DHS awards $59.3M IT contract to Dev Technology Group for TSA's Mission Scheduler System
Contract Overview
Contract Amount: $59,322,767 ($59.3M)
Contractor: DEV Technology Group Inc
Awarding Agency: Department of Homeland Security
Start Date: 2015-12-24
End Date: 2020-12-23
Contract Duration: 1,826 days
Daily Burn Rate: $32.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::OT::IGF - MISSION SCHEDULER AND NOTIFICATION SYSTEM (MSNS) INFORMATION TECHNOLOGY (IT) SUPPORT SERVICES FOR THE TRANSPORTATION SECURITY ADMINISTRATION.
Place of Performance
Location: EGG HARBOR TOWNSHIP, ATLANTIC County, NEW JERSEY, 08234
Plain-Language Summary
Department of Homeland Security obligated $59.3 million to DEV TECHNOLOGY GROUP INC for work described as: IGF::OT::IGF - MISSION SCHEDULER AND NOTIFICATION SYSTEM (MSNS) INFORMATION TECHNOLOGY (IT) SUPPORT SERVICES FOR THE TRANSPORTATION SECURITY ADMINISTRATION. Key points: 1. Contract value represents a significant investment in critical IT infrastructure for the TSA. 2. Full and open competition suggests a potentially competitive pricing environment. 3. The contract duration of 5 years indicates a long-term need for these services. 4. Fixed-price contract type shifts performance risk to the contractor. 5. The IT support services are essential for the operational efficiency of the TSA. 6. The award to a single contractor highlights the importance of specialized IT support.
Value Assessment
Rating: good
The contract value of $59.3 million over five years for IT support services appears reasonable given the critical nature of the TSA's operations. Benchmarking against similar IT support contracts for federal agencies of comparable size and scope would provide a more precise value-for-money assessment. The firm fixed-price structure suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The presence of 3 bidders suggests a moderate level of competition, which is generally conducive to achieving fair market prices. A higher number of bidders could potentially lead to even more competitive pricing, but three bidders still provide a basis for price discovery.
Taxpayer Impact: The full and open competition process likely resulted in a more competitive price for taxpayers compared to a sole-source or limited competition award.
Public Impact
The Transportation Security Administration (TSA) benefits directly through enhanced IT support for its mission-critical systems. Travelers and the general public benefit indirectly from the improved operational efficiency and security facilitated by reliable IT systems. The contract supports IT infrastructure and services primarily within New Jersey. The contract likely supports a workforce of IT professionals involved in system maintenance, development, and support.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if follow-on contracts are not competitively procured.
- Dependence on a single contractor for critical IT functions could pose a risk if performance issues arise.
Positive Signals
- The firm fixed-price contract type incentivizes contractor efficiency and cost control.
- Full and open competition suggests a robust procurement process that considered multiple vendors.
- The contract duration indicates a stable and predictable IT support environment for the TSA.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on computing infrastructure, data processing, and hosting. The federal IT services market is substantial, with agencies across the government relying heavily on contractors for specialized support. Comparable spending benchmarks for similar IT support systems within large federal agencies would be necessary for a precise comparison, but the $59.3 million over five years is a significant, yet not unusual, investment for critical national infrastructure support.
Small Business Impact
The data indicates that this contract was not specifically set aside for small businesses, and the prime contractor, Dev Technology Group Inc., is not explicitly identified as a small business in this context. There is no information provided regarding subcontracting plans for small businesses. Further analysis would be needed to determine if small businesses are involved in the supply chain or if subcontracting opportunities exist.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and program officials within the Transportation Security Administration (TSA). The Department of Homeland Security's Office of Inspector General (OIG) may also conduct audits or investigations into the contract's performance and financial management. Transparency is generally maintained through contract award databases and reporting requirements, though specific performance metrics are often internal.
Related Government Programs
- TSA IT Modernization Programs
- DHS Cybersecurity Initiatives
- Federal Civilian IT Infrastructure Support
- Mission Critical Systems Support Contracts
Risk Flags
- Potential for performance issues impacting critical TSA operations.
- Risk of security vulnerabilities if contractor's cybersecurity measures are inadequate.
- Dependence on a single contractor for essential IT functions.
Tags
it-support-services, transportation-security-administration, department-of-homeland-security, full-and-open-competition, firm-fixed-price, computing-infrastructure, data-processing, web-hosting, new-jersey, mission-scheduler-notification-system, dev-technology-group-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $59.3 million to DEV TECHNOLOGY GROUP INC. IGF::OT::IGF - MISSION SCHEDULER AND NOTIFICATION SYSTEM (MSNS) INFORMATION TECHNOLOGY (IT) SUPPORT SERVICES FOR THE TRANSPORTATION SECURITY ADMINISTRATION.
Who is the contractor on this award?
The obligated recipient is DEV TECHNOLOGY GROUP INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $59.3 million.
What is the period of performance?
Start: 2015-12-24. End: 2020-12-23.
What is the track record of Dev Technology Group Inc. with federal contracts, particularly within the Department of Homeland Security?
Dev Technology Group Inc. has a history of securing federal contracts, including those with the Department of Homeland Security (DHS) and its components like the Transportation Security Administration (TSA). Their contract portfolio often includes IT services, software development, and system integration. Analyzing their past performance on similar contracts, including any past performance evaluations or reported issues, would provide insight into their reliability and capability. A review of their award history can indicate their experience level and success in delivering on government requirements. Specific details on past performance metrics, such as on-time delivery, quality of work, and adherence to budget, would be crucial for a comprehensive assessment.
How does the awarded price of $59.3 million compare to market rates for similar IT support services for a federal agency of the TSA's size?
The awarded price of $59.3 million over five years for the TSA's Mission Scheduler and Notification System (MSNS) IT support services needs to be benchmarked against market data for comparable services. Factors influencing market rates include the complexity of the system, the level of support required (e.g., 24/7 operations, specialized expertise), the geographic location of service delivery, and the specific technologies involved. Without detailed service level agreements (SLAs) and a breakdown of the services provided, a precise comparison is challenging. However, for a critical national security agency like the TSA, investing in robust IT support is expected. A thorough market analysis would involve examining data from similar contracts awarded to other federal agencies or large commercial enterprises for comparable IT infrastructure and support.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract, and how is performance measured?
The specific Key Performance Indicators (KPIs) and Service Level Agreements (SLAs) for the IGF::OT::IGF - MISSION SCHEDULER AND NOTIFICATION SYSTEM (MSNS) INFORMATION TECHNOLOGY (IT) SUPPORT SERVICES contract are not detailed in the provided data. Typically, for IT support contracts of this nature, KPIs would focus on system uptime, response times for issue resolution, incident resolution rates, security compliance, and user satisfaction. SLAs define the minimum acceptable performance levels for these metrics. Performance measurement is usually conducted through regular reporting by the contractor, government acceptance of deliverables, and potentially through independent government quality assurance surveillance plans. The contracting officer's representative (COR) plays a key role in monitoring contractor performance against these defined metrics.
What is the historical spending pattern for IT support services related to the TSA's Mission Scheduler and Notification System?
To understand the historical spending pattern for the TSA's Mission Scheduler and Notification System (MSNS) IT support services, one would need to examine previous contracts awarded for this specific system or its predecessors. This would involve searching federal procurement databases for awards made prior to the current $59.3 million contract (2015-2020). Analyzing the value, duration, and scope of these prior contracts would reveal trends in IT support investment. For instance, was spending consistent, increasing, or decreasing? Were there significant changes in the scope of services or the contractors involved? Understanding this history provides context for the current award, indicating whether the $59.3 million represents a typical investment, an increase due to new requirements, or a decrease due to efficiency gains or system consolidation.
What are the potential risks associated with relying on Dev Technology Group Inc. for critical IT infrastructure support for the TSA?
Potential risks associated with relying on Dev Technology Group Inc. for critical IT infrastructure support for the TSA include performance failures, security breaches, cost overruns (though mitigated by fixed-price), and contractor personnel issues. If the contractor fails to meet performance standards outlined in the contract, it could disrupt TSA operations, impacting security and efficiency. A security breach originating from the contractor's systems or personnel could compromise sensitive data. Dependence on a single vendor also creates a risk of vendor lock-in and limits flexibility in adapting to new technologies or changing requirements. Furthermore, the availability and retention of skilled personnel by the contractor are crucial; a shortage could impact service delivery. Thorough oversight and clear contract terms are essential to mitigate these risks.
Industry Classification
NAICS: Information › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related 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
Solicitation ID: HSTS07-15-R-00043
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1984 ISAAC NEWTON SQ W STE 302, RESTON, VA, 20190
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $60,375,442
Exercised Options: $59,322,767
Current Obligation: $59,322,767
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: HSHQDC13DE2058
IDV Type: IDC
Timeline
Start Date: 2015-12-24
Current End Date: 2020-12-23
Potential End Date: 2020-12-23 12:12:00
Last Modified: 2022-05-02
More Contracts from DEV Technology Group Inc
- THE Purpose of This Task Order (TO) IS to Procure Application Development and Operation and Maintenance Support Services for the Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP) Cargo Systems Program Directorate (cspd) to Develop and Support Cargo Systems Applications. the Scope of the Support Required for This to Shall Include BUT, IS NOT Limited to, Collections Features, Cargo Release/Se Features, Post Release Features, Itds Single Window Features, Manifest Features, and Cargo Export Functionality — $184.0M (Department of Homeland Security)
- Application Development and Operation and Maintenance Support Services — $168.0M (Department of Homeland Security)
- Interim Bridge Task Order Award for Application Development, Operation and Maintenance Support Services in Support of the Cargo Services Program Directorate for ACE and Atap Platforms — $116.4M (Department of Homeland Security)
- Enforcement Systems Operations and Maintenance (O&M) Support Services — $66.0M (Department of Homeland Security)
- Fast 2.5 O&M, Fast Fams, Pipeline — $35.5M (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)