DHS Awards $24.1M for WAN Optimization to ImmixTechnology Inc
Contract Overview
Contract Amount: $24,099,117 ($24.1M)
Contractor: Immixtechnology Inc
Awarding Agency: Department of Homeland Security
Start Date: 2009-09-30
End Date: 2010-09-29
Contract Duration: 364 days
Daily Burn Rate: $66.2K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: WAN OPTIMIZATION
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20229
Plain-Language Summary
Department of Homeland Security obligated $24.1 million to IMMIXTECHNOLOGY INC for work described as: WAN OPTIMIZATION Key points: 1. Contract awarded for WAN Optimization services. 2. ImmixTechnology Inc. is the prime contractor. 3. Department of Homeland Security is the agency. 4. Competition type: Competitive Delivery Order. 5. Contract value: $24,099,117.
Value Assessment
Rating: fair
The contract value of $24.1M for WAN optimization services over one year appears high compared to industry benchmarks for similar IT services. Further analysis of the specific scope and deliverables is needed to fully assess value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This was a competitive delivery order, suggesting some level of competition. However, the limited duration and specific nature of WAN optimization might restrict the number of capable bidders, potentially impacting price discovery.
Taxpayer Impact: Taxpayer funds are being used for essential network optimization services, with the final cost influenced by the competitive environment and specific vendor capabilities.
Public Impact
Enhances border security and operational efficiency through improved network performance. Supports critical data transfer for Customs and Border Protection operations. Ensures reliable communication for national security missions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if optimization goals are not met efficiently.
- Risk of vendor lock-in for specialized WAN optimization solutions.
Positive Signals
- Improves critical infrastructure performance.
- Supports national security objectives.
Sector Analysis
WAN optimization falls under Computer Systems Design Services. Spending in this sector can vary widely based on complexity and scale, but $24.1M for a single year suggests a significant deployment or specialized solution.
Small Business Impact
The data does not indicate if small businesses were involved as subcontractors. Further investigation is needed to determine small business participation.
Oversight & Accountability
The contract was awarded as a delivery order under a larger contract, implying some level of pre-qualification. Oversight would focus on performance metrics and adherence to the fixed-price agreement.
Related Government Programs
- Computer Systems Design Services
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- High contract value for a one-year term.
- Limited information on specific technologies and performance metrics.
- Potential for limited competition in specialized IT services.
- Lack of clarity on small business participation.
Tags
computer-systems-design-services, department-of-homeland-security, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $24.1 million to IMMIXTECHNOLOGY INC. WAN OPTIMIZATION
Who is the contractor on this award?
The obligated recipient is IMMIXTECHNOLOGY INC.
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 $24.1 million.
What is the period of performance?
Start: 2009-09-30. End: 2010-09-29.
What specific WAN optimization technologies were implemented and what were the measurable performance improvements?
The specific WAN optimization technologies are not detailed in the provided data. To assess value, it would be crucial to understand the solutions deployed, such as compression, caching, or protocol acceleration, and to quantify the resulting improvements in bandwidth utilization, latency reduction, and application performance.
What was the competitive landscape for this specific WAN optimization requirement?
While designated as a 'Competitive Delivery Order,' the exact number of bidders and the nature of the competition are not specified. Understanding if multiple vendors submitted viable proposals and how their technical solutions and pricing were evaluated is key to assessing the fairness of the price discovery process.
How does the $24.1M contract value compare to industry standards for similar WAN optimization deployments?
Benchmarking this contract's value requires comparing it against similar-sized deployments with comparable scope and duration. Factors like the number of sites optimized, the types of traffic managed, and the specific technologies used significantly influence costs. Without this granular detail, a definitive comparison is difficult, but the value appears substantial for a one-year period.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: INFORMATION TECHNOLOGY EQUIPMENT (INCLD FIRMWARE) SOFTWARE,SUPPLIES& SUPPORT EQUIPMENT
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Arrow Electronics, Inc. (UEI: 049159957)
Address: 8444 WESTPARK DR STE 120, MC LEAN, VA, 22102
Business Categories: Category Business, Small Business
Financial Breakdown
Contract Ceiling: $24,099,117
Exercised Options: $24,099,117
Current Obligation: $24,099,117
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS35F0330J
IDV Type: FSS
Timeline
Start Date: 2009-09-30
Current End Date: 2010-09-29
Potential End Date: 2010-09-29 00:00:00
Last Modified: 2017-07-31
More Contracts from Immixtechnology Inc
- Contractor Services for Pega Systems "igf::ot::igf" — $148.4M (Department of Commerce)
- IBM Filesnet Software — $40.6M (Department of Defense)
- IBM (SRO) Software Maintenance — $35.2M (Department of the Treasury)
- THE Purpose of This Task Order IS to Procure Commercial OFF the Shelf (cots) Products for Hud/Fha S Financial Industry Standard Platform. This IS in Support of a Financial Services Platform for the Mortgage Risk Fraud Initiative (mfri) Which Will Offer NEW Capabilities With the Current Siebel CRM Base System Currently in Place — $28.8M (General Services Administration)
- Business Activity Monitoring Services Including Identification of Improper Payments and Reconciliation of Funds Balance With Treasury Accounts — $27.8M (Department of Defense)
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)