DHS Awards $3.5M Task Order for Border Net Performer to Salient Federal Solutions

Contract Overview

Contract Amount: $10,578,963 ($10.6M)

Contractor: Salient Federal Solutions, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2007-04-05

End Date: 2011-04-01

Contract Duration: 1,457 days

Daily Burn Rate: $7.3K/day

Competition Type: FULL AND OPEN COMPETITION

Sector: IT

Official Description: DIVISION: BORDERS&MARITIME THRUST: BORDER WATCH PROGRAM: BORDER/MARITIME TECHNOLOGIES PROJECT: BORDER NET PERFORMER: ATS DESCRIPTION: NEW TASK ORDER UNDER EXISTING CONTRACT HSHQPA-06-A-00003. TOTAL ESTIMATE FOR THIS TASK ORDER IS $3,500,000. FY 07 INCREMENT WILL BE $1,890,210, WITH THE REMAINING EFFORT BEING FUNDED IN FY 08. PERIOD OF PERFORMANCE IS 2 YEARS FROM AWARD DATE.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20528

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $10.6 million to SALIENT FEDERAL SOLUTIONS, INC. for work described as: DIVISION: BORDERS&MARITIME THRUST: BORDER WATCH PROGRAM: BORDER/MARITIME TECHNOLOGIES PROJECT: BORDER NET PERFORMER: ATS DESCRIPTION: NEW TASK ORDER UNDER EXISTING CONTRACT HSHQPA-06-A-00003. TOTAL ESTIMATE FOR THIS TASK ORDER IS $3,500,000. FY 07 INCREMENT WILL BE $1,890… Key points: 1. The task order, valued at $3.5 million, supports the Border Watch Program's Border/Maritime Technologies Project. 2. Salient Federal Solutions, Inc. received the award under a full and open competition. 3. The contract is a BPA Call, indicating a pre-competed agreement. 4. Funding is split between FY07 and FY08, with a 2-year performance period. 5. The North American Industry Classification System (NAICS) code is 541511 for Custom Computer Programming Services.

Value Assessment

Rating: fair

The total estimate of $3.5 million for this task order appears reasonable for custom computer programming services. However, without specific details on the deliverables and scope of work, a precise comparison to similar contracts is difficult.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The award was made under full and open competition, suggesting a competitive bidding process. As a BPA Call, it leverages a pre-existing contract vehicle, which can streamline procurement but may not always yield the lowest price compared to a standalone competitive bid.

Taxpayer Impact: The $3.5 million expenditure represents taxpayer funds allocated to enhance border security technologies. The competitive nature of the award aims to ensure value for money.

Public Impact

Enhances border security technology capabilities for the Department of Homeland Security. Supports the Border Watch Program's mission to monitor and secure U.S. borders. Utilizes existing contract vehicles (BPA Call) for efficient procurement. Funds allocated across two fiscal years (FY07 and FY08).

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under IT services, specifically custom computer programming. The federal spending on IT services is substantial, and this task order represents a small portion of that overall expenditure, focused on a critical national security need.

Small Business Impact

The data indicates that the awardee, Salient Federal Solutions, Inc., is not a small business (ss: false). Therefore, this specific task order does not appear to directly benefit small businesses through subcontracting opportunities, though the prime contractor may engage them.

Oversight & Accountability

The task order is managed by the Department of Homeland Security, Office of Procurement Operations. Oversight would involve monitoring performance, adherence to contract terms, and financial accountability throughout the 2-year period of performance.

Related Government Programs

Risk Flags

Tags

custom-computer-programming-services, department-of-homeland-security, dc, bpa-call, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $10.6 million to SALIENT FEDERAL SOLUTIONS, INC.. DIVISION: BORDERS&MARITIME THRUST: BORDER WATCH PROGRAM: BORDER/MARITIME TECHNOLOGIES PROJECT: BORDER NET PERFORMER: ATS DESCRIPTION: NEW TASK ORDER UNDER EXISTING CONTRACT HSHQPA-06-A-00003. TOTAL ESTIMATE FOR THIS TASK ORDER IS $3,500,000. FY 07 INCREMENT WILL BE $1,890,210, WITH THE REMAINING EFFORT BEING FUNDED IN FY 08. PERIOD OF PERFORMANCE IS 2 YEARS FROM AWARD DATE.

Who is the contractor on this award?

The obligated recipient is SALIENT FEDERAL SOLUTIONS, INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Office of Procurement Operations).

What is the total obligated amount?

The obligated amount is $10.6 million.

What is the period of performance?

Start: 2007-04-05. End: 2011-04-01.

What specific technological advancements or improvements are expected from this $3.5 million task order for the Border Net Performer program?

The provided data lacks specifics on the technological advancements. However, given the context of the Border Watch Program and the NAICS code for custom computer programming, it likely involves developing, integrating, or enhancing software and systems for border surveillance, data analysis, or communication networks. The goal is to improve the Department of Homeland Security's ability to monitor and manage border activities more effectively.

How does the pricing of this task order compare to industry benchmarks for similar custom computer programming services, considering the 2-year performance period?

Without a detailed statement of work, specific deliverables, and the skill sets required, it's challenging to establish a precise benchmark. However, $3.5 million over two years for a specialized IT project within a federal agency suggests a moderate investment. The 'fair' rating reflects the need for more granular data to confirm cost-effectiveness against market rates for comparable custom development and integration services.

What are the key performance indicators (KPIs) or metrics used to measure the effectiveness and success of this Border Net Performer task order?

The provided data does not specify the KPIs or metrics for this task order. Typically, for such projects, effectiveness would be measured by improvements in border surveillance coverage, data processing speed, threat detection accuracy, system uptime, and user satisfaction. Robust oversight would involve regular performance reviews against pre-defined, measurable objectives.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesCustom Computer Programming Services

Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&DSPECIAL STUDIES - NOT R and D

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Evaluated Preference: NONE

Contractor Details

Address: 4000 LEGATO RD STE 600, FAIRFAX, VA, 22033

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

Financial Breakdown

Contract Ceiling: $10,578,963

Exercised Options: $10,578,963

Current Obligation: $10,578,963

Parent Contract

Parent Award PIID: HSHQPA06A00003

IDV Type: BPA

Timeline

Start Date: 2007-04-05

Current End Date: 2011-04-01

Potential End Date: 2011-04-01 00:00:00

Last Modified: 2021-11-25

More Contracts from Salient Federal Solutions, Inc.

View all Salient Federal Solutions, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending