DHS TSA Awards $32.4M for IT O&M and Maintenance Renewals to ManTech
Contract Overview
Contract Amount: $32,447,514 ($32.4M)
Contractor: Mantech Advanced Systems International, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2021-11-27
End Date: 2022-11-26
Contract Duration: 364 days
Daily Burn Rate: $89.1K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THIS TASK ORDER, 70T02022F7500N004, AGAINST GSA ALLIANT 2 GWAC 47QTCK18D0031 IS FOR OPERATIONS & MAINTENANCE AND MAINTENANCE RENEWALS.
Place of Performance
Location: HERNDON, FAIRFAX County, VIRGINIA, 20171
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $32.4 million to MANTECH ADVANCED SYSTEMS INTERNATIONAL, INC. for work described as: THIS TASK ORDER, 70T02022F7500N004, AGAINST GSA ALLIANT 2 GWAC 47QTCK18D0031 IS FOR OPERATIONS & MAINTENANCE AND MAINTENANCE RENEWALS. Key points: 1. The contract is for IT Operations & Maintenance and maintenance renewals. 2. ManTech Advanced Systems International, Inc. is the awardee. 3. The contract was awarded under the GSA Alliant 2 GWAC. 4. The period of performance is 364 days. 5. The contract type is Firm Fixed Price.
Value Assessment
Rating: good
The award amount of $32.4M for a 364-day period suggests a reasonable price for IT operations and maintenance services. Benchmarking against similar GSA Alliant 2 contracts for IT O&M would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under the GSA Alliant 2 GWAC, which is a full and open competition vehicle. This method generally promotes competitive pricing and allows a wide range of qualified vendors to bid.
Taxpayer Impact: The use of a competitive GWAC likely resulted in a fair market price, maximizing taxpayer value for the IT O&M services provided.
Public Impact
Ensures continued operation of critical IT systems for the Transportation Security Administration. Supports maintenance renewals, preventing service disruptions. Leverages existing GSA contract vehicle for efficient procurement. Provides essential IT support to a key federal agency.
Waste & Efficiency Indicators
Waste Risk Score: 89 / 10
Positive Signals
- Awarded under a competitive GWAC
- Firm Fixed Price contract type
- Clear scope of work for O&M and renewals
Sector Analysis
This contract falls within the Computer Systems Design Services sector (NAICS 541512). Spending in this sector is substantial across the federal government, supporting a wide range of IT infrastructure and operational needs.
Small Business Impact
The awardee, ManTech Advanced Systems International, Inc., is not listed as a small business. The contract was not set aside for small businesses, indicating that larger, established companies were expected to compete.
Oversight & Accountability
The use of a GSA GWAC implies adherence to established procurement regulations and oversight. The firm fixed price contract type provides cost certainty for the government.
Related Government Programs
- Computer Systems Design Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Lack of specific system details
- No historical cost comparison provided
- No performance metrics (KPIs/SLAs) detailed
Tags
computer-systems-design-services, department-of-homeland-security, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $32.4 million to MANTECH ADVANCED SYSTEMS INTERNATIONAL, INC.. THIS TASK ORDER, 70T02022F7500N004, AGAINST GSA ALLIANT 2 GWAC 47QTCK18D0031 IS FOR OPERATIONS & MAINTENANCE AND MAINTENANCE RENEWALS.
Who is the contractor on this award?
The obligated recipient is MANTECH ADVANCED SYSTEMS INTERNATIONAL, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $32.4 million.
What is the period of performance?
Start: 2021-11-27. End: 2022-11-26.
What specific IT systems or services are covered under this Operations & Maintenance task order?
The provided data does not specify the exact IT systems or services included in the Operations & Maintenance scope. Further details would be needed to assess the criticality and complexity of the supported infrastructure. Understanding the specific systems would allow for a more precise comparison to industry benchmarks and an evaluation of the value proposition.
How does the $32.4M award compare to previous O&M spending for similar TSA systems?
Without historical spending data for comparable TSA IT systems or maintenance renewals, it is difficult to definitively assess if $32.4M represents an increase or decrease. A comparative analysis of prior contract values for similar services, adjusted for inflation and scope changes, would be necessary to determine if this award is cost-effective over time.
What are the key performance indicators (KPIs) and service level agreements (SLAs) for this contract?
The data does not include information on the specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) established for this task order. These metrics are crucial for measuring contractor performance, ensuring service quality, and holding the vendor accountable for delivering the required Operations & Maintenance and maintenance renewal services effectively.
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 - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70T02022R7500N001
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Mantech International Corporation
Address: 2251 CORPORATE PARK DRIVE, HERNDON, VA, 20171
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $41,924,435
Exercised Options: $32,447,514
Current Obligation: $32,447,514
Actual Outlays: $2,714,659
Subaward Activity
Number of Subawards: 14
Total Subaward Amount: $4,825,835
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 47QTCK18D0031
IDV Type: GWAC
Timeline
Start Date: 2021-11-27
Current End Date: 2022-11-26
Potential End Date: 2022-11-26 04:34:58
Last Modified: 2025-09-11
More Contracts from Mantech Advanced Systems International, Inc.
- Contractor Logistics Sustainment and Support (clss) Services for the Maintenance Repair and Supply Support for Route Clearance Vehicles (RCV), Mine Resistant Ambush Protected (mrap) Vehicles, and the United States Special Operations Command (ussocom) Vehicles (referred to AS the Mrap Family of Vehicles (FOV) of (mrap) Family of Vehicles (FOV) — $965.4M (Department of Defense)
- CLS Services: Iraq, Afghanistan, Kuwait — $960.1M (Department of Defense)
- Logistics' Services — $816.8M (Department of Defense)
- Award of Vehicle Engineering and Maintenance Operations (vemos) Task Order. Igf::ot::igf — $723.7M (General Services Administration)
- Alecs Task Order Award — $722.2M (General Services Administration)
View all Mantech Advanced Systems International, Inc. 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)