DHS awards $44.8M for Program Management Support to Miracle Systems LLC
Contract Overview
Contract Amount: $44,801,292 ($44.8M)
Contractor: Miracle Systems LLC
Awarding Agency: Department of Homeland Security
Start Date: 2016-07-18
End Date: 2020-07-17
Contract Duration: 1,460 days
Daily Burn Rate: $30.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::OT::IGF PROGRAM MANAGEMENT SUPPORT SERVICES FOR THE OFFICE OF INTELLIGENCE&ANALYSIS
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22209
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $44.8 million to MIRACLE SYSTEMS LLC for work described as: IGF::OT::IGF PROGRAM MANAGEMENT SUPPORT SERVICES FOR THE OFFICE OF INTELLIGENCE&ANALYSIS Key points: 1. Total contract value of $44.8M over 4 years. 2. Competition was full and open after exclusion of sources. 3. Risk appears moderate given the service nature and fixed-price contract. 4. Sector is IT/Engineering Services, supporting intelligence analysis.
Value Assessment
Rating: good
The contract value of $44.8M over four years averages $11.2M annually. This seems reasonable for program management support services, but a direct comparison to similar contracts is needed for a definitive assessment.
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. This method generally promotes competitive pricing and ensures the government receives the best value.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for necessary program management support.
Public Impact
Supports critical intelligence and analysis functions within DHS. Ensures continuity of program management for key TSA initiatives. Provides specialized engineering and technical expertise.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in program management.
- Reliance on a single vendor for critical support.
- Contract duration may not align with evolving needs.
Positive Signals
- Fixed-price contract encourages cost control.
- Full and open competition drives value.
- Experienced vendor likely provides stable support.
Sector Analysis
This contract falls within the Engineering Services sector, specifically supporting program management for intelligence and analysis. Spending in this area is crucial for government efficiency and effectiveness, with benchmarks varying widely based on the complexity and scope of the programs supported.
Small Business Impact
The data does not indicate if small businesses were involved in the subcontracting process. Further analysis would be needed to determine the extent of small business participation.
Oversight & Accountability
The contract was awarded by the Department of Homeland Security, Transportation Security Administration. Oversight would typically involve program managers ensuring deliverables meet requirements and performance standards.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Potential for vendor lock-in.
- Dependence on contractor expertise.
- Risk of cost overruns if scope is not well-defined.
- Need for robust performance monitoring.
Tags
engineering-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 $44.8 million to MIRACLE SYSTEMS LLC. IGF::OT::IGF PROGRAM MANAGEMENT SUPPORT SERVICES FOR THE OFFICE OF INTELLIGENCE&ANALYSIS
Who is the contractor on this award?
The obligated recipient is MIRACLE SYSTEMS LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $44.8 million.
What is the period of performance?
Start: 2016-07-18. End: 2020-07-17.
What specific program management functions are being supported, and how do they align with TSA's strategic goals?
The contract supports program management for the Office of Intelligence & Analysis. This likely includes tasks such as planning, organizing, staffing, directing, and controlling program activities. The alignment with TSA's strategic goals would depend on the specific intelligence and analysis programs being managed, which are critical for security operations and threat assessment.
What are the key performance indicators (KPIs) for this contract, and how is performance being measured?
Key performance indicators are not detailed in the provided data. Typically, for program management support, KPIs might include on-time delivery of milestones, adherence to budget, quality of reports, and effective stakeholder communication. Performance is usually measured through regular progress reports, reviews, and potentially user feedback.
How does the 'exclusion of sources' in the competition method impact potential cost savings or innovation?
Excluding sources, even in a full and open competition context, suggests specific criteria were met that limited the pool of eligible bidders. While it can ensure specialized expertise, it might also limit broader competition, potentially impacting cost savings and the introduction of novel solutions from vendors not initially considered.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1621 N KENT STREET SUITE 1000, ARLINGTON, VA, 22209
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $44,801,292
Exercised Options: $44,801,292
Current Obligation: $44,801,292
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS00Q14OADS128
IDV Type: IDC
Timeline
Start Date: 2016-07-18
Current End Date: 2020-07-17
Potential End Date: 2020-07-17 00:00:00
Last Modified: 2023-05-16
More Contracts from Miracle Systems LLC
- Cisa Program Management Support Services Pmss Award — $224.1M (General Services Administration)
- THE Purpose of This to IS to Provide Support to Mc&fp for ALL O&E Activities, Programs, Policies, and Resources Including Stakeholder Affairs, Strategic Communications and Analysis, CCS, Digital Strategies, and Community and Public Engagement — $192.5M (General Services Administration)
- ATA Technical Staffing Services Igf::cl::igf — $146.8M (Department of State)
- Mc&fp Modes Bridge — $60.8M (General Services Administration)
- Strategic Programs Award — $40.5M (Agency for International Development)
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)