DHS awards $135M+ for records operations support, with 9 bidders in a competitive process

Contract Overview

Contract Amount: $135,411,041 ($135.4M)

Contractor: Brillient Corporation

Awarding Agency: Department of Homeland Security

Start Date: 2015-06-01

End Date: 2021-09-30

Contract Duration: 2,313 days

Daily Burn Rate: $58.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 9

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IGF::OT::IGF RECORDS OPERATIONS SUPPORT SERVICES (ROSS)

Place of Performance

Location: LEES SUMMIT, JACKSON County, MISSOURI, 64064

State: Missouri Government Spending

Plain-Language Summary

Department of Homeland Security obligated $135.4 million to BRILLIENT CORPORATION for work described as: IGF::OT::IGF RECORDS OPERATIONS SUPPORT SERVICES (ROSS) Key points: 1. The contract achieved a competitive outcome with 9 bidders, suggesting potential for price discovery. 2. The firm-fixed-price contract type shifts performance risk to the contractor. 3. The duration of the contract (2313 days) indicates a long-term need for these services. 4. The award was made under full and open competition after exclusion of sources, a robust method. 5. The services provided fall under Office Administrative Services, a common support function. 6. The contractor, BRILLIENT CORPORATION, has secured a significant contract value. 7. The contract was awarded to a single entity, BRILLIENT CORPORATION. 8. The contract's value exceeds $135 million over its period of performance.

Value Assessment

Rating: good

The contract value of over $135 million for records operations support services over approximately 6.3 years appears reasonable given the scope. Benchmarking against similar large-scale administrative support contracts would provide a more precise value-for-money assessment. The firm-fixed-price structure is generally favorable for the government when requirements are well-defined, as it caps the government's financial exposure.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a competitive process was intended and executed. The presence of 9 bidders suggests a healthy level of interest and competition for this type of service. This level of competition is generally positive for price discovery and ensures a wider pool of potential offerors.

Taxpayer Impact: A competitive award like this typically benefits taxpayers by driving down prices through market forces and ensuring the government receives competitive offers for its spending.

Public Impact

Citizens and legal residents benefit from efficient and accurate management of their records by U.S. Citizenship and Immigration Services. The services delivered ensure the proper handling, storage, and retrieval of critical immigration-related documents. The geographic impact is national, supporting the operations of USCIS across the United States. The contract supports administrative roles within the federal government, potentially impacting the federal workforce in administrative support functions.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Records operations support services are a critical component of administrative functions within many government agencies. This contract falls within the broader professional, scientific, and technical services sector, specifically focusing on administrative and support services (NAICS 561110). The market for such services is substantial, with numerous companies offering solutions for document management, data processing, and operational support. Comparable spending benchmarks would involve analyzing other large federal contracts for similar administrative support functions across agencies like GSA, SSA, and other DHS components.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, BRILLIENT CORPORATION, is likely a larger entity. There is no explicit information on subcontracting plans. The absence of a small business set-aside means that opportunities for small businesses to participate in this specific contract are limited to potential subcontracting roles, if any are offered by the prime contractor.

Oversight & Accountability

Oversight for this contract would primarily fall under the U.S. Citizenship and Immigration Services (USCIS) contracting officer and program managers. The Department of Homeland Security's Office of Inspector General (OIG) would have jurisdiction for audits and investigations into potential fraud, waste, or abuse. Transparency is facilitated through contract award databases like FPDS-NG, which provide details on contract value, duration, and competition.

Related Government Programs

Risk Flags

Tags

dhs, uscis, administrative-services, records-management, firm-fixed-price, full-and-open-competition, definitive-contract, large-contract, federal-contract, missouri, office-administrative-services, it-support-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $135.4 million to BRILLIENT CORPORATION. IGF::OT::IGF RECORDS OPERATIONS SUPPORT SERVICES (ROSS)

Who is the contractor on this award?

The obligated recipient is BRILLIENT CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Citizenship and Immigration Services).

What is the total obligated amount?

The obligated amount is $135.4 million.

What is the period of performance?

Start: 2015-06-01. End: 2021-09-30.

What is the historical spending trend for Records Operations Support Services (ROSS) by USCIS?

Analyzing historical spending trends for the Records Operations Support Services (ROSS) by USCIS requires access to detailed historical contract data beyond the single award provided. However, the current award of $135,411,041.16 suggests a significant and sustained investment in these services. To understand the trend, one would typically look at the total obligated amounts for similar contracts over the past 5-10 fiscal years. This would reveal whether spending has increased, decreased, or remained relatively stable. Factors influencing trends could include changes in immigration policy, caseloads, technological advancements in records management, and agency budget allocations. Without more historical data points, it's difficult to definitively state a trend, but this large award indicates a substantial ongoing requirement.

How does the per-unit cost of this contract compare to industry benchmarks for similar administrative support services?

Determining a precise per-unit cost for this contract is challenging without specific details on the units of service (e.g., per record processed, per document scanned, per hour of support). The contract is a firm-fixed-price award for comprehensive records operations support. To benchmark, one would need to identify comparable contracts with similar service scopes and pricing structures. Industry benchmarks for administrative support services vary widely based on complexity, location, and specific tasks. For instance, costs for basic data entry might be significantly lower than for complex archival and retrieval services. Given the $135M+ value over several years, the average annual cost is substantial, suggesting a large operational scale. A detailed analysis would involve breaking down the contract's deliverables into quantifiable units and comparing those rates to market data for similar federal or commercial contracts.

What are the key performance indicators (KPIs) used to evaluate BRILLIENT CORPORATION's performance under this contract?

While the specific Key Performance Indicators (KPIs) are not detailed in the provided data, federal contracts of this magnitude typically include robust performance metrics. For Records Operations Support Services (ROSS), common KPIs would likely focus on accuracy rates (e.g., error rate in data entry or filing), timeliness (e.g., turnaround time for record retrieval requests), completeness of records, security compliance (e.g., adherence to data protection regulations), and overall operational efficiency. The contract's firm-fixed-price nature implies that meeting these KPIs is crucial for the contractor to achieve profitability. USCIS program managers would be responsible for monitoring these KPIs, conducting regular performance reviews, and potentially withholding payments or exercising contract remedies if performance falls short of the established standards.

What is BRILLIENT CORPORATION's track record with federal contracts, particularly with DHS or USCIS?

BRILLIENT CORPORATION has a history of performing federal contracts. To assess their track record specifically with DHS or USCIS, a deeper dive into contract databases like FPDS-NG or SAM.gov would be necessary. This would reveal the number, value, and types of contracts they have previously held with these agencies. Key aspects to examine would include past performance evaluations, any instances of contract disputes or terminations, and their experience with similar large-scale administrative or records management services. A positive track record with relevant agencies and contract types would indicate a lower performance risk for this current award, while a history of issues might raise concerns about their capability to deliver effectively.

What is the potential impact of this contract on the overall efficiency and effectiveness of USCIS operations?

This contract for Records Operations Support Services (ROSS) is critical to the operational efficiency and effectiveness of U.S. Citizenship and Immigration Services (USCIS). Efficient management of vast amounts of records is fundamental to processing applications, adjudicating cases, and maintaining accurate immigration databases. By outsourcing these functions to BRILLIENT CORPORATION, USCIS aims to leverage specialized expertise and potentially achieve economies of scale, freeing up government personnel for core mission-critical tasks. The effectiveness of this contract hinges on the contractor's ability to maintain high standards of accuracy, timeliness, and security in handling sensitive information. Improved records management can lead to faster processing times for applicants, better data integrity for decision-making, and enhanced compliance with legal and regulatory requirements.

Are there any identified risks associated with the sole-source nature of the award to BRILLIENT CORPORATION, despite the initial competition?

The data indicates the award was made under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' and awarded to a single entity, BRILLIENT CORPORATION. This phrasing suggests that while the initial solicitation was competitive, the final award was made to one contractor. This is standard practice for most competitive procurements. The risk is not inherent in the award to a single entity after competition, but rather in ensuring the competition was truly robust and that the selected contractor can perform. Risks to monitor would include potential complacency by the contractor due to lack of ongoing competition during the contract term, ensuring performance standards remain high, and managing any potential cost overruns if the firm-fixed-price model proves insufficient for unforeseen complexities. The initial competition with 9 bidders mitigates the risk of a non-competitive award scenario.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesOffice Administrative ServicesOffice Administrative Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)ADMINISTRATIVE SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: HSSCCG-14-R-00021

Offers Received: 9

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1893 METRO CENTER DR STE 210, RESTON, VA, 20190

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $181,835,874

Exercised Options: $135,411,041

Current Obligation: $135,411,041

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2015-06-01

Current End Date: 2021-09-30

Potential End Date: 2021-10-31 00:00:00

Last Modified: 2025-06-03

More Contracts from Brillient Corporation

View all Brillient Corporation federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending