DHS awards $26.9M task order for IT modernization to Accenture Federal Services
Contract Overview
Contract Amount: $67,078,050 ($67.1M)
Contractor: Accenture Federal Services LLC
Awarding Agency: Department of Homeland Security
Start Date: 2018-07-30
End Date: 2021-09-24
Contract Duration: 1,152 days
Daily Burn Rate: $58.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: BRIDGE TASK ORDER UNDER DEPARTMENT OF HOMELAND SECURITY (DHS) EAGLE II CONTRACT REF. HSHQDC-14-D-E2005 TO SUPPORT TECHNOLOGY INFRASTRUCTURE MODERNIZATION (TIM) AGILE ADAPTIVE MAINTENANCE AND OPERATIONS AND MAINTENANCE (O&M). PERIOD OF PERFORMANCE: -BASE YEAR: 07/30/2018-04/30/2019 -OPTION PERIOD 1: 05/01/2019-07/31/2019 -TRANSITION OUT: 08/01/2019-10/31/2019 TOTAL VALUE OF THE TASK ORDER: $26,886,825.73 TOTAL OBLIGATED VALUE OF THE TASK ORDER: $17,049,520.82
Place of Performance
Location: BELTSVILLE, PRINCE GEORGES County, MARYLAND, 20705
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $67.1 million to ACCENTURE FEDERAL SERVICES LLC for work described as: BRIDGE TASK ORDER UNDER DEPARTMENT OF HOMELAND SECURITY (DHS) EAGLE II CONTRACT REF. HSHQDC-14-D-E2005 TO SUPPORT TECHNOLOGY INFRASTRUCTURE MODERNIZATION (TIM) AGILE ADAPTIVE MAINTENANCE AND OPERATIONS AND MAINTENANCE (O&M). PERIOD OF PERFORMANCE: -BASE YEAR: 07/30/2018-04/30/201… Key points: 1. The task order, valued at $26.9 million, supports technology infrastructure modernization for DHS. 2. Accenture Federal Services, a large business, was awarded the contract under full and open competition. 3. The contract period spans from July 2018 to October 2021, including base, option, and transition periods. 4. The primary service is Computer Systems Design Services, indicating a focus on IT infrastructure and support.
Value Assessment
Rating: good
The total value of the task order is $26.9 million. The obligated amount is $17.05 million, suggesting a phased funding approach. This is a significant award for IT modernization services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a competitive bidding process. This method generally leads to better price discovery and value for the government.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for essential IT modernization services.
Public Impact
Modernization of critical technology infrastructure for the Department of Homeland Security. Ensures continued operations and maintenance of essential systems supporting national security. Supports the TSA's mission through advanced IT services. Potential for improved efficiency and effectiveness of DHS operations through updated technology.
Waste & Efficiency Indicators
Waste Risk Score: 58 / 10
Warning Flags
- Contract duration extends over multiple years, requiring sustained oversight.
- Large contract value necessitates careful monitoring of performance and spending.
Positive Signals
- Awarded under full and open competition.
- Supports critical national security functions.
- Focus on technology modernization.
Sector Analysis
This task order falls within the IT services sector, specifically computer systems design. The value of $26.9 million is substantial for a single task order, reflecting the complexity and importance of technology modernization for a federal agency like DHS.
Small Business Impact
The contract was awarded to Accenture Federal Services, LLC, a large business. There is no indication of small business participation in this specific task order, which is common for large prime contracts.
Oversight & Accountability
The task order is managed by the Department of Homeland Security (DHS) and awarded to support the Transportation Security Administration (TSA). Oversight will involve monitoring performance, adherence to contract terms, and financial expenditures to ensure value and mission accomplishment.
Related Government Programs
- Computer Systems Design Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Contract duration is lengthy, requiring sustained oversight.
- Large contract value necessitates diligent financial and performance management.
- Potential for scope creep if modernization goals are not clearly defined and managed.
- Dependence on a single large contractor for critical IT infrastructure.
Tags
computer-systems-design-services, department-of-homeland-security, md, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $67.1 million to ACCENTURE FEDERAL SERVICES LLC. BRIDGE TASK ORDER UNDER DEPARTMENT OF HOMELAND SECURITY (DHS) EAGLE II CONTRACT REF. HSHQDC-14-D-E2005 TO SUPPORT TECHNOLOGY INFRASTRUCTURE MODERNIZATION (TIM) AGILE ADAPTIVE MAINTENANCE AND OPERATIONS AND MAINTENANCE (O&M). PERIOD OF PERFORMANCE: -BASE YEAR: 07/30/2018-04/30/2019 -OPTION PERIOD 1: 05/01/2019-07/31/2019 -TRANSITION OUT: 08/01/2019-10/31/2019 TOTAL VALUE OF THE TASK ORDER: $26,886,825.73 TOTAL OBLIGATED VALUE OF THE TASK ORDER: $17,049,520.82
Who is the contractor on this award?
The obligated recipient is ACCENTURE FEDERAL SERVICES LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $67.1 million.
What is the period of performance?
Start: 2018-07-30. End: 2021-09-24.
What specific performance metrics are in place to measure the success of the technology infrastructure modernization?
The success of the technology infrastructure modernization is likely measured through key performance indicators (KPIs) related to system uptime, performance improvements, security enhancements, and user satisfaction. Specific metrics would be detailed in the Performance Work Statement (PWS) and monitored through regular reporting and reviews to ensure the contractor meets or exceeds expectations and delivers the intended modernization benefits.
How will the government ensure cost-effectiveness throughout the contract's extended performance period?
Cost-effectiveness will be ensured through the firm-fixed-price contract type, which shifts some cost risk to the contractor. Regular financial reviews, performance monitoring against milestones, and comparison with industry benchmarks for similar services will help identify any potential cost overruns or inefficiencies. The phased funding approach also allows for periodic re-evaluation of needs and budget allocation.
What is the potential impact of this modernization effort on the operational efficiency of the TSA?
This modernization effort is expected to significantly enhance the operational efficiency of the TSA by upgrading outdated systems, improving data processing capabilities, and potentially integrating new technologies. Modernized infrastructure can lead to faster response times, better data analysis for security threats, and a more seamless user experience for both TSA personnel and the traveling public, ultimately strengthening security measures.
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 › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Novetta Solutions, LLC
Address: 800 NORTH GLEBE RD #300, ARLINGTON, VA, 22203
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $72,845,819
Exercised Options: $67,078,050
Current Obligation: $67,078,050
Subaward Activity
Number of Subawards: 126
Total Subaward Amount: $26,945,883
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: HSHQDC14DE2005
IDV Type: IDC
Timeline
Start Date: 2018-07-30
Current End Date: 2021-09-24
Potential End Date: 2021-09-24 03:58:18
Last Modified: 2024-03-26
More Contracts from Accenture Federal Services LLC
- - Tivod Supports the Origination, Disbursement, and Reporting of Title IV Federal Student AID Programs, Including - BUT NOT Limited to - Direct Loans, Pell Grants, and the Teacher Education Assistance for College and Higher Education Grants. the Title IV Solution Shall Also Provide Ongoing Support for the Discontinued Title IV Federal Student AID Programs, Including - BUT NOT Limited to - Academic Competitiveness Grants and National Science and Mathematics Access to Retain Talent Grants — $1.5B (Department of Education)
- This Task Order IS for an Enterprise-Wide Digital and Customer Care Platforms and Services Solution (enterprise-Wide Digital and Customer Care Solution, AKA Ewdccps, AKA DCC) That Will Enable an Fsa-Branded Omni-Channel Engagement Approach LED by a Mobile-First, Mobile-Complete, and Mobile-Continuous Digital Platform Supporting the Complete Lifecycle of Student Financing — $851.5M (Department of Education)
- FFM — $829.6M (Department of Health and Human Services)
- Award for Unified Enterprise Resource Planning Capability Support Services — $823.2M (Department of Defense)
- Federally Facilitated Exchange (FFE) — $787.2M (Department of Health and Human Services)
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)