DOE's $29.3M BPA Call for Cybersecurity Support Services awarded to ICF Incorporated, L.L.C

Contract Overview

Contract Amount: $29,331,495 ($29.3M)

Contractor: ICF Incorporated, L.L.C.

Awarding Agency: Department of Energy

Start Date: 2018-09-21

End Date: 2024-12-31

Contract Duration: 2,293 days

Daily Burn Rate: $12.8K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: THE PURPOSE OF THIS BPA CALL IS TO PROVIDE TECHNICAL, ANALYTICAL, AND MANAGEMENT SUPPORT SERVICES WITHIN THE OFFICE OF CYBERSECURITY, ENERGY SECURITY AND EMERGENCY RESPONSE (CESER), ISER AND CEDS PROGRAMS. THIS BPA CALL IS BEING ISSUED IN ACCORDANC

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20585

State: District of Columbia Government Spending

Plain-Language Summary

Department of Energy obligated $29.3 million to ICF INCORPORATED, L.L.C. for work described as: THE PURPOSE OF THIS BPA CALL IS TO PROVIDE TECHNICAL, ANALYTICAL, AND MANAGEMENT SUPPORT SERVICES WITHIN THE OFFICE OF CYBERSECURITY, ENERGY SECURITY AND EMERGENCY RESPONSE (CESER), ISER AND CEDS PROGRAMS. THIS BPA CALL IS BEING ISSUED IN ACCORDANC Key points: 1. Contract provides critical technical, analytical, and management support for cybersecurity and emergency response programs. 2. Awarded under full and open competition, suggesting a robust market for these specialized services. 3. The contract duration extends over six years, indicating a long-term need for these capabilities. 4. Services are categorized under Administrative Management and General Management Consulting, a broad but essential sector. 5. The contract type is Time and Materials, which can pose cost control challenges if not closely managed. 6. The geographic focus is Washington D.C., aligning with the agency's operational center.

Value Assessment

Rating: good

The total value of $29.3 million over approximately six years suggests a moderate annual spend for specialized consulting services. Benchmarking against similar contracts for cybersecurity and emergency response support within federal agencies would provide a clearer picture of value for money. The Time and Materials contract type necessitates careful monitoring to ensure costs remain within reasonable bounds and align with the scope of work. Without specific performance metrics or detailed cost breakdowns, a definitive value assessment is challenging, but the competitive award suggests a market-driven price.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This BPA Call was awarded under full and open competition, indicating that multiple qualified vendors had the opportunity to bid. This approach typically fosters a competitive environment, driving better pricing and service quality. The number of bidders is not specified, but the open competition suggests a healthy market for these types of services. The agency's decision to use full and open competition implies confidence in achieving a fair and reasonable price through market forces.

Taxpayer Impact: Taxpayers benefit from full and open competition as it generally leads to more competitive pricing and a wider selection of qualified contractors, potentially resulting in better value for the government's investment.

Public Impact

The Office of Cybersecurity, Energy Security and Emergency Response (CESER) directly benefits from these services, enhancing national energy infrastructure security. The ISER and CEDS programs receive crucial support, contributing to the nation's resilience against cyber threats and emergencies. The primary geographic impact is within the District of Columbia, where the Department of Energy's headquarters are located. The contract supports specialized technical and analytical roles, potentially impacting the workforce in cybersecurity and emergency management consulting.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically management consulting. The market for cybersecurity and emergency response consulting is significant, driven by increasing threats and regulatory requirements. Federal spending in this area is substantial, with agencies like the Department of Energy requiring specialized expertise to protect critical infrastructure. Comparable spending benchmarks would involve analyzing other large federal consulting contracts focused on national security and infrastructure resilience.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses arising from a specific set-aside. However, the prime contractor, ICF Incorporated, L.L.C., may engage small businesses as subcontractors depending on their own procurement practices and the specific needs of the BPA Call. Analysis of ICF's subcontracting plan, if available, would be necessary to determine the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this BPA Call would typically reside within the Department of Energy's contracting and program management offices responsible for CESER. Accountability measures would be tied to performance metrics outlined in the BPA Call and subsequent task orders. Transparency is generally facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any allegations of fraud, waste, or abuse arise related to the contract's execution.

Related Government Programs

Risk Flags

Tags

department-of-energy, cybersecurity, emergency-response, management-consulting, administrative-support, bpa-call, time-and-materials, full-and-open-competition, district-of-columbia, icf-incorporated, critical-infrastructure, national-security

Frequently Asked Questions

What is this federal contract paying for?

Department of Energy awarded $29.3 million to ICF INCORPORATED, L.L.C.. THE PURPOSE OF THIS BPA CALL IS TO PROVIDE TECHNICAL, ANALYTICAL, AND MANAGEMENT SUPPORT SERVICES WITHIN THE OFFICE OF CYBERSECURITY, ENERGY SECURITY AND EMERGENCY RESPONSE (CESER), ISER AND CEDS PROGRAMS. THIS BPA CALL IS BEING ISSUED IN ACCORDANC

Who is the contractor on this award?

The obligated recipient is ICF INCORPORATED, L.L.C..

Which agency awarded this contract?

Awarding agency: Department of Energy (Department of Energy).

What is the total obligated amount?

The obligated amount is $29.3 million.

What is the period of performance?

Start: 2018-09-21. End: 2024-12-31.

What is the historical spending pattern for cybersecurity and emergency response support services within the Department of Energy?

Analyzing historical spending patterns for cybersecurity and emergency response support services within the Department of Energy (DOE) requires accessing detailed federal procurement data over several fiscal years. While this specific BPA Call totals $29.3 million from its start date in September 2018 to its end date in December 2024, it represents only one component of the DOE's overall investment. To understand the broader pattern, one would need to aggregate spending across all similar contracts, task orders, and BPA calls awarded by the DOE for these services. This would involve filtering procurement databases by agency (DOE), relevant Product Service Codes (PSCs) like R400 (Professional Services) or specific cybersecurity-related codes, and keywords related to 'cybersecurity,' 'emergency response,' and 'consulting.' Examining trends in annual spending, the number of awarded contracts, and the average contract value over time would reveal whether investment in these areas is increasing, decreasing, or remaining stable. Such analysis is crucial for budget planning and assessing the government's commitment to these critical functions.

How does the awarded amount of $29.3 million compare to similar cybersecurity support contracts awarded by other federal agencies?

Comparing the $29.3 million total value of this Department of Energy (DOE) BPA Call to similar cybersecurity support contracts across other federal agencies requires a benchmark analysis. This involves identifying contracts with comparable scope (technical, analytical, management support for cybersecurity and emergency response), duration (approximately six years), and contract type (Time and Materials). Agencies like the Department of Homeland Security (DHS), Department of Defense (DoD), and the General Services Administration (GSA) often procure similar services. A preliminary assessment suggests that $29.3 million over six years, averaging around $4.9 million annually, is a moderate-sized contract within the federal cybersecurity services landscape. Larger agencies with more extensive cybersecurity mandates might award single contracts or multiple contracts totaling significantly higher amounts. Conversely, smaller agencies or those with less complex needs might award smaller contracts. Therefore, while not exceptionally large, this award appears consistent with the needs of a major agency like the DOE focused on critical infrastructure protection.

What are the key performance indicators (KPIs) used to evaluate ICF Incorporated, L.L.C.'s performance under this BPA Call?

The specific Key Performance Indicators (KPIs) used to evaluate ICF Incorporated, L.L.C.'s performance under this BPA Call are not detailed in the provided data. Typically, for contracts involving technical, analytical, and management support services, KPIs would be established within the individual task orders issued against the BPA. These KPIs often focus on aspects such as timeliness of deliverables, quality of analysis and reports, effectiveness of management support, adherence to project milestones, and responsiveness to agency needs. For cybersecurity and emergency response, KPIs might also include metrics related to the successful implementation of security measures, the accuracy of risk assessments, or the efficiency of emergency response planning support. The Time and Materials (T&M) contract type necessitates close monitoring of labor hours and costs against defined objectives, making performance evaluation crucial to ensure value for money and mission accomplishment.

What is the track record of ICF Incorporated, L.L.C. in providing similar cybersecurity and emergency response services to the federal government?

ICF Incorporated, L.L.C. has a significant track record in providing a wide range of professional, scientific, and technical services to the federal government, including areas related to cybersecurity, energy security, and emergency management. As a large, established government contractor, ICF has likely held numerous contracts with various federal agencies over the years. Their experience often spans policy analysis, program management, technical consulting, and data analytics. For the Department of Energy specifically, ICF has been involved in supporting energy infrastructure, environmental programs, and national security initiatives. While the specific details of their past performance on contracts directly mirroring this BPA Call's scope would require a deeper dive into federal procurement databases (like FPDS or SAM.gov), ICF's general profile suggests they possess the requisite expertise and capacity to fulfill the requirements of this contract effectively.

What are the potential risks associated with the Time and Materials (T&M) contract type for this BPA Call?

The primary risk associated with the Time and Materials (T&M) contract type for this BPA Call is the potential for cost overruns. Unlike fixed-price contracts, T&M contracts pay the contractor for the actual labor hours expended and the cost of materials used. If not managed diligently, this can lead to the total cost exceeding initial estimates, especially if the scope of work is not precisely defined or if inefficiencies arise. For the Department of Energy, this means that robust oversight, detailed tracking of hours and expenses, and clear task order definitions are critical. Without strong government monitoring and control, the contractor might be incentivized to extend timelines or increase labor hours, leading to higher costs for taxpayers. Therefore, effective contract administration, including regular reviews of timesheets and material costs, is paramount to mitigate these risks and ensure the government receives good value.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: ICF International, Inc.

Address: 1902 RESTON METRO PLAZA, RESTON, VA, 20190

Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $36,109,423

Exercised Options: $36,109,423

Current Obligation: $29,331,495

Actual Outlays: $21,916,078

Subaward Activity

Number of Subawards: 9

Total Subaward Amount: $940,682

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 89303018AOE000001

IDV Type: BPA

Timeline

Start Date: 2018-09-21

Current End Date: 2024-12-31

Potential End Date: 2025-11-21 00:00:00

Last Modified: 2025-12-04

More Contracts from ICF Incorporated, L.L.C.

View all ICF Incorporated, L.L.C. federal contracts →

Other Department of Energy Contracts

View all Department of Energy contracts →

Explore Related Government Spending