Coast Guard awards $19.7M IT services task order to Synergy Business Innovation & Solutions Inc

Contract Overview

Contract Amount: $19,687,833 ($19.7M)

Contractor: Synergy Business Innovation & Solutions Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2023-09-26

End Date: 2024-10-15

Contract Duration: 385 days

Daily Burn Rate: $51.1K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: NEW TASK ORDER FOR INFORMATION TECHNOLOGY SERVICES TO SUSTAIN IT RELATED TO USCG MISSION.

Place of Performance

Location: KEARNEYSVILLE, BERKELEY County, WEST VIRGINIA, 25430

State: West Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $19.7 million to SYNERGY BUSINESS INNOVATION & SOLUTIONS INC. for work described as: NEW TASK ORDER FOR INFORMATION TECHNOLOGY SERVICES TO SUSTAIN IT RELATED TO USCG MISSION. Key points: 1. This contract focuses on sustaining IT services crucial for the U.S. Coast Guard's mission. 2. The award was made under full and open competition, suggesting a competitive bidding process. 3. The fixed-price contract type aims to control costs by establishing a set price for services. 4. The duration of the task order is 385 days, indicating a medium-term engagement. 5. The North American Industry Classification System (NAICS) code 541511 points to custom computer programming services. 6. The contract is a delivery order, a common mechanism for procuring services under a larger contract vehicle.

Value Assessment

Rating: good

The contract value of $19.7 million for IT services over approximately 13 months appears reasonable given the scope of sustaining critical mission-related IT. Benchmarking against similar custom computer programming services contracts awarded by the Department of Homeland Security would provide a more precise value-for-money assessment. The firm-fixed-price structure is generally favorable for the government in managing cost certainty for defined services.

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.' This indicates that the solicitation was broadly advertised, and multiple bidders were likely considered. The specific details of the bidding process, such as the number of proposals received and the evaluation criteria, are not provided but the designation suggests a robust competitive environment was intended.

Taxpayer Impact: A competitive award process generally leads to better pricing for taxpayers by encouraging vendors to offer their most competitive rates to win the contract.

Public Impact

The U.S. Coast Guard benefits from sustained IT services essential for its operational effectiveness. This contract supports the core mission functions of the Coast Guard through reliable technology. The services are likely to impact personnel across various Coast Guard units that rely on these IT systems. The contract is being performed in West Virginia, indicating a specific geographic impact for the contractor's operations.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT services sector, specifically custom computer programming. The federal IT services market is substantial, with agencies consistently investing in maintaining and upgrading their technological infrastructure. This task order represents a portion of the broader federal spending on IT sustainment, which is critical for agency operations and national security. Comparable spending benchmarks would typically be found within IT services contracts awarded to similar-sized companies for similar programming and sustainment work.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this specific task order. While this particular award may not directly benefit small businesses through set-asides, the prime contractor could potentially engage small businesses as subcontractors, depending on the scope and requirements of the IT services.

Oversight & Accountability

Oversight for this contract would primarily fall under the U.S. Coast Guard and the Department of Homeland Security. As a delivery order under a potentially larger contract vehicle, oversight mechanisms would be defined by the terms of that vehicle. Transparency is generally facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

it-services, custom-computer-programming, department-of-homeland-security, u-s-coast-guard, firm-fixed-price, delivery-order, full-and-open-competition, it-sustainment, synergy-business-innovation-solutions-inc, west-virginia, medium-value-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $19.7 million to SYNERGY BUSINESS INNOVATION & SOLUTIONS INC.. NEW TASK ORDER FOR INFORMATION TECHNOLOGY SERVICES TO SUSTAIN IT RELATED TO USCG MISSION.

Who is the contractor on this award?

The obligated recipient is SYNERGY BUSINESS INNOVATION & SOLUTIONS 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 $19.7 million.

What is the period of performance?

Start: 2023-09-26. End: 2024-10-15.

What is the track record of Synergy Business Innovation & Solutions Inc. with the federal government, particularly with the Department of Homeland Security and the U.S. Coast Guard?

Synergy Business Innovation & Solutions Inc. has a history of receiving federal contracts. A detailed review of their contract awards, particularly those with the Department of Homeland Security and the U.S. Coast Guard, would reveal their performance history, the types of services they have provided, and their overall reliability. Analyzing past performance evaluations, if publicly available, would offer further insight into their capabilities and adherence to contract terms. Understanding their experience with similar IT sustainment and custom programming tasks is crucial for assessing their suitability for this specific award.

How does the $19.7 million value of this task order compare to similar IT sustainment contracts awarded by the U.S. Coast Guard or DHS?

To benchmark the $19.7 million value, one would compare it against recent delivery orders or task orders for custom computer programming services (NAICS 541511) or IT sustainment awarded by the U.S. Coast Guard or the broader Department of Homeland Security. Factors such as contract duration, scope of work complexity, and the specific technologies involved would need to be considered for a fair comparison. If this value is significantly higher or lower than comparable contracts, it could indicate potential overpricing or exceptional value, respectively. Accessing contract databases and analyzing award data for similar services would be necessary for a robust comparison.

What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this IT sustainment contract?

The specific Key Performance Indicators (KPIs) and Service Level Agreements (SLAs) for this task order are not detailed in the provided data. However, for IT sustainment contracts, typical KPIs might include system uptime percentages, response times for issue resolution, patch management compliance rates, and successful completion of maintenance tasks. SLAs would define the acceptable thresholds for these metrics and potential remedies or penalties for non-compliance. The U.S. Coast Guard would have established these metrics to ensure the reliability and effectiveness of the IT services provided by Synergy Business Innovation & Solutions Inc.

What is the potential for this contract to be extended or modified, and what would be the implications for future IT spending?

Delivery orders, like this one, are typically issued under indefinite-delivery/indefinite-quantity (IDIQ) contracts or other contract vehicles that may allow for modifications or subsequent orders. The potential for extension or modification depends entirely on the terms of the parent contract vehicle and the evolving needs of the U.S. Coast Guard. If this task order proves successful and the need for IT sustainment continues, it could lead to follow-on contracts or modifications, impacting future IT spending. Conversely, if the Coast Guard plans to transition to new systems, this contract might represent a bridge to that future state.

How does the 'Custom Computer Programming Services' NAICS code (541511) align with the stated purpose of 'sustaining IT related to USCG mission'?

The NAICS code 541511, 'Custom Computer Programming Services,' aligns well with the stated purpose of 'sustaining IT related to USCG mission.' Sustaining IT often involves ongoing development, modification, and maintenance of existing software and systems, which falls directly under custom programming. This can include bug fixes, performance enhancements, integration of new features, and adapting systems to changing operational requirements. Therefore, a contract focused on custom programming is a logical choice for ensuring the continued functionality and relevance of the U.S. Coast Guard's mission-critical IT infrastructure.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesCustom Computer Programming Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1902 CAMPUS COMMONS DRIVE, SUITE 600, RESTON, VA, 20191

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $21,303,035

Exercised Options: $19,687,833

Current Obligation: $19,687,833

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70Z0G318DPWX00500

IDV Type: IDC

Timeline

Start Date: 2023-09-26

Current End Date: 2024-10-15

Potential End Date: 2024-10-15 12:00:00

Last Modified: 2026-02-20

More Contracts from Synergy Business Innovation & Solutions Inc.

View all Synergy Business Innovation & Solutions Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending