Treasury's IRS awards $28.7M for FISMA compliance, with 9 bidders vying for the task order

Contract Overview

Contract Amount: $28,656,869 ($28.7M)

Contractor: Variq Corporation

Awarding Agency: Department of the Treasury

Start Date: 2016-03-31

End Date: 2020-09-30

Contract Duration: 1,644 days

Daily Burn Rate: $17.4K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 9

Pricing Type: COST PLUS FIXED FEE

Sector: IT

Official Description: IGF::CT::IGF FOR CRITICAL FUNCTIONS - TASK ORDER AWARD FOR FISMA COMPLIANCE SUPPORT

Place of Performance

Location: LANHAM, PRINCE GEORGES County, MARYLAND, 20706

State: Maryland Government Spending

Plain-Language Summary

Department of the Treasury obligated $28.7 million to VARIQ CORPORATION for work described as: IGF::CT::IGF FOR CRITICAL FUNCTIONS - TASK ORDER AWARD FOR FISMA COMPLIANCE SUPPORT Key points: 1. The contract's cost-plus-fixed-fee structure requires careful monitoring to ensure cost efficiency. 2. Full and open competition suggests a healthy market for FISMA compliance services. 3. The contract duration of over 4 years indicates a significant, ongoing need for these services. 4. Performance context is crucial given the critical nature of FISMA compliance for IRS operations. 5. This award falls within the 'Other Computer Related Services' NAICS code, a broad category. 6. The task order award mechanism suggests it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract.

Value Assessment

Rating: fair

Benchmarking the value of this specific task order is challenging without knowing the scope of work and the base IDIQ contract it falls under. The cost-plus-fixed-fee (CPFF) pricing structure can lead to cost overruns if not managed diligently. Comparing the total award amount to similar FISMA compliance support contracts would provide better insight into value for money. However, the presence of 9 bidders suggests a competitive environment that should theoretically drive reasonable pricing.

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,' which typically means that while the initial contract might have had restrictions, this specific task order was competed broadly. The participation of 9 bidders indicates a robust level of competition for this particular requirement, suggesting that multiple vendors were capable and interested in providing FISMA compliance support.

Taxpayer Impact: A competitive award process like this generally benefits taxpayers by encouraging lower prices and better service quality as contractors vie for the business.

Public Impact

The Internal Revenue Service (IRS) benefits directly through enhanced cybersecurity posture and compliance with the Federal Information Security Management Act (FISMA). Services delivered include support for FISMA compliance, likely encompassing risk assessments, security control implementation, and policy development. The geographic impact is primarily within the IRS's operational footprint, likely concentrated where its IT infrastructure and personnel are located. Workforce implications may include the need for specialized cybersecurity professionals within the IRS or reliance on external expertise provided by the contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT services sector, specifically focusing on cybersecurity and compliance. The market for FISMA compliance support is significant, driven by federal mandates requiring agencies to secure their information systems. Comparable spending benchmarks would involve analyzing other federal contracts for cybersecurity consulting and compliance services, particularly those supporting large agencies like the IRS. The NAICS code 541519, 'Other Computer Related Services,' is broad but captures the essence of specialized IT support.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary impact on the small business ecosystem would be through potential subcontracting opportunities, if Variq Corporation chooses to engage small businesses. Without specific subcontracting plans detailed in the award, it's difficult to assess the direct benefit to small businesses from this particular contract.

Oversight & Accountability

Oversight for this contract would primarily reside with the contracting officer and the IRS's program management officials. The contract type (CPFF) necessitates close monitoring of expenditures and performance against the fixed fee. Transparency is generally facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract is suspected.

Related Government Programs

Risk Flags

Tags

it-services, cybersecurity, fis জটিলma-compliance, department-of-the-treasury, internal-revenue-service, cost-plus-fixed-fee, full-and-open-competition, task-order, computer-related-services, maryland

Frequently Asked Questions

What is this federal contract paying for?

Department of the Treasury awarded $28.7 million to VARIQ CORPORATION. IGF::CT::IGF FOR CRITICAL FUNCTIONS - TASK ORDER AWARD FOR FISMA COMPLIANCE SUPPORT

Who is the contractor on this award?

The obligated recipient is VARIQ CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of the Treasury (Internal Revenue Service).

What is the total obligated amount?

The obligated amount is $28.7 million.

What is the period of performance?

Start: 2016-03-31. End: 2020-09-30.

What is the specific scope of work covered under this task order for FISMA compliance support?

The provided data indicates the task order is for 'IGF::CT::IGF FOR CRITICAL FUNCTIONS - TASK ORDER AWARD FOR FISMA COMPLIANCE SUPPORT.' While the exact deliverables are not detailed, FISMA compliance support typically involves a range of activities such as developing and implementing security plans, conducting risk assessments, implementing security controls, monitoring system security, incident response planning, and ensuring adherence to NIST (National Institute of Standards and Technology) guidelines and federal cybersecurity directives. Given the IRS's critical functions, the scope likely emphasizes robust protection of sensitive taxpayer data and critical financial systems.

How does the pricing structure (Cost Plus Fixed Fee) compare to other federal FISMA compliance contracts?

Cost Plus Fixed Fee (CPFF) contracts are common in federal IT services, especially when the scope of work is not precisely defined at the outset or is expected to evolve. This structure reimburses the contractor for allowable costs plus a predetermined fixed fee representing profit. Compared to fixed-price contracts, CPFF offers flexibility but carries a higher risk of cost overruns if not managed tightly. Benchmarking requires comparing the fee percentage and total cost against similar CPFF contracts for comparable services. Agencies often prefer fixed-price for well-defined scopes to ensure cost certainty for taxpayers.

What are the key performance indicators (KPIs) used to evaluate Variq Corporation's performance on this contract?

Specific KPIs are not detailed in the provided award data. However, for a FISMA compliance support contract, typical KPIs would likely include metrics related to the timely completion of security assessments, the effectiveness of implemented security controls (e.g., reduction in security incidents or vulnerabilities), adherence to reporting deadlines, successful audits or reviews, and the contractor's responsiveness to identified security issues. The IRS program office and contracting officer would establish and monitor these KPIs throughout the contract's duration.

What is Variq Corporation's track record in providing similar cybersecurity and compliance services to federal agencies?

Variq Corporation has a history of performing federal IT services. While specific details on their FISMA compliance expertise require deeper research into past performance evaluations and contract history, their ability to win this task order under full and open competition suggests they possess the necessary qualifications and experience. Federal procurement databases and past performance reviews would offer more granular insights into their success rates, client satisfaction, and specific expertise in cybersecurity domains relevant to agencies like the IRS.

How does the $28.7 million award amount compare to historical IRS spending on FISMA compliance?

To assess this, one would need to analyze historical IRS spending data specifically allocated to FISMA compliance and related cybersecurity services over several fiscal years. The $28.7 million award covers a period of approximately 4 years (March 2016 - September 2020), equating to roughly $7.175 million per year. Comparing this annual average to previous IRS budgets for similar functions would reveal whether this represents an increase, decrease, or stable level of investment in maintaining its cybersecurity posture and compliance.

What are the potential risks associated with this contract, and what mitigation strategies are in place?

Potential risks include cost overruns due to the CPFF structure, contractor performance issues failing to meet compliance standards, scope creep, and cybersecurity vulnerabilities within the contractor's own systems. Mitigation strategies typically involve robust contract oversight, clearly defined performance metrics, regular progress reviews, strong security protocols for contractor personnel accessing IRS systems, and contingency planning. The competitive nature of the award also serves as a risk mitigation factor, as multiple vendors were deemed capable.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 9

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 1200 G ST NW STE 800, WASHINGTON, DC, 20005

Business Categories: Category Business, Hispanic American Owned Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,855,044,965

Exercised Options: $2,516,908,870

Current Obligation: $28,656,869

Actual Outlays: $8,361,886

Subaward Activity

Number of Subawards: 10

Total Subaward Amount: $1,128,000

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: TIRNO11D00070

IDV Type: IDC

Timeline

Start Date: 2016-03-31

Current End Date: 2020-09-30

Potential End Date: 2021-03-30 08:01:07

Last Modified: 2022-09-09

More Contracts from Variq Corporation

View all Variq Corporation federal contracts →

Other Department of the Treasury Contracts

View all Department of the Treasury contracts →

Explore Related Government Spending