DHS awards $14.1M for IT systems integration services to Agile Defense, LLC
Contract Overview
Contract Amount: $14,091,737 ($14.1M)
Contractor: Agile Defense, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2021-09-29
End Date: 2026-09-28
Contract Duration: 1,825 days
Daily Burn Rate: $7.7K/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: TSIF SYSTEMS INVENTORY & INTEGRATION (TSII) SERVICES.
Place of Performance
Location: ARLINGTON, LOUDOUN County, DISTRICT OF COLUMBIA, 20598
Plain-Language Summary
Department of Homeland Security obligated $14.1 million to AGILE DEFENSE, LLC for work described as: TSIF SYSTEMS INVENTORY & INTEGRATION (TSII) SERVICES. Key points: 1. The contract focuses on computer systems design services, a critical area for TSA. 2. Agile Defense, LLC is the sole awardee, raising questions about competition. 3. The contract value is substantial, requiring careful oversight. 4. The sector is IT, specifically within government transportation security.
Value Assessment
Rating: fair
The contract value of $14.1M over five years appears moderate for complex IT systems integration. Benchmarking against similar government contracts for comparable services is needed to fully assess pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition. This method may have restricted the pool of potential bidders and potentially impacted price discovery.
Taxpayer Impact: The limited competition raises concerns about whether taxpayers received the best possible price for these essential IT services.
Public Impact
Ensures continued operation and integration of critical transportation security IT systems. Supports the Department of Homeland Security's mission to secure the nation's transportation systems. Potential for improved efficiency and effectiveness of TSA operations through integrated systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition raises concerns about price competitiveness.
- Sole awardee may limit innovation and service options.
- Contract duration of five years requires ongoing performance monitoring.
Positive Signals
- Addresses a critical need for IT systems integration.
- Awarded to a company with demonstrated capabilities in defense IT.
- Firm Fixed Price contract provides cost certainty.
Sector Analysis
This contract falls within the IT sector, specifically computer systems design services. Government spending in this area is consistently high, driven by the need for modernization and integration of complex systems.
Small Business Impact
The contract does not indicate any specific set-asides for small businesses. Further analysis is needed to determine if small businesses had an opportunity to participate in this procurement.
Oversight & Accountability
The Department of Homeland Security, specifically the Transportation Security Administration, is responsible for oversight. Regular performance reviews and audits will be crucial to ensure contract objectives are met and funds are used effectively.
Related Government Programs
- Computer Systems Design Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Limited competition may lead to higher costs.
- Potential for vendor lock-in with a sole awardee.
- Complexity of IT integration projects carries inherent risks.
- Ensuring effective oversight over a five-year contract period.
Tags
computer-systems-design-services, department-of-homeland-security, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $14.1 million to AGILE DEFENSE, LLC. TSIF SYSTEMS INVENTORY & INTEGRATION (TSII) SERVICES.
Who is the contractor on this award?
The obligated recipient is AGILE DEFENSE, 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 $14.1 million.
What is the period of performance?
Start: 2021-09-29. End: 2026-09-28.
What specific IT systems are being integrated, and what is the expected impact on TSA's operational efficiency?
The contract details are limited, but 'TSIF SYSTEMS INVENTORY & INTEGRATION (TSII) SERVICES' suggests a focus on consolidating, managing, and integrating various IT systems within the TSA. The expected impact is improved data flow, reduced redundancies, enhanced cybersecurity posture, and streamlined operational processes, ultimately contributing to more effective transportation security.
Given the limited competition, what steps are being taken to ensure the government is receiving fair market value?
While the contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' the contracting officer should have conducted thorough market research to establish a fair and reasonable price. Post-award, ongoing performance monitoring and periodic price reviews against market benchmarks are essential to mitigate risks associated with limited competition.
How will the success of this systems integration be measured, and what are the key performance indicators (KPIs)?
Success metrics should be clearly defined in the contract's Statement of Work (SOW). Key Performance Indicators (KPIs) likely include system uptime, successful integration of specified components, reduction in system errors or downtime, adherence to project timelines, and user satisfaction. Regular reporting against these KPIs will be crucial for oversight.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: MODIFICATION OF EQUIPMENT › MODIFICATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 11600 SUNRISE VALLEY DR STE 440, RESTON, VA, 20191
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $14,091,737
Exercised Options: $14,091,737
Current Obligation: $14,091,737
Actual Outlays: $8,589,400
Subaward Activity
Number of Subawards: 12
Total Subaward Amount: $2,987,160
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 75N98120D00015
IDV Type: GWAC
Timeline
Start Date: 2021-09-29
Current End Date: 2026-09-28
Potential End Date: 2026-09-28 02:56:54
Last Modified: 2025-09-16
More Contracts from Agile Defense, LLC
- Darpa Mission Systems Office Information Technology Directorate IT Systems Services and Support Task Order — $225.2M (Department of Defense)
- IT Service Operations — $109.0M (Department of Defense)
- Reserved — $105.9M (Department of Defense)
- Caoc Communications Support "igf::ot::igf" — $84.3M (General Services Administration)
- Global Application Delivery Network — $56.2M (Department of Defense)
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)