IBM Awarded $376M USCIS Transformation Program Contract for Custom Computer Programming Services
Contract Overview
Contract Amount: $376,281,939 ($376.3M)
Contractor: International Business Machines Corporation
Awarding Agency: Department of Homeland Security
Start Date: 2008-11-03
End Date: 2013-06-27
Contract Duration: 1,697 days
Daily Burn Rate: $221.7K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 3
Pricing Type: COST PLUS AWARD FEE
Sector: IT
Official Description: USCIS TRANSFORMATION PROGRAM SOLUTIONS ARCHITECT (SA)
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20001
Plain-Language Summary
Department of Homeland Security obligated $376.3 million to INTERNATIONAL BUSINESS MACHINES CORPORATION for work described as: USCIS TRANSFORMATION PROGRAM SOLUTIONS ARCHITECT (SA) Key points: 1. Significant contract value of $376.3 million awarded to a single large vendor. 2. Competition method was 'Competitive Delivery Order', suggesting some level of bidding. 3. Risk of vendor lock-in and potential cost overruns due to Cost Plus Award Fee structure. 4. Spending falls within the IT sector, specifically custom computer programming.
Value Assessment
Rating: fair
The contract's Cost Plus Award Fee (CPAF) structure can lead to higher costs if not managed tightly. Benchmarking against similar large-scale IT transformation projects is difficult without more granular cost data.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
Awarded as a 'Competitive Delivery Order', indicating multiple bids were likely considered. However, the CPAF structure may incentivize cost increases to achieve award fees, potentially impacting price discovery.
Taxpayer Impact: Taxpayer funds are being used for a large-scale IT transformation program. The CPAF structure necessitates careful oversight to ensure cost efficiency and value for money.
Public Impact
Impacts USCIS's ability to modernize its systems and improve citizen services. Large contract award to a major IT vendor, potentially affecting smaller competitors. Potential for improved efficiency and effectiveness in immigration processing if the program is successful.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Award Fee structure can lead to uncontrolled spending.
- Lack of specific performance metrics makes assessing value difficult.
- Long contract duration increases risk of scope creep and obsolescence.
Positive Signals
- Competitive award process suggests potential for good pricing.
- Focus on IT transformation indicates investment in modernization.
- Award fee mechanism incentivizes meeting performance targets.
Sector Analysis
This contract falls under the Information Technology sector, specifically custom computer programming. Spending benchmarks for large-scale government IT transformation programs vary widely based on scope and complexity.
Small Business Impact
The contract was awarded to IBM, a large corporation, and there is no indication of small business participation. This suggests limited opportunities for small businesses in this specific award.
Oversight & Accountability
The Cost Plus Award Fee structure requires robust oversight to ensure contractor performance and cost control. The number of delivery orders (3) suggests ongoing management and tasking.
Related Government Programs
- Custom Computer Programming Services
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Cost Plus Award Fee (CPAF) structure can lead to higher costs.
- Lack of transparency on specific performance metrics for award fees.
- Long contract duration increases risk of cost overruns and scope creep.
- No clear indication of small business subcontracting goals.
- Potential for vendor lock-in with a single large provider.
Tags
custom-computer-programming-services, department-of-homeland-security, dc, delivery-order, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $376.3 million to INTERNATIONAL BUSINESS MACHINES CORPORATION. USCIS TRANSFORMATION PROGRAM SOLUTIONS ARCHITECT (SA)
Who is the contractor on this award?
The obligated recipient is INTERNATIONAL BUSINESS MACHINES CORPORATION.
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 $376.3 million.
What is the period of performance?
Start: 2008-11-03. End: 2013-06-27.
What specific performance metrics were used to determine award fees, and how effectively did the contractor meet them?
The effectiveness of award fees hinges on clearly defined, measurable, and achievable performance metrics tied to program objectives. Without access to the contract's specific award fee criteria and performance evaluations, it's impossible to definitively assess how effectively IBM met them. This information is crucial for understanding if the CPAF structure truly drove value or simply increased costs.
How did the competitive delivery order process ensure the best possible price for the government, given the CPAF structure?
A competitive delivery order process is a positive step towards price discovery. However, the Cost Plus Award Fee (CPAF) structure inherently allows for costs to exceed initial estimates, with the government paying actual costs plus a fee. The competitiveness of the bids likely focused on the proposed fee structure and initial cost estimates, but ongoing oversight is critical to manage costs throughout the contract's life.
What is the long-term impact of this contract on USCIS's operational efficiency and citizen service delivery?
The intended impact is significant modernization of USCIS systems, aiming for improved efficiency and service delivery. The success of this $376 million investment depends on effective program management, successful technology implementation, and user adoption. Without post-award performance data and system outcome metrics, the actual long-term impact remains to be seen.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 3
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Address: 6710 ROCKLEDGE DR, BETHESDA, MD, 20817
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $432,608,701
Exercised Options: $427,465,634
Current Obligation: $376,281,939
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSHQDC06D00019
IDV Type: IDC
Timeline
Start Date: 2008-11-03
Current End Date: 2013-06-27
Potential End Date: 2023-07-23 00:00:00
Last Modified: 2023-07-18
More Contracts from International Business Machines Corporation
- Navy Enterprise Resource Planning (ERP) Technical Support Services (netss) — $837.8M (Department of Defense)
- This Requirement IS for the Creation, Maintenance, Enforcement, Analysis and Updates of the Standards and Governance Established by the Current DTC and Provide Technical and Operational Support to the DTC for Saas, Paas, and Emerging Technologies — $621.7M (Department of Veterans Affairs)
- Eadis Software Development — $580.5M (Department of Homeland Security)
- THE Government Intends to Establish a Single-Award Delivery Order Base Plus Four 1year Option Periods for the Renewal of IBM Software Maintenance and the Purchase of More Additional IBM Software Licenses Against the General Services Administrations Federal Supply Schedule Program. Previous Order SS00-15-30081 — $525.4M (Social Security Administration)
- Benefits Transformation Platform — $357.9M (Department of Veterans Affairs)
View all International Business Machines Corporation 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)