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
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
- Lack of detailed scope of work for the task order.
- Potential for cost overruns if not closely managed.
- Limited information on performance metrics and success criteria.
Positive Signals
- Awarded under full and open competition.
- Utilizes an existing contract vehicle (BPA Call).
- Supports critical national security functions.
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
- Custom Computer Programming Services
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Lack of detailed scope of work.
- Limited performance metrics provided.
- Potential for scope creep.
- Reliance on a single awardee for this specific task order.
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 Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL 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.
- Gctc IV UCA Award — $222.9M (Department of Defense)
- Global Command Terrestrial Communications (gctc) III — $101.3M (Department of Defense)
- Labor - Base Period — $81.9M (Department of Defense)
- This Requirement IS to Support Quick Response, Rapid Fielding Capability to Meet Urgent Warfighter Needs, AS Well AS Finding and Fielding NEW and Innovative Technologies and Capabilities, Expanded and Improved Connectivity of Existing Capabilities, and Technology Insertion to Enhance Mission Capabilities and Improve Systems Performance and Reliability. Support Requires Expertise in Secure Communications Devices, Architectures, Networks, Infrastructure and Associated Telecommunications Delivery, Cyber Analytics, Cyber Forensics, Cyber Security and Online Identity Management, AS Well AS Data Entity Resolution, Text Entity Extraction of Records, Three Dimensional Geospatial Visualization, User Interface Design, Digital Media Forensic Tool Integration, and Custom Biometric Tool Integration — $57.3M (General Services Administration)
- Operations, Maintenance and DME Support for Computerized Homes Underwriting System (chums/F17), FHA Connection (fhac/F17c) and Housing Counseling System (hcs/F11) — $31.1M (Department of Housing and Urban Development)
View all Salient Federal Solutions, Inc. federal contracts →
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)