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

State: District of Columbia Government Spending

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

Positive Signals

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

Risk Flags

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 ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: MODIFICATION OF EQUIPMENTMODIFICATION 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

View all Agile Defense, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending