DHS awards $66M for IBM/Red Hat software and support, raising value-for-money questions

Contract Overview

Contract Amount: $66,000,000 ($66.0M)

Contractor: Four LLC

Awarding Agency: Department of Homeland Security

Start Date: 2023-03-31

End Date: 2026-04-01

Contract Duration: 1,097 days

Daily Burn Rate: $60.2K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: ENTERPRISE LICENSES AGREEMENT FOR IBM AND RED HAT PRODUCTS, MAINTENANCE AND TECHNICAL SUPPORT SERVICES.

Place of Performance

Location: HERNDON, FAIRFAX County, VIRGINIA, 20171

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $66.0 million to FOUR LLC for work described as: ENTERPRISE LICENSES AGREEMENT FOR IBM AND RED HAT PRODUCTS, MAINTENANCE AND TECHNICAL SUPPORT SERVICES. Key points: 1. The contract's value-for-money is fair, given the specialized nature of enterprise software licenses and support. 2. Competition was full and open, but the limited number of bidders may have impacted price discovery. 3. Risk indicators are moderate, primarily related to potential vendor lock-in and the need for ongoing specialized support. 4. Performance context suggests a critical need for these software products within TSA's IT infrastructure. 5. This contract fits within the broader IT services sector, specifically focusing on software licensing and maintenance.

Value Assessment

Rating: fair

The $66 million award for enterprise licenses and support for IBM and Red Hat products appears to be within a reasonable range for specialized software and maintenance. However, without specific details on the exact products and support levels, a precise benchmark is difficult. Compared to similar large-scale enterprise software agreements, the pricing seems competitive, but the long-term cost implications of such licenses should be monitored.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition after exclusion of sources, indicating that multiple vendors were allowed to bid. However, with only two bidders, the level of competition might not have been as robust as ideal for driving down prices. This suggests that while the process was open, the market for these specific enterprise solutions may be concentrated.

Taxpayer Impact: While the competition was open, the limited number of bidders could mean taxpayers did not benefit from the most aggressive pricing possible. Further analysis of the bidding process and the specific requirements would be needed to fully assess the impact on taxpayer value.

Public Impact

The Transportation Security Administration (TSA) is the primary beneficiary, gaining access to essential software and support. Services delivered include enterprise licenses, maintenance, and technical support for IBM and Red Hat products. The geographic impact is likely national, supporting TSA operations across various locations. Workforce implications include ensuring IT personnel have the necessary tools and support to maintain critical systems.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology sector, specifically in software licensing and support. The market for enterprise software from major vendors like IBM and Red Hat is characterized by high switching costs and a need for specialized expertise. Comparable spending benchmarks for similar enterprise agreements can vary widely based on the scope of licenses and support tiers, but large government awards for such services are common.

Small Business Impact

The contract data indicates that small business participation was not a primary focus, as the award was not set aside for small businesses and the prime contractor is not a small business. There is no explicit mention of subcontracting requirements for small businesses in the provided data. This suggests that the primary focus was on securing the necessary enterprise software and support from qualified large vendors.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Homeland Security's internal procurement and program management offices, as well as the Transportation Security Administration's IT oversight. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply to any investigations of fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

it-services, software-licensing, maintenance-support, ibm, red-hat, department-of-homeland-security, transportation-security-administration, firm-fixed-price, full-and-open-competition, enterprise-agreement, virginia

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $66.0 million to FOUR LLC. ENTERPRISE LICENSES AGREEMENT FOR IBM AND RED HAT PRODUCTS, MAINTENANCE AND TECHNICAL SUPPORT SERVICES.

Who is the contractor on this award?

The obligated recipient is FOUR 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 $66.0 million.

What is the period of performance?

Start: 2023-03-31. End: 2026-04-01.

What specific IBM and Red Hat products are covered under this $66 million contract, and what is the duration of the licenses and support?

The provided data indicates the contract is for 'ENTERPRISE LICENSES AGREEMENT FOR IBM AND RED HAT PRODUCTS, MAINTENANCE AND TECHNICAL SUPPORT SERVICES.' However, the specific product names, versions, and quantities are not detailed. The contract duration is from March 31, 2023, to April 1, 2026, spanning approximately three years (1097 days). This duration suggests a significant commitment to these software solutions, and understanding the exact product suite is crucial for assessing the value and necessity of the expenditure.

How does the $66 million total award compare to historical spending on similar IBM and Red Hat enterprise agreements by the TSA or DHS?

Without access to historical spending data specifically for IBM and Red Hat enterprise agreements by the TSA or DHS, a direct comparison is challenging. However, $66 million over three years for enterprise-level software licenses and comprehensive support from major vendors like IBM and Red Hat is substantial. Such agreements often represent a significant portion of an agency's IT budget due to the critical nature of the software and the ongoing costs associated with maintenance and updates. Further investigation into past contracts for similar software categories would be needed for a precise historical benchmark.

What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with the technical support services included in this contract?

The provided data does not specify the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for the technical support services. Typically, such contracts would include metrics related to response times for critical issues, resolution times, availability of support personnel, and quality of service. These SLAs are crucial for ensuring that the TSA receives adequate support for the licensed software and that the vendor meets its contractual obligations. The absence of this information in the summary data limits a full assessment of the support value.

Given the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' and only two bidders, what was the rationale for excluding other potential sources, and how did this impact pricing?

The designation 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' implies that the solicitation was open to all responsible sources, but specific sources were excluded for reasons not detailed in the summary. This could be due to specific technical requirements, existing infrastructure compatibility, or previous performance issues with other vendors. With only two bidders, the competitive pressure might have been less intense than if more vendors had participated. This limited competition could potentially lead to higher prices than if a broader range of vendors had been able to bid, suggesting that the government may not have achieved the lowest possible price.

What is the potential risk of vendor lock-in with this contract, and what strategies are in place to mitigate this risk?

There is a significant risk of vendor lock-in with enterprise licenses for IBM and Red Hat products, as these are proprietary systems that often require specialized skills and integration. Migrating away from these platforms can be complex and costly. Mitigation strategies are not detailed in the provided data but could include negotiating favorable contract terms for future renewals, exploring open-source alternatives where feasible, ensuring comprehensive documentation and knowledge transfer, and actively managing the software lifecycle to avoid unnecessary upgrades or dependencies. The long-term strategy for software portfolio management is key to mitigating this risk.

Industry Classification

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

Product/Service Code: IT AND TELECOM - DATA CENTER

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70T03023Q7500N001

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2303 DULLES STATION BLVD STE 105, HERNDON, VA, 20171

Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $66,000,000

Exercised Options: $66,000,000

Current Obligation: $66,000,000

Actual Outlays: $66,000,000

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: NNG15SC73B

IDV Type: GWAC

Timeline

Start Date: 2023-03-31

Current End Date: 2026-04-01

Potential End Date: 2026-04-01 02:02:43

Last Modified: 2025-03-27

More Contracts from Four LLC

View all Four LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending