DHS Awards $37M for TSA Enrollment & Vetting Support to Federal Miracle Tech LLC
Contract Overview
Contract Amount: $37,037,627 ($37.0M)
Contractor: Federal Miracle Tech LLC
Awarding Agency: Department of Homeland Security
Start Date: 2023-05-01
End Date: 2027-03-20
Contract Duration: 1,419 days
Daily Burn Rate: $26.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: REFERENCED IDV WAS WRONG, SO INITIAL CARS DELETED. THE TSA REQUIRES PROGRAM OPERATIONS AND MANAGEMENT SUPPORT (POMS) FOR ENROLLMENT SERVICES & VETTING PROGRAM. POMS SUPPORT INCLUDES PROGRAM MANAGEMENT SUPPORT AND CASE MANAGEMENT SUPPORT SERVICES.
Place of Performance
Location: GREENBELT, PRINCE GEORGES County, MARYLAND, 20770
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $37.0 million to FEDERAL MIRACLE TECH LLC for work described as: REFERENCED IDV WAS WRONG, SO INITIAL CARS DELETED. THE TSA REQUIRES PROGRAM OPERATIONS AND MANAGEMENT SUPPORT (POMS) FOR ENROLLMENT SERVICES & VETTING PROGRAM. POMS SUPPORT INCLUDES PROGRAM MANAGEMENT SUPPORT AND CASE MANAGEMENT SUPPORT SERVICES. Key points: 1. Contract awarded for essential program operations and management support for TSA's enrollment and vetting. 2. Federal Miracle Tech LLC is the sole awardee, indicating a potentially limited competition. 3. The contract value of $37M over approximately 3.9 years warrants scrutiny for cost-effectiveness. 4. Engineering Services (NAICS 541330) is the sector, with potential implications for specialized IT and security services.
Value Assessment
Rating: fair
The contract value of $37M for nearly four years of support suggests a significant investment. Benchmarking against similar program management and case management support contracts is needed to assess pricing fairness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a limited initial competition. This method may impact price discovery and potentially lead to higher costs compared to broader competition.
Taxpayer Impact: Taxpayer funds are being utilized for critical TSA operations. Ensuring competitive pricing and efficient service delivery is paramount to maximizing the value of this investment.
Public Impact
Ensures continued operation of TSA's enrollment and vetting processes, impacting traveler security and efficiency. Supports critical background checks and identity verification for individuals interacting with sensitive transportation systems. The award to a single entity raises questions about the breadth of market engagement and potential for future competition.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition raises concerns about potential overpricing.
- Lack of small business participation noted.
- Contract duration and value require close monitoring for performance and cost.
Positive Signals
- Supports essential TSA functions for national security.
- Firm Fixed Price contract type provides cost certainty.
- Awarded to a single entity, potentially simplifying management.
Sector Analysis
This contract falls under Engineering Services, often encompassing specialized IT, security, and program management functions. Benchmarks for similar support services within government agencies are crucial for evaluating cost-effectiveness.
Small Business Impact
The data indicates that small business participation was not a factor in this award ('sb': false). Further analysis is needed to understand if opportunities for small businesses were overlooked or if the nature of the requirement precluded their involvement.
Oversight & Accountability
The award's 'exclusion of sources' clause warrants careful review to ensure proper justification and adherence to procurement regulations. Ongoing oversight should focus on performance metrics and cost control to ensure accountability.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Limited competition may lead to higher costs.
- No small business participation.
- Potential for vendor lock-in due to specialized support.
- Contract duration requires sustained oversight.
Tags
engineering-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 $37.0 million to FEDERAL MIRACLE TECH LLC. REFERENCED IDV WAS WRONG, SO INITIAL CARS DELETED. THE TSA REQUIRES PROGRAM OPERATIONS AND MANAGEMENT SUPPORT (POMS) FOR ENROLLMENT SERVICES & VETTING PROGRAM. POMS SUPPORT INCLUDES PROGRAM MANAGEMENT SUPPORT AND CASE MANAGEMENT SUPPORT SERVICES.
Who is the contractor on this award?
The obligated recipient is FEDERAL MIRACLE TECH 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 $37.0 million.
What is the period of performance?
Start: 2023-05-01. End: 2027-03-20.
What specific factors led to the exclusion of other potential sources, and was this exclusion adequately justified?
The justification for excluding other sources needs thorough examination. Typically, such exclusions are based on specific technical requirements, unique capabilities, or prior performance that only a particular vendor can meet. Without detailed documentation, it's difficult to assess if this exclusion truly served the government's best interest or if it limited competitive options unnecessarily, potentially impacting overall value.
How does the per-unit cost of case management support compare to industry benchmarks for similar services?
Benchmarking the per-unit cost of case management support is essential for assessing value. If the costs are significantly higher than comparable contracts or private sector rates, it could indicate inefficiencies or a lack of competitive pressure. A detailed cost analysis, considering the scope and complexity of the services provided, is necessary to determine if the pricing is reasonable and taxpayers are receiving good value.
What are the key performance indicators (KPIs) for this contract, and how will their achievement be measured to ensure program effectiveness?
Effective oversight requires clearly defined KPIs tied to the success of the enrollment and vetting programs. These KPIs should measure aspects like processing times, accuracy rates, and user satisfaction. Regular performance reviews against these metrics will be crucial to ensure the contractor is delivering effective support and that the program meets its objectives, ultimately safeguarding national security and traveler experience.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 7701 GREENBELT RD STE 501, GREENBELT, MD, 20770
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, Joint Venture Economically Disadvantaged Women Owned Small Business, Joint Venture Women Owned Small Business, Limited Liability Corporation, Minority Owned Business, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $44,562,776
Exercised Options: $37,987,667
Current Obligation: $37,037,627
Actual Outlays: $21,019,305
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QRAD20D1135
IDV Type: IDC
Timeline
Start Date: 2023-05-01
Current End Date: 2027-03-20
Potential End Date: 2028-01-31 00:00:00
Last Modified: 2026-03-24
More Contracts from Federal Miracle Tech LLC
- Information Science and Technology Advisory and Assistance Program Support Services (istaapss) — $14.7M (Department of Defense)
- Task Order #70T01024F6400N002 for Accounting and Financial Support Services for Tsa's Financial Management Division (FMD) — $13.5M (Department of Homeland Security)
- Quality Assurance Liaison Support Services — $13.1M (Department of State)
- Base Period Contract Maintenance & Supply Services (cmss)support With Data Collection Research and Analysis Requirements Development and Budget Planning, Programming, and Execution — $7.5M (Department of Defense)
- This Contract Funds FAC BAS Team Staffing Requirements for a Third Party Contract Lead Engineer for a Team to Engineer and Implement Building Automation Solutions in Client Facilities — $6.7M (Department of State)
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)