DHS Coast Guard Awards $3.5M Task Order for Project Manager and Data Analyst Services to Insight Technology Solutions

Contract Overview

Contract Amount: $3,504,135 ($3.5M)

Contractor: Insight Technology Solutions, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2023-09-05

End Date: 2026-09-04

Contract Duration: 1,095 days

Daily Burn Rate: $3.2K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TASK ORDER UNDER GSA ONE ACQUISITION SOLUTION FOR INTEGRATED SERVICES (OASIS)FOR AVAILABILITY PROJECT MANAGER (APM) AND DATA ANALYST (DA) SERVICES

Place of Performance

Location: NORFOLK, NORFOLK CITY County, VIRGINIA, 23510

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $3.5 million to INSIGHT TECHNOLOGY SOLUTIONS, LLC for work described as: TASK ORDER UNDER GSA ONE ACQUISITION SOLUTION FOR INTEGRATED SERVICES (OASIS)FOR AVAILABILITY PROJECT MANAGER (APM) AND DATA ANALYST (DA) SERVICES Key points: 1. The task order is for critical project management and data analysis support for the Availability Project Manager (APM) and Data Analyst (DA) roles. 2. Awarded under GSA OASIS, indicating a structured procurement process. 3. The contract is Firm Fixed Price, which shifts cost risk to the contractor. 4. The services fall under Engineering Services (NAICS 541330).

Value Assessment

Rating: good

The $3.5M award over three years for specialized project management and data analysis services appears reasonable given the scope and duration. Benchmarking against similar GSA OASIS task orders for professional services would provide a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a competitive process was initiated but potentially narrowed. This method aims for fair pricing but the exclusion of sources warrants scrutiny.

Taxpayer Impact: The use of a competitive GSA schedule vehicle like OASIS generally promotes cost-effectiveness for taxpayers by leveraging pre-negotiated rates and a competitive environment.

Public Impact

Ensures continuity and expertise in managing critical availability projects. Supports data-driven decision-making for the U.S. Coast Guard's operations. Leverages a government-wide contract vehicle (GSA OASIS) for efficient procurement. Provides specialized technical support to a key federal agency.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This award falls within the professional, scientific, and technical services sector, specifically engineering services. Spending in this sector is substantial across government, with GSA OASIS being a common vehicle for acquiring such expertise.

Small Business Impact

The data indicates the awardee is Insight Technology Solutions, LLC. Further analysis is needed to determine if this is a small business and if small business subcontracting goals were met or considered.

Oversight & Accountability

The use of GSA OASIS implies adherence to established federal procurement regulations. Oversight will involve monitoring task order performance, contractor deliverables, and adherence to the firm-fixed-price terms.

Related Government Programs

Risk Flags

Tags

engineering-services, department-of-homeland-security, va, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $3.5 million to INSIGHT TECHNOLOGY SOLUTIONS, LLC. TASK ORDER UNDER GSA ONE ACQUISITION SOLUTION FOR INTEGRATED SERVICES (OASIS)FOR AVAILABILITY PROJECT MANAGER (APM) AND DATA ANALYST (DA) SERVICES

Who is the contractor on this award?

The obligated recipient is INSIGHT TECHNOLOGY SOLUTIONS, LLC.

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 $3.5 million.

What is the period of performance?

Start: 2023-09-05. End: 2026-09-04.

What specific criteria led to the exclusion of certain sources in this 'full and open competition after exclusion of sources' award?

The exclusion of sources typically occurs when specific technical capabilities, past performance, or unique qualifications are required that only a limited number of contractors can meet. The contracting officer must justify this exclusion based on market research and the specific needs of the agency to ensure it remains a fair and reasonable approach to competition.

How does the firm-fixed-price structure impact the government's ability to manage potential cost overruns given the project management and data analyst roles?

A firm-fixed-price contract shifts the cost risk to the contractor, meaning they are responsible for completing the work within the agreed-upon price. This structure incentivizes efficiency. However, for complex project management and data analysis, the government must ensure the scope is clearly defined to prevent costly change orders or contractor claims for unforeseen issues.

What is the expected impact of these APM and DA services on the U.S. Coast Guard's operational effectiveness and decision-making?

These services are expected to enhance the U.S. Coast Guard's operational effectiveness by providing structured project management for key initiatives and data-driven insights for strategic and tactical decisions. Improved project execution and data analysis can lead to better resource allocation, risk mitigation, and overall mission success.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70Z08523QIBCT0006

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Insight Enterprises Inc

Address: 170 JENNIFER ROAD, ANNAPOLIS, MD, 21401

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $5,944,339

Exercised Options: $5,944,339

Current Obligation: $3,504,135

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QRAD20D3006

IDV Type: IDC

Timeline

Start Date: 2023-09-05

Current End Date: 2026-09-04

Potential End Date: 2026-09-04 00:00:00

Last Modified: 2026-04-08

More Contracts from Insight Technology Solutions, LLC

View all Insight Technology Solutions, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending