DHS awards $19.8M for HSIN 3.X Platform Upgrade to Peraton Enterprise Solutions LLC

Contract Overview

Contract Amount: $19,832,018 ($19.8M)

Contractor: Peraton Enterprise Solutions LLC

Awarding Agency: Department of Homeland Security

Start Date: 2011-08-25

End Date: 2013-06-27

Contract Duration: 672 days

Daily Burn Rate: $29.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: HSIN 3.X CORE PLATFORM UPGRADE

Place of Performance

Location: CLARKSVILLE, MECKLENBURG County, VIRGINIA, 23927

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $19.8 million to PERATON ENTERPRISE SOLUTIONS LLC for work described as: HSIN 3.X CORE PLATFORM UPGRADE Key points: 1. Contract awarded to Peraton Enterprise Solutions LLC for $19.8M. 2. The contract is for the HSIN 3.X Core Platform Upgrade. 3. Awarded by the Department of Homeland Security, Office of Procurement Operations. 4. Service category is Computer Facilities Management Services (NAICS 541513). 5. Contract type is Time and Materials.

Value Assessment

Rating: fair

The contract value of $19.8M for a platform upgrade appears moderate. Benchmarking against similar IT infrastructure upgrades would be necessary to assess if the pricing is competitive, especially given the Time and Materials contract type which can lead to cost overruns if not managed closely.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a competitive bidding process. However, the Time and Materials (T&M) pricing structure may limit price discovery and could potentially lead to higher costs than fixed-price contracts if not carefully monitored.

Taxpayer Impact: Taxpayer funds are being used for this IT infrastructure upgrade. The T&M nature of the contract warrants close oversight to ensure cost efficiency and prevent unnecessary expenditures.

Public Impact

Enhances the Department of Homeland Security's HSIN platform, crucial for inter-agency communication and operations. Supports critical national security and emergency response capabilities. Potential for improved data management and system performance for DHS personnel. The use of T&M pricing requires vigilance to ensure value for taxpayer money.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT services sector, specifically focusing on computer facilities management. Spending benchmarks for similar platform upgrades within federal agencies can vary widely based on complexity and scope, but $19.8M is a significant investment.

Small Business Impact

The provided data does not indicate whether small businesses were involved as subcontractors. Further analysis would be needed to determine the extent of small business participation in this contract.

Oversight & Accountability

The Department of Homeland Security's Office of Procurement Operations is responsible for this award. Oversight would involve monitoring the T&M expenditures, ensuring adherence to the contract scope, and verifying the successful upgrade of the HSIN platform.

Related Government Programs

Risk Flags

Tags

computer-facilities-management-services, department-of-homeland-security, va, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $19.8 million to PERATON ENTERPRISE SOLUTIONS LLC. HSIN 3.X CORE PLATFORM UPGRADE

Who is the contractor on this award?

The obligated recipient is PERATON ENTERPRISE SOLUTIONS LLC.

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 $19.8 million.

What is the period of performance?

Start: 2011-08-25. End: 2013-06-27.

What is the expected improvement in system performance or capability resulting from this upgrade, and how will it be measured?

The provided data does not specify the expected improvements or measurement criteria for the HSIN 3.X Core Platform Upgrade. A thorough review of the contract's Statement of Work (SOW) and performance metrics would be necessary to assess the tangible benefits and how their achievement is being tracked by the Department of Homeland Security.

Given the Time and Materials contract type, what mechanisms are in place to control costs and prevent overruns?

The Time and Materials (T&M) contract type inherently carries a risk of cost overruns. Effective cost control relies on robust government oversight, including detailed tracking of labor hours and material costs, strict adherence to the contract's ceiling price, and regular performance reviews to ensure the work remains within scope and budget.

How does the $19.8M cost compare to industry standards for similar platform upgrades, and does the full and open competition ensure cost-effectiveness?

Without specific details on the scope and complexity of the HSIN 3.X upgrade, a direct cost comparison to industry standards is difficult. While full and open competition is intended to foster cost-effectiveness, the T&M structure necessitates diligent government management to ensure the final price reflects true value and avoids inflated costs compared to market rates.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Facilities Management Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSADP AND TELECOMMUNICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Peraton Solutions Inc. (UEI: 081218565)

Address: 13600 EDS DR, HERNDON, VA, 20171

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $23,732,018

Exercised Options: $23,732,018

Current Obligation: $19,832,018

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Parent Contract

Parent Award PIID: HSHQDC06D00032

IDV Type: IDC

Timeline

Start Date: 2011-08-25

Current End Date: 2013-06-27

Potential End Date: 2013-10-18 00:00:00

Last Modified: 2019-03-19

More Contracts from Peraton Enterprise Solutions LLC

View all Peraton Enterprise Solutions LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending