DHS awards $25.4M firm-fixed-price order for desktop refresh to Wildflower International, Ltd
Contract Overview
Contract Amount: $25,406,958 ($25.4M)
Contractor: Wildflower International, Ltd.
Awarding Agency: Department of Homeland Security
Start Date: 2011-09-26
End Date: 2013-01-31
Contract Duration: 493 days
Daily Burn Rate: $51.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THIS PR IS FOR THE DESKTOP REFRESH PROCUREMENT. THIS DELIVERY ORDER IS TO BE EXECUTED UNDER SOLICITATION NUMBER HSTS03-11-R-CIO314; PROCUREMENT REQUESTS 21-10-200CIO336 AND 21-11-201CIO253 POC: JOHN KALEC 571-227-3763
Place of Performance
Location: ARLINGTON, LOUDOUN County, VIRGINIA, 20598, UNITED STATES OF AMERICA
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $25.4 million to WILDFLOWER INTERNATIONAL, LTD. for work described as: THIS PR IS FOR THE DESKTOP REFRESH PROCUREMENT. THIS DELIVERY ORDER IS TO BE EXECUTED UNDER SOLICITATION NUMBER HSTS03-11-R-CIO314; PROCUREMENT REQUESTS 21-10-200CIO336 AND 21-11-201CIO253 POC: JOHN KALEC 571-227-3763 Key points: 1. This order represents a significant investment in IT infrastructure modernization for the TSA. 2. The contract was awarded under full and open competition, suggesting a competitive bidding process. 3. The firm-fixed-price structure shifts performance risk to the contractor, potentially stabilizing costs. 4. The duration of the order is substantial, spanning over a year, indicating a complex refresh. 5. The specific NAICS code points to electronic computer manufacturing, aligning with desktop hardware. 6. The award to Wildflower International, Ltd. warrants a review of their past performance and capacity.
Value Assessment
Rating: fair
The total value of this delivery order is $25.4 million. Without specific details on the number of desktops or the scope of services included, a direct value-for-money assessment is challenging. However, the firm-fixed-price contract type suggests that the government has negotiated a set price, which can be advantageous if the contractor can deliver efficiently. Benchmarking against similar large-scale desktop refresh contracts across federal agencies would be necessary for a more precise evaluation of cost-effectiveness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. This approach generally fosters a competitive environment, which can lead to better pricing and innovation. The solicitation number and procurement request numbers suggest a structured and documented competitive process. The number of bidders is not specified, but full and open competition is the preferred method for maximizing competition.
Taxpayer Impact: Full and open competition is generally beneficial for taxpayers as it is expected to drive down prices through market forces and encourage a wider range of solutions.
Public Impact
Employees within the Department of Homeland Security, specifically the Transportation Security Administration, will benefit from updated computing hardware. The services delivered likely include the procurement, configuration, and deployment of new desktop computers. The geographic impact is likely nationwide, supporting TSA personnel across various locations. This contract supports the IT workforce by providing necessary tools for their daily operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the number of units and scope of services makes value assessment difficult.
- The contractor's track record and capacity for a large-scale refresh are not detailed.
- Potential for scope creep if not managed tightly, despite the firm-fixed-price structure.
Positive Signals
- Awarded under full and open competition, maximizing potential for competitive pricing.
- Firm-fixed-price contract type shifts risk to the contractor.
- The contract duration suggests a comprehensive and planned approach to IT modernization.
Sector Analysis
This contract falls within the Information Technology sector, specifically focusing on computer hardware procurement and deployment. The market for federal IT hardware is substantial, with agencies consistently investing in refreshing aging equipment to maintain operational efficiency and security. This contract aligns with broader government initiatives to modernize IT infrastructure and ensure agencies have the necessary tools to perform their missions. Comparable spending benchmarks would involve looking at other large-scale desktop refresh programs within agencies like DHS, GSA, or DoD.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside. However, the prime contractor, Wildflower International, Ltd., may choose to subcontract portions of this work to small businesses as part of their overall business strategy, though this is not mandated by the contract terms provided.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the program office within the Transportation Security Administration. The firm-fixed-price nature of the contract means oversight will focus on ensuring delivery according to specifications and schedule. Transparency is facilitated by the public nature of contract awards. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- DHS IT Modernization Programs
- TSA End-User Computing Services
- Federal Desktop Computer Procurements
- GSA IT Schedule Contracts
Risk Flags
- Potential for cost overruns if scope is not clearly defined.
- Contractor performance risk on large-scale deployments.
- Need for robust government oversight to ensure timely delivery and quality.
- Dependence on specific hardware models may lead to future compatibility issues.
Tags
it, department-of-homeland-security, transportation-security-administration, delivery-order, large-category, full-and-open-competition, firm-fixed-price, electronic-computer-manufacturing, virginia, desktop-refresh
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $25.4 million to WILDFLOWER INTERNATIONAL, LTD.. THIS PR IS FOR THE DESKTOP REFRESH PROCUREMENT. THIS DELIVERY ORDER IS TO BE EXECUTED UNDER SOLICITATION NUMBER HSTS03-11-R-CIO314; PROCUREMENT REQUESTS 21-10-200CIO336 AND 21-11-201CIO253 POC: JOHN KALEC 571-227-3763
Who is the contractor on this award?
The obligated recipient is WILDFLOWER INTERNATIONAL, LTD..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $25.4 million.
What is the period of performance?
Start: 2011-09-26. End: 2013-01-31.
What is the specific number of desktop computers being procured under this delivery order, and what is the unit cost?
The provided data does not specify the exact number of desktop computers being procured. The total award amount is $25,406,957.78. To determine the unit cost, the number of units would need to be divided into the total award amount. For example, if 10,000 desktops were procured, the unit cost would be approximately $2,540. If 20,000 desktops were procured, the unit cost would be approximately $1,270. Without the quantity, a precise unit cost cannot be calculated, making it difficult to benchmark against market rates or similar government procurements.
What is the track record of Wildflower International, Ltd. with similar large-scale desktop refresh contracts for federal agencies?
Information regarding Wildflower International, Ltd.'s specific track record with large-scale desktop refresh contracts is not detailed in the provided data. While the company is listed as the awardee, further research into their past performance, client satisfaction, and experience with similar procurements would be necessary. Federal procurement databases and past performance reviews would be the primary sources for this information. Assessing their ability to manage a contract of this size and duration, and deliver on time and within budget, is crucial for understanding the risk associated with this award.
How does the $25.4 million cost compare to industry benchmarks for IT hardware procurement and deployment of this scale?
A direct comparison to industry benchmarks for this $25.4 million contract is challenging without knowing the exact quantity and specifications of the desktop computers, as well as the scope of deployment services included. However, federal IT hardware procurement often involves different pricing structures than the commercial sector due to volume, security requirements, and longer support lifecycles. If this order includes high-performance workstations or specialized equipment, the cost per unit would naturally be higher. Benchmarking would require comparing the cost per unit (once determined) against GSA Schedule pricing, other agency procurements for similar equipment, and commercial bulk purchase agreements, factoring in any value-added services.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this delivery order?
The provided data does not specify the key performance indicators (KPIs) or service level agreements (SLAs) for this delivery order. Typically, for a desktop refresh contract, KPIs might include on-time delivery rates, successful deployment percentages, hardware failure rates within a warranty period, and user satisfaction scores. SLAs would define the expected response times for technical support, hardware repair turnaround times, and availability of replacement parts. These metrics are crucial for measuring the contractor's performance and ensuring the government receives the expected value and service quality.
What is the historical spending pattern for desktop refresh procurements by the TSA or DHS over the last five years?
The provided data focuses on a single delivery order and does not offer historical spending patterns for desktop refresh procurements by the TSA or DHS. To analyze historical spending, one would need to query federal procurement databases (like USASpending.gov or FPDS) for contracts awarded by these agencies under relevant NAICS codes (e.g., 334111 for Electronic Computer Manufacturing, or IT services codes) related to desktop hardware and refresh services over the past five fiscal years. This analysis would reveal trends in spending, average contract values, and the primary contractors involved.
Are there any specific security or compliance requirements mandated for the hardware procured under this contract?
The provided data does not explicitly detail the specific security or compliance requirements for the hardware procured under this contract. However, as the Department of Homeland Security (DHS) and its Transportation Security Administration (TSA) are involved, it is highly probable that the procured desktops must meet stringent federal security standards. This could include requirements related to data encryption, secure boot processes, adherence to NIST guidelines, and potentially specific certifications for hardware components. The contracting officer's final decision would be based on the solicitation's detailed specifications.
Industry Classification
NAICS: Manufacturing › Computer and Peripheral Equipment Manufacturing › Electronic Computer Manufacturing
Product/Service Code: INFORMATION TECHNOLOGY EQUIPMENT (INCLD FIRMWARE) SOFTWARE,SUPPLIES& SUPPORT EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1500 S SAINT FRANCIS DR, SANTA FE, NM, 87505
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $25,406,958
Exercised Options: $25,406,958
Current Obligation: $25,406,958
Contract Characteristics
Multi-Year Contract: Yes
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HSTS0311DCIO314
IDV Type: IDC
Timeline
Start Date: 2011-09-26
Current End Date: 2013-01-31
Potential End Date: 2013-01-31 00:00:00
Last Modified: 2016-09-15
More Contracts from Wildflower International, Ltd.
- IT Commodities and Related Services — $97.4M (Department of Homeland Security)
- Master Delivery Order II - for IT Equipment and Ancillary Services — $88.6M (Department of Homeland Security)
- Requirement to Procure Network Equipment Across Installations Within the Department of Defense. the Equipment Will BE in Support of Network Modernization Efforts (netmod) — $48.8M (Department of Defense)
- Laptop Refresh — $31.0M (Department of Homeland Security)
- THE National Response Coordination Center Refresh and Modernization Effort IS to Optimize Space Design, Provide the Tools (AV and IT) Needed to Maximize the Performance, Reliability and Capabilities of the Coordination Center — $6.9M (Department of Homeland Security)
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)