Justice Department's $21.9M asset forfeiture IT contract awarded to Unisys Corporation shows mixed value
Contract Overview
Contract Amount: $21,901,469 ($21.9M)
Contractor: Unisys Corporation
Awarding Agency: Department of Justice
Start Date: 2011-10-01
End Date: 2013-02-28
Contract Duration: 516 days
Daily Burn Rate: $42.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: ASSET FORFEITURE MANAGEMENT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20530
Plain-Language Summary
Department of Justice obligated $21.9 million to UNISYS CORPORATION for work described as: ASSET FORFEITURE MANAGEMENT Key points: 1. The contract's value-for-money is questionable given the lack of detailed performance metrics and a high per-unit cost. 2. Competition dynamics were favorable, with a full and open competition likely driving better pricing. 3. Risk indicators are moderate, with a long contract duration and time-and-materials pricing structure. 4. Performance context is limited due to the absence of specific deliverables and success metrics. 5. The contract positions the Department of Justice within the IT services sector, specifically for asset forfeiture management. 6. The total award value of $21.9M over its period of performance suggests a significant investment in IT infrastructure for this specialized function.
Value Assessment
Rating: questionable
The total award of $21.9M over approximately 1.5 years for asset forfeiture management software and services appears high when considering the limited performance data available. Benchmarking against similar government IT contracts for specialized management systems is difficult without more granular details on the services provided and the specific functionalities of the software. The time-and-materials pricing structure, while flexible, can sometimes lead to cost overruns if not managed tightly, further impacting the perceived value.
Cost Per Unit: $42,445 per unit cost benchmark, though the definition of 'unit' is unclear without further context.
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. While the number of bidders is not specified, this procurement method generally fosters a competitive environment, which should theoretically lead to more favorable pricing and better service offerings for the government. The open competition suggests that the Department of Justice sought the best value available in the market for its asset forfeiture management needs.
Taxpayer Impact: A full and open competition is beneficial for taxpayers as it increases the likelihood of obtaining services at a competitive market rate, preventing potential overspending that might occur with less competitive procurement methods.
Public Impact
The primary beneficiaries are the Department of Justice's asset forfeiture programs, which receive enhanced IT support. Services delivered include computer and software support related to asset forfeiture management. The geographic impact is national, supporting federal law enforcement and judicial processes across the United States. Workforce implications include support for personnel involved in managing and processing forfeited assets.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics makes it difficult to assess the effectiveness and efficiency of the IT services provided.
- Time and materials contract type can lead to unpredictable costs if not closely monitored.
- The duration of the contract (over 1.5 years) combined with the award amount suggests a substantial investment, warranting close scrutiny of ongoing value.
- The specific nature of 'asset forfeiture management' software and services is not detailed, raising questions about its scope and necessity.
Positive Signals
- Awarded through full and open competition, suggesting a robust bidding process and potential for competitive pricing.
- The contract addresses a critical function within the Department of Justice, aiming to improve the management of forfeited assets.
- The contractor, Unisys Corporation, is a large, established entity with experience in government IT services.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on software and management solutions for government agencies. The market for government IT services is substantial, with agencies increasingly relying on specialized software to manage complex operations like asset forfeiture. Comparable spending benchmarks would involve looking at other contracts for case management, financial tracking, or specialized database solutions within federal law enforcement and judicial branches.
Small Business Impact
There is no indication that this contract included small business set-asides, nor is there information on subcontracting plans. As a large contract awarded to a major IT provider, the primary focus is likely on the prime contractor's capabilities. Further analysis would be needed to determine if small businesses were involved in the supply chain or if subcontracting opportunities were pursued.
Oversight & Accountability
Oversight mechanisms for this contract would typically involve the contracting officer's representative (COR) and the Department of Justice's procurement oversight bodies. Transparency is facilitated by the contract award data being publicly available. Accountability measures would be tied to the performance clauses within the contract, though these are not detailed in the provided data. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Department of Justice IT Modernization Programs
- Federal Asset Forfeiture Fund
- Law Enforcement Technology Contracts
- Justice Department Case Management Systems
Risk Flags
- Lack of detailed performance metrics.
- Time and materials pricing structure.
- Limited transparency on specific services and deliverables.
- Unclear definition of 'unit' for per-unit cost benchmark.
Tags
it-services, department-of-justice, asset-forfeiture, time-and-materials, full-and-open-competition, computer-and-software-stores, unisys-corporation, district-of-columbia, federal-contract, management-software
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $21.9 million to UNISYS CORPORATION. ASSET FORFEITURE MANAGEMENT
Who is the contractor on this award?
The obligated recipient is UNISYS CORPORATION.
Which agency awarded this contract?
Awarding agency: Department of Justice (Offices, Boards and Divisions).
What is the total obligated amount?
The obligated amount is $21.9 million.
What is the period of performance?
Start: 2011-10-01. End: 2013-02-28.
What specific IT services and software functionalities were provided under this contract to support asset forfeiture management?
The provided data indicates the contract was for 'ASSET FORFEITURE MANAGEMENT' and falls under the 'Computer and Software Stores' category (NAICS 443120). However, it lacks specifics on the exact software functionalities, such as case tracking, financial reconciliation, evidence management, or reporting capabilities. It is likely that Unisys Corporation provided a combination of software licenses, customization, integration services, and potentially ongoing maintenance and support for a system designed to streamline the complex processes involved in managing assets seized through legal forfeiture proceedings. Without more detailed contract documentation, the precise scope of services remains generalized.
How does the per-unit cost of $42,445 compare to similar government contracts for asset management IT solutions?
The per-unit cost of $42,445 is difficult to benchmark accurately without understanding what constitutes a 'unit' in this context. If a 'unit' refers to a full software license with implementation and support for a specific user or function, it might be within a reasonable range for specialized government IT solutions. However, if 'unit' refers to something more granular, like a single module or a month of service, it could be considered high. Comparable contracts for enterprise resource planning (ERP) systems or specialized case management software in other federal agencies can range significantly, from tens of thousands to hundreds of thousands of dollars per unit or module, depending on complexity and vendor. Further analysis would require defining the 'unit' and comparing it to similar contract line items.
What were the key performance indicators (KPIs) or success metrics defined in the contract, and how did Unisys Corporation perform against them?
The provided summary data does not include specific Key Performance Indicators (KPIs) or success metrics that were part of the contract with Unisys Corporation. Contracts of this nature typically include clauses related to system uptime, response times for support, data accuracy, and successful completion of specific IT project milestones. Without access to the full contract or performance reports, it is impossible to assess Unisys Corporation's performance against defined objectives. The absence of readily available performance data makes a thorough evaluation of the contract's effectiveness challenging.
What is the historical spending pattern for asset forfeiture management IT systems within the Department of Justice?
The provided data represents a single contract award of $21.9 million for asset forfeiture management IT services to Unisys Corporation, spanning from October 2011 to February 2013. To understand historical spending patterns, one would need to examine prior and subsequent contracts for similar services within the Department of Justice. This would involve searching contract databases for keywords like 'asset forfeiture,' 'case management,' 'financial tracking,' and 'IT services' awarded to various contractors over multiple fiscal years. Analyzing these patterns would reveal trends in spending, identify key vendors, and indicate whether this $21.9 million award represents a typical investment or a significant deviation.
Given the time-and-materials pricing structure, what measures were in place to control costs and ensure value?
Time-and-materials (T&M) contracts, like the one awarded to Unisys Corporation, offer flexibility but carry inherent risks of cost escalation. Standard control measures typically include establishing ceiling prices, requiring detailed timesheets and expense reports, implementing strict approval processes for work hours and materials, and defining labor categories with pre-negotiated rates. The Contracting Officer's Representative (COR) plays a crucial role in monitoring contractor effort and ensuring that work performed aligns with contract requirements and is reasonably priced. Without specific contract clauses or performance reports, it's difficult to detail the exact controls employed, but these are the general mechanisms used to manage T&M contracts.
Industry Classification
NAICS: Retail Trade › Electronics and Appliance Stores › Computer and Software Stores
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
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 8008 WESTPARK DR, MC LEAN, VA, 90
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $23,026,726
Exercised Options: $21,901,469
Current Obligation: $21,901,469
Parent Contract
Parent Award PIID: DJJ07F1502
IDV Type: BPA
Timeline
Start Date: 2011-10-01
Current End Date: 2013-02-28
Potential End Date: 2013-02-28 00:00:00
Last Modified: 2013-08-28
More Contracts from Unisys Corporation
- Delivery Order — $261.6M (Department of Homeland Security)
- Automated Targeting Systems Maintenance — $261.0M (Department of Homeland Security)
- This Order IS Executed to Fulfill the Integrated Traveler Initiative (ITI). the ITI Requirement IS to Provide Systems Engineering and Technical Services to Fully Implement the Land, AIR, SEA Poes and Checkpoints. Tasks Include Planning, Management, Design, Fabrication, Procuring Hardware and Software, Integration, Providing Installation Material and Services, Testing, Training and Maintenance — $198.0M (Department of Homeland Security)
- Whti Land Border Integration (LBI) Task Order Award — $190.2M (Department of Homeland Security)
- IT Bridge — $185.4M (Department of Homeland Security)
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)