DHS awarded $12.4M for technical support to NATIONAL ISTAC, spanning over 6 years

Contract Overview

Contract Amount: $12,445,992 ($12.4M)

Contractor: National Istac

Awarding Agency: Department of Homeland Security

Start Date: 2005-10-24

End Date: 2011-10-05

Contract Duration: 2,172 days

Daily Burn Rate: $5.7K/day

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TECHNICAL SUPPORT

Place of Performance

Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22201

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $12.4 million to NATIONAL ISTAC for work described as: TECHNICAL SUPPORT Key points: 1. Value for money appears fair given the long duration and fixed-price nature, though specific performance metrics are not detailed. 2. Competition dynamics were limited, with only one bid received, potentially impacting price discovery. 3. Risk indicators include the long contract duration and the lack of robust competition, which could lead to cost overruns if not managed closely. 4. Performance context is difficult to assess without specific deliverables or outcomes tied to the technical support. 5. Sector positioning is within professional services, supporting critical government functions. 6. The contract's fixed-price structure aims to control costs, but the sole-source nature warrants scrutiny.

Value Assessment

Rating: fair

The contract's total value of $12.4 million over approximately six years suggests an average annual spend of around $2 million. Without detailed task orders or performance metrics, a direct comparison to similar contracts is challenging. However, the fixed-price nature indicates an attempt to cap costs. The value proposition hinges on the criticality of the technical support provided to FEMA and DHS.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded under a sole-source justification, meaning it was not openly competed. The lack of multiple bidders limits the government's ability to leverage competitive pressures to secure the best possible pricing and terms. This approach is typically used when a specific contractor possesses unique capabilities or when urgency dictates.

Taxpayer Impact: For taxpayers, a sole-source award means there is less assurance that the price paid reflects the most competitive market rate. It increases the importance of robust government oversight to ensure fair pricing and prevent potential overspending.

Public Impact

Federal Emergency Management Agency (FEMA) and the Department of Homeland Security (DHS) are the primary beneficiaries, receiving essential technical support. The services delivered are technical in nature, likely supporting the operational and administrative functions of these agencies. The geographic impact is primarily within the operational scope of FEMA and DHS, likely supporting national-level functions. Workforce implications are internal to the contracting agency, with NATIONAL ISTAC providing personnel for technical support roles.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically supporting government administrative functions. The market for such services is vast, with numerous firms capable of providing technical support. However, the sole-source nature suggests a specific, perhaps niche, requirement. Benchmarking against similar sole-source technical support contracts within DHS or other federal agencies would be necessary for a more precise value assessment.

Small Business Impact

There is no indication that this contract involved small business set-asides or subcontracting goals. As a sole-source award, the focus was likely on securing the specific capabilities of the awarded contractor rather than promoting small business participation. This contract does not appear to directly impact the small business ecosystem.

Oversight & Accountability

Oversight for this contract would fall under the purview of the Federal Emergency Management Agency (FEMA) within DHS. Accountability measures would be defined by the contract's terms and conditions, including any reporting requirements or performance standards. Transparency is limited due to the sole-source nature and the absence of publicly available detailed performance data. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

technical-support, department-of-homeland-security, federal-emergency-management-agency, firm-fixed-price, sole-source, professional-services, virginia, large-contract, past-performance

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $12.4 million to NATIONAL ISTAC. TECHNICAL SUPPORT

Who is the contractor on this award?

The obligated recipient is NATIONAL ISTAC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Federal Emergency Management Agency).

What is the total obligated amount?

The obligated amount is $12.4 million.

What is the period of performance?

Start: 2005-10-24. End: 2011-10-05.

What specific technical support services were provided under this contract?

The data provided indicates the contract was for 'TECHNICAL SUPPORT' under NAICS code 541310 (Architectural Services), which appears to be a mismatch. Assuming the description 'TECHNICAL SUPPORT' is accurate and the NAICS code is an error, the specific services would have been detailed in the contract's Statement of Work (SOW). These could range from IT support, system maintenance, cybersecurity, data analysis, to specialized engineering or scientific consulting, depending on FEMA's needs. Without access to the SOW or task orders, the precise nature of the technical support remains unspecified, making a detailed assessment of its impact or value difficult.

Why was this contract awarded as sole-source?

Sole-source awards are typically justified when only one responsible source is available or capable of meeting the agency's requirements. For this contract, potential justifications could include the unique expertise or proprietary technology held by NATIONAL ISTAC, an urgent need that precluded a competitive process, or a follow-on requirement where switching contractors would be prohibitively expensive or disruptive. The specific justification would have been documented by FEMA at the time of award. The lack of competition means taxpayers did not benefit from potential cost savings that could arise from a competitive bidding process.

How does the $12.4 million contract value compare to similar technical support contracts?

Comparing the $12.4 million total contract value requires context regarding the duration and scope. Awarded in 2005 and ending in 2011 (approximately 6 years), this averages to about $2.07 million per year. This annual figure is moderate for federal technical support contracts, especially those supporting critical agencies like FEMA. However, without knowing the specific services rendered, the complexity, and the required skill sets, a direct benchmark is difficult. Contracts for high-level IT infrastructure, cybersecurity, or specialized engineering could easily exceed this annual average, while simpler administrative support might be less. The sole-source nature also complicates direct comparison, as competitive contracts often yield lower prices.

What was the track record of NATIONAL ISTAC prior to or during this contract?

Information regarding NATIONAL ISTAC's track record specifically related to this contract is not provided in the summary data. A comprehensive assessment would require reviewing past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), any contract disputes, or awards received by the company. Given this was a sole-source award, FEMA presumably had a basis for believing in NATIONAL ISTAC's capability. However, without access to performance data, it's impossible to definitively assess their historical performance on this specific $12.4 million contract.

What were the key performance indicators (KPIs) or deliverables for this contract?

The provided data does not specify the key performance indicators (KPIs) or deliverables associated with this technical support contract. For a contract of this duration and value, clear KPIs and measurable deliverables are crucial for ensuring accountability and assessing the value received by the government. Typically, these would be outlined in the contract's Statement of Work (SOW) and could include metrics related to system uptime, response times for technical issues, project completion rates, or adherence to security protocols. The absence of this information in the summary prevents an evaluation of the contractor's performance against defined objectives.

What is the historical spending trend for similar technical support services at FEMA or DHS?

The provided data only covers this single contract ($12.4M from 2005-2011). To understand historical spending trends for similar technical support services at FEMA or DHS, one would need to analyze broader federal procurement databases (like USASpending.gov) for contracts awarded over multiple years, across different agencies, and under various NAICS codes related to technical support. This would reveal patterns in spending levels, types of services procured, dominant contractors, and shifts in procurement strategies (e.g., from sole-source to competitive bidding). Without this broader dataset, assessing this contract's place within historical spending is not possible.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesArchitectural Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Contractor Details

Parent Company: Dewberry Companies LC, the (UEI: 621316814)

Address: 8401 ARLINGTON BLVD, FAIRFAX, VA, 11

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $12,445,992

Exercised Options: $12,445,992

Current Obligation: $12,445,992

Contract Characteristics

Multi-Year Contract: Yes

Parent Contract

Parent Award PIID: HSFEHQ04D0128

IDV Type: IDC

Timeline

Start Date: 2005-10-24

Current End Date: 2011-10-05

Potential End Date: 2011-10-05 00:00:00

Last Modified: 2011-10-06

More Contracts from National Istac

View all National Istac federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending