DOJ's $48.7M IT contract to HII Mission Driven Innovative Government Solutions Inc. awarded via competitive delivery order

Contract Overview

Contract Amount: $48,757,073 ($48.8M)

Contractor: HII Mission Driven Innovative Government Solutions Inc.

Awarding Agency: Department of Justice

Start Date: 2004-09-01

End Date: 2010-09-30

Contract Duration: 2,220 days

Daily Burn Rate: $22.0K/day

Competition Type: COMPETITIVE DELIVERY ORDER

Number of Offers Received: 3

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: EWORLD PROJECT MANAGEMENT

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20004

State: District of Columbia Government Spending

Plain-Language Summary

Department of Justice obligated $48.8 million to HII MISSION DRIVEN INNOVATIVE GOVERNMENT SOLUTIONS INC. for work described as: EWORLD PROJECT MANAGEMENT Key points: 1. Contract awarded competitively, suggesting potential for good value. 2. IT services sector is highly dynamic, requiring continuous performance assessment. 3. Long contract duration (2004-2010) may indicate stable but potentially outdated service provision. 4. Delivery order under a larger contract structure allows for flexibility but can obscure true cost. 5. Focus on custom computer programming services highlights a critical IT function. 6. The contract's value is significant within its specific service category.

Value Assessment

Rating: fair

The contract value of $48.7 million over six years for custom computer programming services appears moderate for the IT sector. Benchmarking against similar contracts is challenging without more specific service details. However, the time and materials pricing model can sometimes lead to cost overruns if not closely managed, suggesting a need for vigilant oversight to ensure value for money. The duration of the contract also implies a long-term relationship, which could be positive if performance has been consistently good, or a risk if technology has evolved significantly beyond the scope of the original agreement.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded as a competitive delivery order, indicating that multiple vendors likely had the opportunity to bid. The presence of 3 bids suggests a reasonable level of competition for this specific task order. A competitive process generally helps in achieving fair market prices and encourages vendors to offer their best solutions. The fact that it was a delivery order under a larger contract means the initial competition happened at a broader IDIQ level, with this order being a specific task awarded competitively.

Taxpayer Impact: A competitive award process is beneficial for taxpayers as it typically drives down costs through vendor rivalry, ensuring the government receives services at a more favorable price point compared to sole-source or limited competition scenarios.

Public Impact

The Department of Justice benefits from custom computer programming services to support its various operational needs. These services likely contribute to the development and maintenance of critical IT systems used by DOJ personnel. The impact is primarily within the federal government, supporting administrative and potentially law enforcement functions. Workforce implications are likely for IT professionals and programmers employed by the contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT services sector is vast and highly competitive, encompassing custom software development, system integration, and IT support. This contract falls under custom computer programming services (NAICS 541511), a segment focused on designing, developing, and modifying software for clients. The federal government is a major consumer of IT services, with significant spending across various agencies. Benchmarking this specific contract's value is difficult without granular data, but IT services represent a substantial portion of federal IT budgets, often awarded through large IDIQ vehicles from which delivery orders like this are issued.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a competitive delivery order, it's possible that small businesses could have participated as subcontractors to the prime contractor, HII Mission Driven Innovative Government Solutions Inc. However, without specific subcontracting plans or data, the direct impact on the small business ecosystem is unclear. Larger prime contractors often utilize small businesses, but this contract's structure doesn't guarantee it.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Justice's contracting officers and program managers. As a delivery order under a larger contract, oversight might be managed at both the IDIQ level and the individual task order level. Transparency is generally facilitated through contract databases like FPDS, which provide basic award information. Specific performance metrics and accountability measures would be detailed in the contract's statement of work and performance standards, with potential oversight from the DOJ's Office of the Inspector General if performance issues or fraud were suspected.

Related Government Programs

Risk Flags

Tags

it-services, custom-computer-programming, department-of-justice, competitive-delivery-order, time-and-materials, district-of-columbia, federal-contract, it-support, software-development, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $48.8 million to HII MISSION DRIVEN INNOVATIVE GOVERNMENT SOLUTIONS INC.. EWORLD PROJECT MANAGEMENT

Who is the contractor on this award?

The obligated recipient is HII MISSION DRIVEN INNOVATIVE GOVERNMENT SOLUTIONS INC..

Which agency awarded this contract?

Awarding agency: Department of Justice (Offices, Boards and Divisions).

What is the total obligated amount?

The obligated amount is $48.8 million.

What is the period of performance?

Start: 2004-09-01. End: 2010-09-30.

What was the specific nature of the custom computer programming services provided under this contract?

The provided data indicates the contract falls under NAICS code 541511 (Custom Computer Programming Services) and was awarded to HII Mission Driven Innovative Government Solutions Inc. by the Department of Justice. While the exact nature of the programming services isn't detailed, this category typically includes designing, developing, and modifying software to meet specific client needs. This could range from creating new applications, updating existing systems, integrating different software platforms, or developing specialized databases. Given the DOJ's broad mission, these services could have supported anything from case management systems, internal administrative tools, data analysis platforms, or even components of law enforcement technology.

How does the Time and Materials (T&M) pricing structure potentially impact the final cost compared to a fixed-price contract?

A Time and Materials (T&M) pricing structure, like the one used for this contract (pt: TIME AND MATERIALS), bases the cost on the actual labor hours expended and the cost of materials used. This offers flexibility, especially when the scope of work is not clearly defined at the outset or is expected to evolve. However, it carries a higher risk of cost overruns for the government if not managed diligently. Unlike fixed-price contracts, where the contractor assumes the risk of cost overruns, T&M shifts much of that risk to the government. To mitigate this, robust oversight, detailed timesheet tracking, and clear ceiling limits are crucial to ensure the final cost remains within reasonable bounds and provides good value.

What does the contract duration of 2220 days (approx. 6 years) imply about the nature of the services and the relationship with the contractor?

A contract duration of approximately six years (2220 days) suggests that the services provided were likely ongoing and critical to the Department of Justice's operations, rather than a one-time project. This extended period implies a stable requirement for custom computer programming. It could indicate the development and maintenance of complex systems that require long-term support, or a strategic partnership where the contractor developed deep institutional knowledge. However, in the rapidly evolving IT sector, such long durations also raise concerns about potential technology obsolescence and whether the services remained cutting-edge throughout the contract's life. Continuous performance reviews would have been essential.

Given the contract was a 'COMPETITIVE DELIVERY ORDER', what does this signify about the procurement process?

A 'COMPETITIVE DELIVERY ORDER' signifies that this specific task order was awarded under a pre-existing larger contract vehicle (like an IDIQ - Indefinite Delivery, Indefinite Quantity contract) through a competitive process. This means that multiple vendors, who were eligible under the parent contract, were invited to submit proposals for this particular delivery order. The Department of Justice received 3 bids (no: 3) for this order. This competitive approach for the delivery order itself is a positive indicator for value, as it allows for price and technical solution comparison among qualified vendors for the specific requirements of the task, rather than relying solely on the competition that occurred at the IDIQ level.

How does the 'Custom Computer Programming Services' classification (NAICS 541511) position this contract within the broader federal IT spending landscape?

NAICS code 541511, 'Custom Computer Programming Services,' represents a significant segment within the federal IT market. This classification focuses on the creation of tailored software solutions, differentiating it from off-the-shelf software procurement or general IT support. Federal agencies rely heavily on custom programming to build and maintain unique systems that support their specific missions, which often cannot be met by commercial-off-the-shelf (COTS) products. Spending in this category reflects the government's need for specialized technological capabilities, often involving complex development projects. Contracts like this are crucial for agencies like the DOJ to innovate and adapt their technological 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 TELECOMMUNICATIONSADP AND TELECOMMUNICATIONS

Competition & Pricing

Extent Competed: COMPETITIVE DELIVERY ORDER

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 3

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Avaya Holdings Corp. (UEI: 808284181)

Address: 12730 FAIR LAKES CIR, FAIRFAX, VA, 22033

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $48,757,073

Exercised Options: $48,757,073

Current Obligation: $48,757,073

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Parent Contract

Parent Award PIID: GS35F4366G

IDV Type: FSS

Timeline

Start Date: 2004-09-01

Current End Date: 2010-09-30

Potential End Date: 2010-09-30 00:00:00

Last Modified: 2021-12-02

More Contracts from HII Mission Driven Innovative Government Solutions Inc.

View all HII Mission Driven Innovative Government Solutions Inc. federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending