DHS awards $163.5M for biometric identity system to replace legacy IDENT
Contract Overview
Contract Amount: $163,492,776 ($163.5M)
Contractor: Peraton Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2017-09-28
End Date: 2023-09-30
Contract Duration: 2,193 days
Daily Burn Rate: $74.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: COST NO FEE
Sector: IT
Official Description: IGF::CT::IGF CONTRACT ACTION TO ACQUIRE INCREMENT 1 AND INCREMENT 2 OF A MODERN BIOMETRIC IDENTITY MANAGEMENT SYSTEM, TO BE KNOWN AS HOMELAND ADVANCED RECOGNITION TECHNOLOGY (HART), WHICH WILL REPLACE OBIM'S LEGACY IDENT SYSTEM.
Place of Performance
Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $163.5 million to PERATON INC. for work described as: IGF::CT::IGF CONTRACT ACTION TO ACQUIRE INCREMENT 1 AND INCREMENT 2 OF A MODERN BIOMETRIC IDENTITY MANAGEMENT SYSTEM, TO BE KNOWN AS HOMELAND ADVANCED RECOGNITION TECHNOLOGY (HART), WHICH WILL REPLACE OBIM'S LEGACY IDENT SYSTEM. Key points: 1. The contract aims to modernize biometric identity management with the HART system. 2. Peraton Inc. is the sole awardee for this delivery order. 3. The contract is for Computer Systems Design Services. 4. This acquisition is categorized under IT spending.
Value Assessment
Rating: fair
The contract's pricing is based on cost-plus-fixed-fee, which can lead to cost overruns if not managed carefully. Benchmarking against similar biometric system contracts is difficult without more detailed cost breakdowns.
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, it is a delivery order, implying it might be part of a larger, pre-existing contract vehicle.
Taxpayer Impact: The investment aims to improve national security and border control efficiency, potentially leading to long-term cost savings through modernized systems.
Public Impact
Enhances national security by improving identity verification capabilities. Modernizes critical infrastructure for the Department of Homeland Security. Potential for improved border security and immigration processing. Replaces an outdated system, reducing technical debt and security risks.
Waste & Efficiency Indicators
Waste Risk Score: 75 / 10
Warning Flags
- Cost-plus-fixed-fee contract type can incentivize higher spending.
- Lack of detailed cost breakdown makes independent price validation challenging.
Positive Signals
- Addresses a critical need for modern biometric identity management.
- Awarded under full and open competition.
- Long-term contract duration suggests a strategic investment.
Sector Analysis
This contract falls within the Information Technology sector, specifically focusing on systems integration and design services. Spending in this area is driven by the need for technological modernization across government agencies.
Small Business Impact
The data indicates that this contract was not awarded to small businesses (ss: false, sb: false). There is no indication of subcontracting opportunities for small businesses within this specific award.
Oversight & Accountability
The Department of Homeland Security's Office of Procurement Operations managed this award. Oversight will be crucial to ensure the project stays within budget and meets performance requirements, especially given the cost-plus-fixed-fee structure.
Related Government Programs
- Computer Systems Design Services
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Cost-plus-fixed-fee contract type.
- Potential for cost overruns.
- Reliance on a single vendor for a critical system.
- Cybersecurity risks associated with sensitive biometric data.
Tags
computer-systems-design-services, department-of-homeland-security, va, delivery-order, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $163.5 million to PERATON INC.. IGF::CT::IGF CONTRACT ACTION TO ACQUIRE INCREMENT 1 AND INCREMENT 2 OF A MODERN BIOMETRIC IDENTITY MANAGEMENT SYSTEM, TO BE KNOWN AS HOMELAND ADVANCED RECOGNITION TECHNOLOGY (HART), WHICH WILL REPLACE OBIM'S LEGACY IDENT SYSTEM.
Who is the contractor on this award?
The obligated recipient is PERATON 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 $163.5 million.
What is the period of performance?
Start: 2017-09-28. End: 2023-09-30.
What is the projected return on investment for the HART system compared to the legacy IDENT system?
The return on investment is expected to stem from enhanced security, improved operational efficiency, and reduced maintenance costs associated with the legacy system. Quantifying this requires detailed analysis of operational data before and after implementation, including metrics on processing times, error rates, and security breach prevention.
What are the specific risks associated with Peraton Inc.'s ability to deliver the HART system on time and within budget?
Risks include potential technical challenges in integrating new biometric technologies, cybersecurity threats targeting sensitive identity data, and scope creep during development. The cost-plus-fixed-fee structure also presents a risk of cost overruns if not rigorously managed and monitored by DHS.
How will the effectiveness of the HART system be measured post-implementation?
Effectiveness will be measured through key performance indicators (KPIs) such as accuracy rates of biometric identification, speed of identity verification, system uptime, reduction in fraudulent identity claims, and user satisfaction among DHS personnel. Regular audits and performance reviews will track progress against these metrics.
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: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 4
Pricing Type: COST NO FEE (S)
Evaluated Preference: NONE
Contractor Details
Parent Company: Veritas Capital Fund Management, L.L.C.
Address: 12975 WORLDGATE DR STE 7322, HERNDON, VA, 20170
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $168,228,507
Exercised Options: $164,299,484
Current Obligation: $163,492,776
Actual Outlays: $32,244,795
Subaward Activity
Number of Subawards: 196
Total Subaward Amount: $82,438,479
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: HSHQDC14DE2035
IDV Type: IDC
Timeline
Start Date: 2017-09-28
Current End Date: 2023-09-30
Potential End Date: 2023-09-30 00:00:00
Last Modified: 2023-04-07
More Contracts from Peraton Inc.
- 200107!000034!5700!GZ80 !smc/Pks !F0470101C0001 !A!N!*!Y! !20001103!20061031!052819732!052819732!001216845!n!itt Industries, Inc , Systems !4410 E Fountain Blvd !colorado Sprin !co!80916!16000!041!08!colorado Springs !EL Paso !colorado !+000016429445!n!n!000000000000!ac26!rdte/Missile and Space Systems-Mgmt Support !A2 !missile and Space Systems !3000!NOT Discernable or Classified !541710!*!*!3! ! ! !*!*!*!B!*!*!B! !A !Y!R!2!003!B! !A!N!Z! ! !N!C!N! ! ! !c!c!a!a!000!a!c!n! ! ! !Y! ! !0001! — $1.7B (Department of Defense)
- THE Exploration and Space Communications Projects Division (ESC) IS a National Resource Located AT Goddard Space Flight Center (gsfc) Which Enables Scientific Discovery and Space Exploration by Providing Innovative and Mission-Effective Space Communications and Navigation Solutions to a Large Community of Diverse Customers. ESC Manages Operational Geostationary Communications Relay Satellites and Ground Systems for the Space Communications and Navigation (scan) Program AT Nasa Headquarters. Today, Scan Network Systems Consist of the Space Network (SN), the Near Earth Network (NEN), and the Deep Space Network (DSN). the Day-To-Day Management of These Three Networks IS Currently NOT Fully Consistent. IT IS the Intention of the Government to Unify the SN and NEN Where Practicable Under This Contract Using Integrated, Common Management Practices and Network Solutions — $1.5B (National Aeronautics and Space Administration)
- Nasa Goddard Space Flight Center's (gsfc) Goal for the Space Communications Networks Services Contract (scns) IS to Enable Mission Success for Every Customer Using Scns Services. KEY Objectives of the Scns Contract ARE to Decrease Cost and Maintain or Improve Operational Efficiency and Reliability, While Maintaining an Acceptable Level of Risk and Providing for Safe Operation of the Missions. the Contractor Shall Implement a Safety, Health, and Mission Assurance Program That Provides a Safe and Healthy Work Environment, Minimizes Program Risk, and Maximizes Nasa Mission Success. the Contractor Shall BE Responsible and Accountable for Achieving the Required Results. Core Requirement Functions, Such AS Configuration Management, Quality Assurance, ETC. ARE Required to Support Idiq Task Orders. the Space Network (SN) IS Comprised of a Fleet of On-Orbit Tracking and Data Relay Satellites (tdrs) and Associated Ground Systems That Provide Telecommunications Services. the Nature of the SN Architecture, I.E., Extremely Large Capital Investment, Contractor Operated Facilities, Continuous 24X7 Requirements, ETC., Lends Itself to a Core Requirements Approach. the Ground Network (GN) Consists of an Orbital Tracking Network and the Satellite Laser Ranging Network. the Nature of the Ground Network Architecture, I.E., Diverse MIX of Commercial and Government Assets, Evolving Geographic and Technical Customer Requirements, and Legacy Systems, ETC. Lends Itself to an Idiq Approach. Other Activities, I.E., Very Long Baseline Interferometry Network Operations and Maintenance (O&M), Electronic System Test Laboratory, Requirements Development, Hardware and Software Development, ETC. ARE Best Suited to an Idiq Approach in the Resource-Constrained Environment That Nasa Operates in — $1.2B (National Aeronautics and Space Administration)
- Operational Planning Implementation and Assessment Services (opias) Base Award — $800.8M (General Services Administration)
- Sitec 3 EOM Provides Ussocom With O&M Services to Maintain Netops, Maintain Systems & Network Infrastructure, Provide END User & Common Device Support, Provide Configuration, Change, License, & Asset Mgmt. Conduct Training and Perform Imacs Services — $651.0M (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)