DHS's $17.2M contract for ICE asset identification and removal services awarded to Unisys Corporation

Contract Overview

Contract Amount: $17,195,003 ($17.2M)

Contractor: Unisys Corporation

Awarding Agency: Department of Homeland Security

Start Date: 2008-10-01

End Date: 2013-09-30

Contract Duration: 1,825 days

Daily Burn Rate: $9.4K/day

Competition Type: COMPETITIVE DELIVERY ORDER

Number of Offers Received: 9

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: CONTRACTOR SUPPORT SERVICES NEEDED IN SUPPORT OF THE ICE ASSET IDENTIFICATION AND REMOVAL GROUPS. SERVICES REQUIRED INCLUDE ASSET IDENTIFICATION & RECOVERY, FINANCIAL ANALYSIS, FORENSIC ACCOUNTING, AND TRAINING SERVICES.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $17.2 million to UNISYS CORPORATION for work described as: CONTRACTOR SUPPORT SERVICES NEEDED IN SUPPORT OF THE ICE ASSET IDENTIFICATION AND REMOVAL GROUPS. SERVICES REQUIRED INCLUDE ASSET IDENTIFICATION & RECOVERY, FINANCIAL ANALYSIS, FORENSIC ACCOUNTING, AND TRAINING SERVICES. Key points: 1. Contract provides critical support for asset identification and recovery, financial analysis, and forensic accounting. 2. Services are essential for combating financial crimes and recovering illicit assets. 3. The contract duration of 5 years indicates a long-term need for these specialized services. 4. The use of Time and Materials pricing may pose a risk for cost overruns if not managed carefully. 5. Competition level for this delivery order was moderate, with 9 bidders. 6. The contract falls under Administrative Management and General Management Consulting Services, a broad category.

Value Assessment

Rating: fair

Benchmarking the value of this specific delivery order is challenging without more granular data on the services provided and their specific outcomes. However, the total value of $17.2 million over five years suggests a significant investment in asset identification and recovery capabilities. Comparing this to similar contracts for specialized financial investigation and asset recovery services would be necessary for a more precise value assessment. The Time and Materials (T&M) contract type, while flexible, can lead to higher costs if not closely monitored for scope creep and efficiency.

Cost Per Unit: N/A

Competition Analysis

Competition Level: unknown

This contract was awarded as a competitive delivery order under a larger contract vehicle, indicating that multiple vendors had the opportunity to bid. With 9 bidders participating, the competition appears to have been reasonably robust for this specific order. A higher number of bidders generally suggests a more competitive environment, which can lead to better pricing and service offerings for the government.

Taxpayer Impact: The competitive nature of this award is beneficial for taxpayers, as it likely resulted in more favorable pricing and a wider range of qualified service providers being considered, ultimately leading to a more efficient use of public funds.

Public Impact

U.S. Immigration and Customs Enforcement (ICE) benefits directly from enhanced capabilities in identifying and recovering assets. The services support the investigation and prosecution of financial crimes, potentially leading to the recovery of illicit funds. The contract's impact is primarily national, supporting federal law enforcement efforts across the United States. Specialized financial analysts and forensic accountants are likely employed to fulfill these contract requirements.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional services sector, specifically management consulting. The market for these services is large and diverse, encompassing a wide range of expertise from general business advice to highly specialized forensic accounting and asset recovery. Government agencies frequently procure such services to augment internal capabilities, particularly in complex areas like financial investigations and asset management. Benchmarking against similar contracts for forensic accounting and asset recovery services would provide further context on pricing and scope.

Small Business Impact

The provided data indicates that small business participation was not a specific set-aside for this delivery order (ss: false, sb: false). Therefore, the direct impact on small businesses through set-asides is minimal. However, the prime contractor, Unisys Corporation, may engage small businesses as subcontractors to fulfill certain aspects of the contract, which would contribute to the small business ecosystem. Further investigation into subcontracting plans would be needed to fully assess the impact.

Oversight & Accountability

Oversight for this contract would primarily reside with the U.S. Immigration and Customs Enforcement (ICE) contracting officers and program managers. They are responsible for monitoring performance, ensuring compliance with contract terms, and approving payments. The Department of Homeland Security's Office of Inspector General (OIG) also has jurisdiction to investigate potential fraud, waste, and abuse related to federal contracts, providing an additional layer of accountability and transparency.

Related Government Programs

Risk Flags

Tags

dhs, ice, asset-identification, asset-recovery, financial-analysis, forensic-accounting, competitive-delivery-order, time-and-materials, management-consulting, federal-contract, law-enforcement-support, district-of-columbia

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $17.2 million to UNISYS CORPORATION. CONTRACTOR SUPPORT SERVICES NEEDED IN SUPPORT OF THE ICE ASSET IDENTIFICATION AND REMOVAL GROUPS. SERVICES REQUIRED INCLUDE ASSET IDENTIFICATION & RECOVERY, FINANCIAL ANALYSIS, FORENSIC ACCOUNTING, AND TRAINING SERVICES.

Who is the contractor on this award?

The obligated recipient is UNISYS CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).

What is the total obligated amount?

The obligated amount is $17.2 million.

What is the period of performance?

Start: 2008-10-01. End: 2013-09-30.

What is Unisys Corporation's track record with similar government contracts, particularly those involving financial analysis and asset recovery?

Unisys Corporation has a substantial history of contracting with the U.S. government across various agencies, including the Department of Homeland Security (DHS). Their portfolio includes IT services, systems integration, and support for law enforcement and intelligence functions. While specific details on their performance for ICE's asset identification and removal group under this particular contract require deeper analysis of performance reports and past performance evaluations, Unisys generally possesses the scale and experience to handle complex government requirements. Their broader experience in managing large-scale IT and support services for agencies like DHS suggests a capacity for managing the administrative and analytical aspects of this contract. However, a thorough review would necessitate examining contract-specific performance metrics, any past disputes or corrective actions, and client feedback to fully gauge their suitability and effectiveness in this specialized domain.

How does the $17.2 million contract value compare to similar asset identification and recovery services procured by federal agencies?

Directly comparing the $17.2 million value of this specific delivery order to similar contracts is challenging without access to a comprehensive database of comparable services and their exact scope. However, the amount suggests a significant, multi-year engagement for specialized financial and investigative support. Federal agencies often procure such services through various contract vehicles, including task orders under larger indefinite-delivery/indefinite-quantity (IDIQ) contracts or sole-source awards for highly specialized expertise. The value is substantial enough to indicate a critical need and a comprehensive scope of work, likely involving complex financial analysis, forensic accounting, and potentially extensive asset tracing and recovery efforts. To provide a more precise benchmark, one would need to identify contracts with similar objectives (e.g., asset forfeiture support, financial crime investigation support) from agencies like the DOJ, FBI, or IRS, and analyze their total contract values, durations, and the specific services rendered.

What are the primary risks associated with a Time and Materials (T&M) contract for these types of services, and how are they mitigated?

The primary risk with a Time and Materials (T&M) contract for services like asset identification and recovery is the potential for cost overruns. Unlike fixed-price contracts, T&M agreements reimburse the contractor for direct labor hours and costs incurred, plus a fixed fee or profit. This structure can incentivize longer task durations or less efficient work if not carefully managed, as the contractor is paid for time spent. For ICE's asset identification and removal group, this could mean higher-than-anticipated expenses if the identification or recovery process takes longer than expected or if the scope of work expands without proper controls. Mitigation strategies typically involve robust government oversight, including detailed monitoring of labor hours, verification of costs, and strict adherence to defined work scopes. Contracting officers must actively manage the contract, ensuring that the work performed is necessary and efficient. Setting not-to-exceed (NTE) limits on T&M orders and requiring detailed progress reports are also crucial for controlling costs and ensuring value for taxpayer money.

How effective has this contract been in supporting ICE's mission of asset identification and recovery?

Assessing the effectiveness of this contract requires access to specific performance metrics, outcome data, and program evaluations conducted by ICE or the Department of Homeland Security (DHS). The contract's stated purpose is to provide essential support services, including asset identification & recovery, financial analysis, and forensic accounting. Its effectiveness would be measured by the success rate in identifying valuable assets, the amount of illicit funds recovered, the quality of financial analysis provided to support investigations and prosecutions, and the overall contribution to ICE's mission objectives. Without access to these internal performance indicators, it is difficult to provide a definitive assessment of effectiveness. However, the renewal or continuation of such services over a five-year period suggests that ICE has found the support to be valuable and necessary for its operations.

What is the historical spending pattern for asset identification and removal support services by ICE or DHS?

Analyzing the historical spending patterns for asset identification and removal support services by ICE or DHS would involve reviewing budget allocations and contract awards over several fiscal years. This particular contract, valued at approximately $17.2 million over five years (2008-2013), represents a portion of the agency's expenditure in this area. To understand the broader trend, one would need to examine prior and subsequent contracts for similar services, including any task orders issued under different contract vehicles. Factors such as changes in enforcement priorities, legislative mandates, and the volume of financial crime investigations would influence spending levels. A comprehensive analysis would reveal whether spending has increased, decreased, or remained relatively stable, and how this contract fits into the overall resource allocation for asset recovery and financial investigations within DHS.

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: COMPETITIVE DELIVERY ORDER

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 9

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 11720 PLAZA AMERICA DR, RESTON, VA, 20190

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

Financial Breakdown

Contract Ceiling: $30,625,179

Exercised Options: $17,204,914

Current Obligation: $17,195,003

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Parent Contract

Parent Award PIID: DJJ08C1660

IDV Type: IDC

Timeline

Start Date: 2008-10-01

Current End Date: 2013-09-30

Potential End Date: 2013-09-30 00:00:00

Last Modified: 2017-01-30

More Contracts from Unisys Corporation

View all Unisys Corporation federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending