DHS awards $75M for Microsoft licenses and Azure, raising questions on value and competition

Contract Overview

Contract Amount: $75,178,684 ($75.2M)

Contractor: Dell Federal Systems L.P

Awarding Agency: Department of Homeland Security

Start Date: 2024-03-27

End Date: 2026-03-26

Contract Duration: 729 days

Daily Burn Rate: $103.1K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: BPA ORDER FOR MICROSOFT LICENSES, SUBSCRIPTIONS AND AZURE USAGE.

Place of Performance

Location: ROUND ROCK, WILLIAMSON County, TEXAS, 78682

State: Texas Government Spending

Plain-Language Summary

Department of Homeland Security obligated $75.2 million to DELL FEDERAL SYSTEMS L.P for work described as: BPA ORDER FOR MICROSOFT LICENSES, SUBSCRIPTIONS AND AZURE USAGE. Key points: 1. The contract's value appears high for software licenses and cloud services, necessitating a close look at unit pricing and usage. 2. Full and open competition was utilized, suggesting a potentially competitive bidding process, but the number of bidders is not specified. 3. The fixed-price nature of the contract provides cost certainty but may limit flexibility if needs change significantly. 4. The duration of 729 days (2 years) is standard for such agreements, allowing for sustained service delivery. 5. The contract is categorized under Software Publishers (NAICS 511210), aligning with the nature of the services provided. 6. The award to DELL FEDERAL SYSTEMS L.P. indicates a significant vendor is providing these critical IT resources.

Value Assessment

Rating: fair

Benchmarking the value of this contract requires detailed analysis of the specific Microsoft licenses, subscription tiers, and Azure usage rates. Without granular data on the exact products and services procured, it's difficult to definitively assess value for money. However, given the substantial dollar amount, it is crucial to compare the per-unit costs against government-wide agreements (GWACs) or other federal contract vehicles for similar Microsoft products and Azure consumption to ensure competitive pricing. The fixed-price nature offers predictability, but potential over-allocation or underutilization of licenses could impact overall value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, which theoretically allows any interested and qualified vendor to submit a bid. This approach is generally favored for maximizing competition and achieving the best possible pricing for the government. However, the effectiveness of this competition depends on the number of bids received and the specific requirements of the solicitation. Without knowing the number of bidders, it's challenging to fully assess the competitive landscape and its impact on price discovery.

Taxpayer Impact: Full and open competition is intended to drive down costs through market forces, potentially saving taxpayer dollars by ensuring the government receives competitive pricing for essential Microsoft software and Azure services.

Public Impact

Federal employees within the Department of Homeland Security, particularly the Transportation Security Administration, will benefit from access to necessary Microsoft software and cloud computing resources. The contract ensures the continued availability of critical IT infrastructure and productivity tools for a major federal agency. Services are primarily delivered within Texas, indicated by the state code 'TX', suggesting a significant operational footprint or data center presence there. The contract supports the IT workforce by providing the tools they need to perform their duties, potentially including IT support roles related to managing these licenses and cloud services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader Information Technology sector, specifically focusing on software licensing and cloud computing services. The market for enterprise software licenses and public cloud infrastructure is vast and highly competitive, dominated by major players like Microsoft, Amazon Web Services, and Google Cloud. Federal spending in this area is substantial, driven by the need for secure, scalable, and modern IT capabilities across all agencies. This BPA order represents a specific procurement within that larger trend, likely leveraging existing enterprise agreements to procure necessary resources efficiently.

Small Business Impact

The provided data does not indicate any specific small business set-asides or subcontracting requirements for this contract. As a BPA call order, it's possible that the underlying Blanket Purchase Agreement (BPA) had provisions for small business participation, but this specific order does not appear to prioritize them directly. Further investigation into the parent BPA and any associated subcontracting plans would be necessary to fully assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily reside with the Department of Homeland Security and the Transportation Security Administration contracting officers and program managers. As a fixed-price contract, oversight would focus on ensuring delivery of the specified Microsoft licenses, subscriptions, and Azure usage in accordance with the terms and conditions. Transparency is facilitated by the contract award being publicly available. While no specific Inspector General (IG) jurisdiction is mentioned, the DHS Office of Inspector General would have the authority to investigate potential fraud, waste, or abuse related to this expenditure.

Related Government Programs

Risk Flags

Tags

it, software-licensing, cloud-computing, microsoft-azure, department-of-homeland-security, transportation-security-administration, dell-federal-systems-lp, firm-fixed-price, full-and-open-competition, texas, bpa-order, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $75.2 million to DELL FEDERAL SYSTEMS L.P. BPA ORDER FOR MICROSOFT LICENSES, SUBSCRIPTIONS AND AZURE USAGE.

Who is the contractor on this award?

The obligated recipient is DELL FEDERAL SYSTEMS L.P.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Transportation Security Administration).

What is the total obligated amount?

The obligated amount is $75.2 million.

What is the period of performance?

Start: 2024-03-27. End: 2026-03-26.

What specific Microsoft licenses, subscription tiers, and Azure services are included in this $75 million BPA order, and how do their unit costs compare to government-wide schedules or other federal c

The provided data is limited to a general description of 'MICROSOFT LICENSES, SUBSCRIPTIONS AND AZURE USAGE.' To perform a thorough value assessment, a detailed breakdown of the specific products (e.g., Microsoft 365 E5, Windows Server licenses, specific Azure compute/storage services), quantities, and associated unit prices is essential. These unit costs should then be benchmarked against established government-wide acquisition contracts (GWACs) like NASA SEWP or NIH CIO-SP3, or other federal supply schedules (FSS) that offer Microsoft products and cloud services. Comparing these prices to publicly available commercial rates and other federal contract awards for similar items would reveal whether the government is receiving competitive pricing. Without this granular data, assessing the 'fairness' of the $75 million expenditure is speculative.

How many bids were received for this BPA call order, and what does the level of competition indicate about the pricing and potential for taxpayer savings?

The contract was awarded under 'FULL AND OPEN COMPETITION,' which signifies that the solicitation was made available to all responsible sources. However, the data does not specify the number of bids received. A high number of bids typically suggests robust competition, which is more likely to drive down prices and offer better value to taxpayers. Conversely, if only one or a few bids were submitted, it could indicate limited market interest, potential barriers to entry for other vendors, or that the solicitation was highly specialized. Understanding the number of bidders is crucial for interpreting the effectiveness of the competition and its impact on the final negotiated price.

What is the track record of DELL FEDERAL SYSTEMS L.P. in delivering similar Microsoft licensing and Azure cloud services to federal agencies, particularly within DHS?

DELL FEDERAL SYSTEMS L.P. is a known entity in the federal IT contracting space. Assessing their track record for this specific type of procurement would involve reviewing past performance evaluations, contract history databases (like FPDS or SAM.gov), and any publicly available CPARS (Contractor Performance Assessment Reporting System) reports. Key factors to examine include their history of on-time delivery, quality of service, responsiveness to issues, and adherence to security requirements for similar Microsoft and Azure-related contracts. Experience with large-scale federal deployments, particularly within agencies like DHS, would be a positive indicator. A review of their past performance would help mitigate risks associated with vendor capability and reliability for this $75 million award.

How does the $75 million expenditure for Microsoft licenses and Azure usage compare to historical spending patterns for similar services within the Transportation Security Administration (TSA) or DHS?

To assess this $75 million award in the context of historical spending, one would need to analyze TSA and DHS IT budgets and contract databases over the past several fiscal years. This analysis should identify previous contracts for Microsoft software, enterprise licenses, and Azure cloud services, noting their values, durations, and awarded contractors. Comparing the current award's total value and annual burn rate (approximately $38 million per year) against these historical figures would reveal whether this represents an increase, decrease, or stable level of spending. Significant deviations could warrant further investigation into the underlying reasons, such as expanded scope, new technology adoption, changes in pricing, or shifts in strategic IT direction.

Are there any identified risks associated with this contract, such as potential cost overruns, performance deficiencies, or security vulnerabilities, and what mitigation strategies are in place?

Potential risks for this contract include: 1) Cost Overruns: While fixed-price, scope creep or inefficient usage of Azure resources could lead to budget challenges if not managed. 2) Performance Deficiencies: Failure to deliver the correct licenses or ensure Azure service availability could impact TSA operations. 3) Security Vulnerabilities: Misconfiguration of Azure services or inadequate license management could expose sensitive data. Mitigation strategies typically involve robust contract management, regular performance reviews, active monitoring of Azure usage and costs, and adherence to DHS security protocols. The effectiveness of these mitigation strategies depends on the diligence of the contracting officer's representatives (CORs) and the contractor's own quality control processes.

Industry Classification

NAICS: InformationSoftware PublishersSoftware Publishers

Product/Service Code: IT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70T03024Q7667N014

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Francisco Partners Management, L.P.

Address: 1 DELL WAY, ROUND ROCK, TX, 78682

Business Categories: Category Business, Manufacturer of Goods, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $115,869,564

Exercised Options: $75,257,824

Current Obligation: $75,178,684

Actual Outlays: $75,926,700

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70RTAC24A00000001

IDV Type: BPA

Timeline

Start Date: 2024-03-27

Current End Date: 2026-03-26

Potential End Date: 2027-03-26 04:04:13

Last Modified: 2026-02-26

More Contracts from Dell Federal Systems L.P

View all Dell Federal Systems L.P federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending