DHS's $20.5M contract for inspection system maintenance awarded to CSRA LLC shows potential value concerns
Contract Overview
Contract Amount: $20,458,546 ($20.5M)
Contractor: Csra LLC
Awarding Agency: Department of Homeland Security
Start Date: 2006-10-01
End Date: 2011-12-30
Contract Duration: 1,916 days
Daily Burn Rate: $10.7K/day
Competition Type: FOLLOW ON TO COMPETED ACTION
Number of Offers Received: 1
Pricing Type: COST PLUS AWARD FEE
Sector: IT
Official Description: OPERATIONS AND MAINTENANCE OF SERVICES FOR INSPECTION SYSTEMS.
Place of Performance
Location: LANHAM, PRINCE GEORGES County, MARYLAND, 20706
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $20.5 million to CSRA LLC for work described as: OPERATIONS AND MAINTENANCE OF SERVICES FOR INSPECTION SYSTEMS. Key points: 1. The contract's cost-plus award fee structure may incentivize higher spending. 2. A single award for a significant duration raises questions about competitive pressure. 3. The lack of specific performance metrics makes assessing value for money challenging. 4. This contract represents a small fraction of the agency's overall IT spending. 5. The follow-on nature suggests a reliance on incumbent knowledge, potentially limiting new solutions.
Value Assessment
Rating: fair
The contract's Cost Plus Award Fee (CPAF) structure, while allowing for flexibility, can sometimes lead to higher costs compared to fixed-price contracts if not managed tightly. Benchmarking against similar operations and maintenance contracts for inspection systems is difficult without more detailed performance data and cost breakdowns. The total value of $20.5 million over approximately five years suggests a significant investment, but the value proposition is unclear without defined performance outcomes and associated award fee criteria.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract is described as a 'FOLLOW ON TO COMPETED ACTION,' implying that the original award was competed. However, the details of this specific delivery order suggest it may not have undergone a full and open competition, potentially limiting the pool of bidders. The nature of a follow-on action often means the incumbent contractor has an advantage, which can impact price discovery and innovation. Further details on the competition for this specific delivery order are needed to fully assess its breadth.
Taxpayer Impact: A limited competition may result in higher prices for taxpayers compared to a fully open solicitation, as the government may have fewer options to choose from.
Public Impact
This contract supports the U.S. Customs and Border Protection's mission to secure borders. It ensures the operational readiness of inspection systems critical for trade and travel. The services provided contribute to national security by facilitating legitimate trade and travel while deterring illicit activities. The contract's impact is primarily national, supporting border operations across various ports of entry.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost-plus award fee structure could lead to cost overruns if not carefully managed.
- Limited competition for follow-on actions may reduce price competitiveness.
- Lack of detailed performance metrics makes it hard to assess contractor efficiency.
- Long contract duration might stifle innovation if not actively managed.
Positive Signals
- Contract supports critical national security functions for U.S. Customs and Border Protection.
- Follow-on action indicates a level of trust and established performance with the incumbent.
- The contract ensures the continued operation of essential inspection systems.
Sector Analysis
This contract falls within the Information Technology (IT) services sector, specifically focusing on the maintenance and support of specialized inspection systems. The market for such services is characterized by a mix of large prime contractors and specialized subcontractors. Spending in this area is driven by the need for continuous technological upgrades and reliable system performance to support government operations. Comparable spending benchmarks would typically involve analyzing other government contracts for similar IT maintenance and support services, particularly those related to border security and inspection technologies.
Small Business Impact
There is no indication that this contract included a small business set-aside. As a follow-on action to a potentially larger contract, the prime contractor, CSRA LLC, is a large business. Subcontracting opportunities for small businesses may exist, but they are not explicitly detailed in the provided data. The impact on the small business ecosystem would depend on the extent to which CSRA utilizes small business partners for specialized services or components.
Oversight & Accountability
Oversight for this contract would primarily reside with the U.S. Customs and Border Protection contracting officers and program managers within the Department of Homeland Security. The effectiveness of oversight depends on robust performance monitoring, regular reviews of cost submissions, and adherence to the terms of the Cost Plus Award Fee structure. Transparency is facilitated through contract reporting mechanisms, though detailed public access to performance and cost data may be limited. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Department of Homeland Security IT Modernization
- Customs and Border Protection Technology Procurement
- Federal Information Technology Services Contracts
- Inspection and Surveillance Systems Maintenance
Risk Flags
- Potential for cost overruns due to CPAF structure.
- Limited competition may impact price and innovation.
- Lack of detailed performance metrics hinders value assessment.
Tags
it-services, operations-and-maintenance, department-of-homeland-security, u-s-customs-and-border-protection, csra-llc, cost-plus-award-fee, delivery-order, follow-on-action, inspection-systems, maryland, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $20.5 million to CSRA LLC. OPERATIONS AND MAINTENANCE OF SERVICES FOR INSPECTION SYSTEMS.
Who is the contractor on this award?
The obligated recipient is CSRA LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $20.5 million.
What is the period of performance?
Start: 2006-10-01. End: 2011-12-30.
What was the original competition for this contract, and what was the outcome?
The provided data states this is a 'FOLLOW ON TO COMPETED ACTION,' indicating that the initial contract award was subject to competition. However, the specifics of that original competition, including the number of bidders, the evaluation criteria, and the winning proposal, are not detailed here. As a follow-on delivery order, it suggests that CSRA LLC was likely the incumbent or a successful bidder in a prior competitive process. Understanding the nature of that original competition is crucial for assessing whether the current delivery order benefits from a competitive environment or if it represents a continuation of a potentially less competitive arrangement.
How does the Cost Plus Award Fee (CPAF) structure compare to other contract types for similar services, and what are the associated risks?
Cost Plus Award Fee (CPAF) contracts are often used when the scope of work is not precisely defined or when performance incentives are critical. Unlike fixed-price contracts, CPAF allows the contractor to recover all allowable costs plus a fee that is composed of a base amount and an award amount, which is contingent upon meeting specific performance objectives. This structure can be beneficial for complex projects requiring flexibility. However, it carries a higher risk of cost overruns compared to fixed-price contracts, as the government bears the cost risk. The effectiveness of CPAF hinges on well-defined performance metrics and objective award criteria; otherwise, it can incentivize contractors to maximize costs to increase the base fee, or lead to disputes over award fee determinations.
What specific inspection systems are covered under this contract, and what is their criticality to CBP operations?
The contract is for 'OPERATIONS AND MAINTENANCE OF SERVICES FOR INSPECTION SYSTEMS.' While the specific systems are not enumerated in the provided data, they are likely related to the U.S. Customs and Border Protection's (CBP) mission of securing borders and facilitating lawful trade and travel. This could include systems for cargo inspection (e.g., X-ray scanners, radiation detectors), passenger screening, or border surveillance. The criticality is high, as the reliable functioning of these systems is essential for maintaining national security, enforcing immigration laws, and managing the flow of goods and people across U.S. borders. Downtime or malfunction of these inspection systems could lead to significant delays, security vulnerabilities, and operational disruptions.
What is the historical spending trend for inspection system maintenance services by CBP or DHS?
Historical spending data for inspection system maintenance services by CBP or DHS is not provided in the current data extract. To establish a trend, one would need to analyze contract awards over several fiscal years for similar services. This would involve identifying all contracts related to the operation and maintenance of inspection systems, summing their values annually, and observing any patterns of increase or decrease. Such an analysis would help determine if the $20.5 million awarded to CSRA LLC is consistent with past spending, represents an escalation, or is part of a broader strategic investment in this capability. Without this historical context, it is difficult to assess the current contract's financial significance within the agency's budget.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract?
The provided data does not specify the key performance indicators (KPIs) or service level agreements (SLAs) for this contract. For a Cost Plus Award Fee (CPAF) contract, these metrics are crucial as they form the basis for determining the award fee. Typically, KPIs for maintenance contracts might include system uptime percentages, response times for service calls, repair turnaround times, and preventative maintenance completion rates. The absence of this information makes it challenging to objectively assess the contractor's performance and the value received by the government. A thorough review would require accessing the contract's Statement of Work (SOW) and award fee plan.
Industry Classification
NAICS: Information › Other Information Services › All Other Information Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FOLLOW ON TO COMPETED ACTION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Address: 7700 HUBBLE DRIVE, LANHAM, MD, 20706
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $20,976,526
Exercised Options: $20,458,546
Current Obligation: $20,458,546
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: COW3D0986
IDV Type: IDC
Timeline
Start Date: 2006-10-01
Current End Date: 2011-12-30
Potential End Date: 2011-12-30 00:00:00
Last Modified: 2016-06-15
More Contracts from Csra LLC
- . Cecom LRC IS to BE the Provider of Choice for Support of the Worlds Best C4isr Systems, Including Equipment Training, Technical Assistance, and Forward Sustainment Services to the Warfighter — $623.5M (General Services Administration)
- 200505!000083!5700!fa4600!55cons/Cc !FA460004C0010 !a!y!c!y! !p00007!20050101!20050930!169105165!169105165!009581091!n!computer Sciences Corporation !408 Galvin RD N !bellevue !ne!68005!35875!153!31!offutt AFB !sarpy !nebraska !+000001441609!n!n!000000000000!j070!maint & Repair of Eq/Adp Equip & Supplies !S1 !services !000 !* !541512!E! !3! ! !B! ! !20200930!B!F! !A! !a!n!r!2!006!b! !C!Y!Z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! ! !0001! ! — $594.9M (Department of Defense)
- THE Scope of This Task Order IS to Operate, and Maintain the Obim Infrastructure Components and Associated Functionality of the Production and Non-Production Ident Environments and Associated Business Systems Currently Deployed With the DHS Data Centers 1&2. Operations and Maintenance Activities — $487.9M (Department of Homeland Security)
- THE Purpose of This Task Order IS to Procure Datacenters Operational and Maintenance Support Services — $334.3M (Department of Homeland Security)
- Time and Materials Task for Enterprise Data Architecture Activities and Deliverables — $224.4M (Department of Education)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)