DHS Coast Guard Awards $8.57M for Travel System, Full Competition

Contract Overview

Contract Amount: $8,566,791 ($8.6M)

Contractor: CW Government Travel Inc

Awarding Agency: Department of Homeland Security

Start Date: 2019-09-25

End Date: 2027-06-03

Contract Duration: 2,808 days

Daily Burn Rate: $3.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Transportation

Official Description: THE PURPOSE OF THIS TASK ORDER IS TO OBTAIN CONTRACTOR SUPPORT FOR A SINGLE, END-TO-END TRAVEL MANAGEMENT SYSTEM THAT IS COMPLIANT WITH THE JOINT TRAVEL REGULATION (JTR) AND FEDERAL TRAVEL REGULATION (FTR).

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20593

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $8.6 million to CW GOVERNMENT TRAVEL INC for work described as: THE PURPOSE OF THIS TASK ORDER IS TO OBTAIN CONTRACTOR SUPPORT FOR A SINGLE, END-TO-END TRAVEL MANAGEMENT SYSTEM THAT IS COMPLIANT WITH THE JOINT TRAVEL REGULATION (JTR) AND FEDERAL TRAVEL REGULATION (FTR). Key points: 1. Contract awarded for a comprehensive travel management system. 2. Full and open competition was utilized. 3. Potential for cost savings through streamlined travel processes. 4. Sector: Transportation/Government Services.

Value Assessment

Rating: good

The contract value of $8.57 million over nearly 8 years appears reasonable for an end-to-end travel management system. Benchmarking against similar government-wide travel system procurements would provide a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The use of full and open competition is a positive indicator for price discovery. This method allows multiple vendors to bid, fostering a competitive environment that should drive down costs and improve service offerings.

Taxpayer Impact: A well-implemented travel system can lead to significant taxpayer savings through reduced administrative overhead and better negotiated rates.

Public Impact

Streamlines travel booking and expense reporting for Coast Guard personnel. Ensures compliance with federal travel regulations (JTR/FTR). Potential for improved travel experience and reduced administrative burden.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the government services and transportation sector, specifically focusing on travel management. Government spending in this area aims for efficiency and compliance, with benchmarks often tied to per-user costs or system-wide administrative savings.

Small Business Impact

The data does not indicate if small businesses were involved in this procurement. Future analysis could explore opportunities for small business participation in subcontracts or related services.

Oversight & Accountability

The use of full and open competition suggests a structured procurement process. Oversight will be crucial to ensure the system meets JTR/FTR compliance and delivers the expected efficiencies throughout its lifecycle.

Related Government Programs

Risk Flags

Tags

scheduled-passenger-air-transportation, department-of-homeland-security, dc, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $8.6 million to CW GOVERNMENT TRAVEL INC. THE PURPOSE OF THIS TASK ORDER IS TO OBTAIN CONTRACTOR SUPPORT FOR A SINGLE, END-TO-END TRAVEL MANAGEMENT SYSTEM THAT IS COMPLIANT WITH THE JOINT TRAVEL REGULATION (JTR) AND FEDERAL TRAVEL REGULATION (FTR).

Who is the contractor on this award?

The obligated recipient is CW GOVERNMENT TRAVEL INC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Coast Guard).

What is the total obligated amount?

The obligated amount is $8.6 million.

What is the period of performance?

Start: 2019-09-25. End: 2027-06-03.

What is the expected return on investment (ROI) for this travel management system?

The ROI is expected to be realized through reduced administrative costs associated with manual travel processing, better negotiated rates with travel providers due to consolidated volume, and improved compliance leading to fewer disallowed expenses. Quantifying this requires tracking baseline travel costs before implementation and comparing them to post-implementation figures, factoring in system maintenance and user training expenses over the contract period.

What are the key performance indicators (KPIs) for this contract?

Key performance indicators likely include system uptime and availability, user satisfaction rates, compliance adherence with JTR/FTR, timeliness of expense report processing, and achievement of cost savings targets compared to previous travel management methods. The agency will monitor these KPIs to ensure the contractor is meeting contractual obligations and delivering value.

How will the system adapt to future changes in federal travel regulations?

The contract should include provisions for the contractor to update the system to remain compliant with evolving JTR and FTR regulations. This typically involves a defined process for incorporating regulatory changes, potentially through software updates or configuration adjustments, ensuring the system remains current and compliant throughout its operational life.

Industry Classification

NAICS: Transportation and WarehousingScheduled Air TransportationScheduled Passenger Air Transportation

Product/Service Code: TRANSPORT, TRAVEL, RELOCATIONOTHER TRANSPORT, TRAVEL, RELOCAT SV

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70Z02319RPFF02700

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4300 WILSON BLVD STE 230, ARLINGTON, VA, 22203

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $40,117,355

Exercised Options: $38,894,132

Current Obligation: $8,566,791

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: GS33FAA009

IDV Type: IDC

Timeline

Start Date: 2019-09-25

Current End Date: 2027-06-03

Potential End Date: 2027-06-03 12:00:00

Last Modified: 2025-12-17

More Contracts from CW Government Travel Inc

View all CW Government Travel Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending