DHS awards $4.9M TSA cloud migration contract to Mythics, LLC under full and open competition

Contract Overview

Contract Amount: $4,904,035 ($4.9M)

Contractor: Mythics, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2017-05-30

End Date: 2019-01-16

Contract Duration: 596 days

Daily Burn Rate: $8.2K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: IGF::OT::IGF CONSULTING SERVICES FOR TSA CLOUD MIGRATION AND DEPLOYMENT

Place of Performance

Location: SPRINGFIELD, LOUDOUN County, DISTRICT OF COLUMBIA, 20598

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $4.9 million to MYTHICS, LLC for work described as: IGF::OT::IGF CONSULTING SERVICES FOR TSA CLOUD MIGRATION AND DEPLOYMENT Key points: 1. Contract awarded via a Blanket Purchase Agreement (BPA) Call, indicating pre-negotiated terms and conditions. 2. Firm Fixed Price contract type suggests predictable costs for the government. 3. The contract duration of 596 days (approx. 1.6 years) provides a defined period for service delivery. 4. Awarded to a single contractor, Mythics, LLC, for specific cloud migration and deployment services. 5. The North American Industry Classification System (NAICS) code 511210 points to software publishers, suggesting a focus on software-related cloud solutions. 6. The contract was not set aside for small businesses, implying larger prime contractors were eligible and potentially awarded.

Value Assessment

Rating: fair

The total award amount of $4.9 million for cloud migration and deployment services over approximately 1.6 years appears to be within a reasonable range for such specialized IT projects. Benchmarking against similar government cloud migration contracts is challenging without more granular data on the specific services rendered and the complexity of the migration. However, the firm fixed-price nature of the contract provides cost certainty, which is a positive indicator for value.

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. The specific mechanism used was a BPA Call, which suggests that the underlying BPA itself was competed. The number of bidders for this specific call is not provided, but the 'full and open' designation generally promotes a competitive environment, which can lead to better pricing and service offerings.

Taxpayer Impact: A full and open competition process is generally favorable for taxpayers as it maximizes the pool of potential offerors, increasing the likelihood of receiving competitive bids and potentially lower prices.

Public Impact

The Transportation Security Administration (TSA) benefits from modernized cloud infrastructure, potentially improving operational efficiency and data management. Services delivered include cloud migration and deployment, crucial for updating legacy IT systems. The primary geographic impact is within the District of Columbia, where the TSA is headquartered. Workforce implications may include the need for specialized IT personnel within TSA or its contractors to manage the new cloud environment.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology sector, specifically focusing on cloud computing services. The market for cloud migration and deployment services is substantial and growing, driven by government mandates and the desire for greater efficiency and scalability. Comparable spending benchmarks for cloud services vary widely based on scope, but government agencies are increasingly investing in cloud solutions to modernize their infrastructure. This contract represents a specific investment by the TSA within this broader IT services market.

Small Business Impact

This contract was not set aside for small businesses, as indicated by 'sb': false. This means that the competition was open to all eligible businesses, including large corporations. There is no explicit information provided regarding subcontracting plans or requirements for small business participation. Therefore, the direct impact on the small business ecosystem is likely minimal unless Mythics, LLC voluntarily includes small businesses in its subcontracting efforts.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Homeland Security's internal oversight mechanisms and the Transportation Security Administration's program management. As a BPA Call, the underlying BPA likely has its own oversight framework. Transparency is facilitated by public contract databases, but detailed performance reporting is often internal. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

it, cloud-computing, consulting-services, dhs, tsa, mythics-llc, firm-fixed-price, full-and-open-competition, bpa-call, district-of-columbia, software-publishers, it-modernization

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $4.9 million to MYTHICS, LLC. IGF::OT::IGF CONSULTING SERVICES FOR TSA CLOUD MIGRATION AND DEPLOYMENT

Who is the contractor on this award?

The obligated recipient is MYTHICS, 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 $4.9 million.

What is the period of performance?

Start: 2017-05-30. End: 2019-01-16.

What specific cloud migration and deployment services were included in this $4.9 million contract?

The provided data indicates the contract was for 'CONSULTING SERVICES FOR TSA CLOUD MIGRATION AND DEPLOYMENT' awarded to MYTHICS, LLC. However, the specific technical services, such as data center consolidation, application refactoring, cloud platform selection (e.g., AWS, Azure, GCP), security implementation, and migration strategy, are not detailed in the summary data. The NAICS code 511210 (Software Publishers) might suggest a focus on migrating or deploying software solutions in the cloud, potentially involving licensing, integration, or customization of software products. Further analysis would require access to the contract's statement of work (SOW).

How does the $4.9 million award compare to other TSA or DHS cloud migration efforts?

Direct comparison of this $4.9 million award to other TSA or DHS cloud migration efforts is difficult without a comprehensive database of similar contracts with detailed scopes of work and durations. Government cloud spending is substantial and varied across agencies and projects. This contract, awarded in 2017 and ending in 2019, represents a specific investment for a defined period. Larger, multi-year cloud modernization programs within DHS or TSA might involve significantly higher total contract values, encompassing broader infrastructure changes, ongoing managed services, and extensive application migrations. This award appears to be for a focused migration and deployment effort rather than an agency-wide overhaul.

What is Mythics, LLC's track record with federal cloud migration contracts?

Mythics, LLC is a government IT solutions provider that has held numerous federal contracts. Their expertise often includes software licensing, cloud solutions, and IT professional services. While this specific contract focuses on TSA cloud migration, Mythics has a history of supporting various federal agencies with cloud-related needs, often through large contract vehicles like NASA SEWP or GSA Schedules. Assessing their specific track record for *cloud migration* would involve reviewing past performance evaluations and the scope of their previous cloud projects across different agencies. Their ability to secure this BPA Call suggests they met the requirements of the underlying BPA competition.

What were the key performance indicators (KPIs) or success metrics for this contract?

The provided summary data does not include specific Key Performance Indicators (KPIs) or success metrics for this contract. Typically, such metrics would be detailed in the contract's Statement of Work (SOW) and could include factors like successful migration of a certain percentage of applications, achievement of specific uptime or performance targets in the cloud environment, adherence to security protocols, completion within budget, and user adoption rates. Without access to the SOW or performance reports, it's impossible to definitively assess the contract's success based on predefined metrics.

What is the historical spending trend for cloud services at the TSA?

Analyzing the historical spending trend for cloud services specifically at the TSA requires access to detailed historical contract data beyond this single award. This $4.9 million contract from 2017-2019 is one data point. To understand trends, one would need to examine aggregate spending on cloud-related NAICS codes (like 511210, 541511, 541512, 541519) and cloud service categories (IaaS, PaaS, SaaS) over multiple fiscal years. Government-wide initiatives like the 'Cloud First' policy and subsequent 'Cloud Smart' strategy have encouraged agencies like TSA to increase cloud adoption, suggesting an overall upward trend in cloud spending across the federal government, likely reflected within TSA as well.

Were there any identified risks or challenges associated with this cloud migration project?

The summary data does not explicitly list risks or challenges encountered during this specific contract. However, cloud migration projects inherently carry risks such as data security vulnerabilities during transfer, potential cost overruns if not managed carefully, integration issues with existing systems, vendor lock-in, and the need for workforce retraining. The firm fixed-price nature of this contract might mitigate some financial risks for the government, but the success would still depend on effective project management and technical execution by Mythics, LLC and oversight by TSA.

Industry Classification

NAICS: InformationSoftware PublishersSoftware Publishers

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSADP AND TELECOMMUNICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Mythics, Inc.

Address: 4525 MAIN ST STE 1500, VIRGINIA BEACH, VA, 23462

Business Categories: Category Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $4,904,035

Exercised Options: $4,904,035

Current Obligation: $4,904,035

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HSHQDC13A00040

IDV Type: BPA

Timeline

Start Date: 2017-05-30

Current End Date: 2019-01-16

Potential End Date: 2019-01-16 12:00:00

Last Modified: 2026-02-04

More Contracts from Mythics, LLC

View all Mythics, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending