details on license count and user base hinders value assessment.
- Absence of defined KPIs makes performance monitoring difficult.
Tags
it-services, software-licensing, tableau, department-of-homeland-security, uscis, full-and-open-competition, fixed-price, delivery-order, it-support, data-visualization, maryland, govsmart-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $4.8 million to GOVSMART, INC.. TABLEAU SOFTWARE LICENSE AND MAINTENANCE SUPPORT
Who is the contractor on this award?
The obligated recipient is GOVSMART, 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 $4.8 million.
What is the period of performance?
Start: 2025-04-04. End: 2026-04-03.
What specific justification was provided for the 'exclusion of sources' in this full and open competition?
The provided data does not include the specific justification for the 'exclusion of sources.' In federal contracting, this clause can be invoked under certain circumstances, such as when only a limited number of sources are capable of meeting the agency's needs, or for reasons of national security or proprietary data. However, without the official justification document, it is impossible to determine the precise rationale. This lack of transparency raises concerns about whether the exclusion unduly limited competition and potentially increased costs for the government. Further investigation into the contract file or agency records would be necessary to uncover the specific reasons.
How does the $4.77 million contract value compare to previous spending on Tableau licenses by USCIS or DHS?
The provided data does not contain historical spending information for Tableau licenses by USCIS or DHS. To conduct a meaningful comparison, one would need to access historical contract databases (like FPDS or USASpending.gov) and filter for similar Tableau software procurements by these agencies. Factors such as the number of users, specific modules licensed, and support tiers would need to be consistent for an accurate benchmark. Without this historical context, it's difficult to ascertain if this $4.77 million award represents an increase, decrease, or stable spending trend for Tableau within the agency. This information is crucial for assessing budget predictability and potential cost efficiencies over time.
What are the key performance indicators (KPIs) for this Tableau software support contract?
The provided data does not specify the key performance indicators (KPIs) for this contract. Typically, for software licensing and maintenance contracts, KPIs might include metrics such as software uptime, response times for technical support, resolution times for reported issues, and the availability of software updates and patches. The contract's performance work statement (PWS) would detail these expectations. Without defined KPIs, it is challenging to objectively measure the contractor's performance and ensure the agency is receiving the full value of the support services it is paying for. This lack of defined metrics could also hinder accountability.
What is the total number of Tableau licenses being procured under this contract and for how many users?
The provided data does not specify the total number of Tableau licenses or the number of users covered by this $4.77 million contract. This information is critical for assessing the per-unit cost and overall value of the procurement. Enterprise software licenses can be priced based on various models, including per-user, per-server, or capacity-based licensing. Knowing the exact quantity and type of licenses is essential for comparing this contract's pricing against market rates or other government procurements. Without this detail, the $4.77 million figure represents a total cost that is difficult to contextualize in terms of individual license value.
What specific Tableau products or modules are included in this $4.77 million award?
The provided data indicates the contract is for 'TABLEAU SOFTWARE LICENSE AND MAINTENANCE SUPPORT' but does not specify the particular Tableau products or modules included. Tableau offers a suite of products, including Tableau Desktop, Tableau Server, Tableau Cloud, and various extensions or add-ons. The specific modules and their functionalities significantly impact the overall cost and the capabilities provided to USCIS. Understanding which products are licensed is crucial for evaluating if the software suite aligns with the agency's analytical needs and if the pricing is appropriate for the features being acquired. This level of detail is typically found in the contract's statement of work.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70SBUR25Q00000051
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 715 CHARLTON AVE STE 100, CHARLOTTESVILLE, VA, 22903
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, 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
Financial Breakdown
Contract Ceiling: $4,774,932
Exercised Options: $4,774,932
Current Obligation: $4,774,932
Actual Outlays: $4,781,680
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD11B
IDV Type: GWAC
Timeline
Start Date: 2025-04-04
Current End Date: 2026-04-03
Potential End Date: 2026-04-03 00:00:00
Last Modified: 2026-02-05
More Contracts from Govsmart, Inc.
- IBM Enterprise Software Maintenance — $19.2M (Department of Defense)
- Enterprise Quality Management System — $18.0M (Department of Health and Human Services)
- This Award IS for Servicenow (snow) License Renewals — $15.8M (Department of Homeland Security)
- Salesforce Dcms 2.0 & Svog Software Licenses Renewal — $15.8M (Small Business Administration)
- Enterprise Customer Relationship Management (ecrm) Software Licenses (sales Force) — $13.9M (National Archives and Records Administration)
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)