DHS Spends $56M on End User Services BPA Call with CACI NSS, LLC
Contract Overview
Contract Amount: $56,098,283 ($56.1M)
Contractor: CACI NSS, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2015-05-21
End Date: 2020-04-30
Contract Duration: 1,806 days
Daily Burn Rate: $31.1K/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::OT::IGF THE PURPOSE OF THIS BPA CALL IS TO ESTABLISH SUPPORT FOR END USER SERVICES FOR DHS HQ.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20407
Plain-Language Summary
Department of Homeland Security obligated $56.1 million to CACI NSS, LLC for work described as: IGF::OT::IGF THE PURPOSE OF THIS BPA CALL IS TO ESTABLISH SUPPORT FOR END USER SERVICES FOR DHS HQ. Key points: 1. Significant contract value of $56 million for end user services. 2. Sole-source award to CACI NSS, LLC raises questions about competition. 3. Contract duration of 1806 days (approx. 5 years) indicates long-term reliance. 4. Services fall under Computer Systems Design, a broad IT category.
Value Assessment
Rating: questionable
Pricing is not assessed due to lack of competitive data. The firm fixed price contract type suggests a defined scope, but without benchmarks, value for money is unclear.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This BPA call was not competed under SAP, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers.
Taxpayer Impact: The lack of competition may result in taxpayers paying more than necessary for these end user services.
Public Impact
DHS relies on CACI NSS for critical end user support. Taxpayers may be overpaying due to the sole-source nature of the award. The long contract duration suggests a sustained need for these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Lack of competition
- Long contract duration
Positive Signals
- Firm fixed price contract
Sector Analysis
The IT sector, particularly computer systems design services, is crucial for government operations. Benchmarks for similar contracts are difficult to ascertain without competitive data, but $56 million over five years is a substantial investment.
Small Business Impact
The data does not indicate any specific provisions or considerations for small businesses in this sole-source award.
Oversight & Accountability
Oversight of this sole-source contract is critical to ensure CACI NSS, LLC is delivering services effectively and at a reasonable cost, despite the lack of competitive pressure.
Related Government Programs
- Computer Systems Design Services
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Potential for overpayment due to sole-source award
- Lack of transparency in procurement process
- Limited opportunity for innovation from other vendors
- Risk of vendor lock-in
Tags
computer-systems-design-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 $56.1 million to CACI NSS, LLC. IGF::OT::IGF THE PURPOSE OF THIS BPA CALL IS TO ESTABLISH SUPPORT FOR END USER SERVICES FOR DHS HQ.
Who is the contractor on this award?
The obligated recipient is CACI NSS, 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 $56.1 million.
What is the period of performance?
Start: 2015-05-21. End: 2020-04-30.
What was the justification for awarding this BPA call sole-source?
The justification for a sole-source award is not provided in the data. Typically, such awards require a documented justification, such as a unique capability or urgent need, to ensure fair and reasonable pricing and to comply with procurement regulations.
How does the pricing compare to similar sole-source contracts for end user services?
Without access to pricing details or benchmarks for comparable sole-source contracts, it is impossible to definitively assess if the pricing is reasonable. A thorough review would require comparing the contract's unit costs and overall value against industry standards and other government contracts for similar services.
What performance metrics are in place to ensure effectiveness and value?
The provided data does not specify performance metrics. Effective oversight would necessitate clear performance standards, regular reviews, and mechanisms for addressing any deficiencies to ensure the government receives the intended value for its investment.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: CACI International Inc (UEI: 045534641)
Address: 14370 NEWBROOK DR, CHANTILLY, VA, 20151
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $124,490,785
Exercised Options: $58,878,435
Current Obligation: $56,098,283
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HSHQDC14A00010
IDV Type: BPA
Timeline
Start Date: 2015-05-21
Current End Date: 2020-04-30
Potential End Date: 2020-04-30 00:00:00
Last Modified: 2020-03-03
More Contracts from CACI NSS, LLC
- Special Operations Forces Emerging Threats Operations and Planning Support — $730.3M (General Services Administration)
- Consolidated AIR Force Satellite Control Network Maintenance, Modifications and Operations Contract — $600.7M (Department of Defense)
- Full-Spectrum Intelligence, Surveillance, and Reconnaissance (isr)innovation and Integration (F3I-2) — $578.4M (Department of Defense)
- ,Ct::igf the Purpose of This to IS to Acquire Performance-Based Information Technology (IT) Technical Support Services Associated With Army Projects, Programs, Applications, and Infrastructure Services in Support of the Project Directorate (PD) Reserve Component Automation Systems (rcas), the Army National Guard (arng) Distance Learning Project (DLP) Programs and Infrastructure Services to Support the PD Rcas, Programs, and Services to Support the PD Rcas, and Development, Sustainment, and Fielding of Information Management Systems (IMS) Projects, Military IT Infrastructure Projects (itii&r), Programs, Applications, Architecture in Support of the Arng — $424.4M (General Services Administration)
- Dtra Imax DA — $401.6M (General Services Administration)
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)