U.S. Customs and Border Protection is posting this justification for exception to fair opportunity to SAM.gov post award of an interim task order for MGD Financial Analytics, Governance, and Acquisition Support Services.
Solicitation Number: 20150588
Department/Ind. Agency: HOMELAND SECURITY, DEPARTMENT OF
Sub-tier: US CUSTOMS AND BORDER PROTECTION
Task/Delivery Order Number:: 70B04C25F00001307
Authority: Urgency
CBP intends to award a firm-fixed-price task order to include a three (3) month base period of performance, and three (3), one (1) month option periods in accordance with (IAW) FAR 16.505(b)(2)(i)(A) under the One Acquisition Solution for Integrated Services Plus Unrestricted (OASIS+ UR)
This interim task order will provide continued services for MGD’s Financial Management Division (FMAD) and the Strategic Planning & Mission Engagement Division (SPME) to allow for sufficient time to adequately recompete this requirement amongst the OAISIS+UR contract awardees.
The Contracting Officer recognizes that CBP encounters risks when the agency is a few JEFOs deep in delaying competition, but CBP is acting in good faith based on our agency’s on-going need to ensure continuity of services while preparing for a competitive acquisition. The CBP Procurement Team is able to provide additional explanation necessary showing that the agency has indeed engaged in advance planning since the last JEFO. This final set of delays in providing for full and open competition is not the result of a lack of advance planning.
This new requirement, which combines two legacy awards, was to be re-competed against CBP Enterprise Business Management Support Services 2 (EBMSS2) Blanket Purchase Agreement (BPA) holders.
EBMSS2 was due to be awarded in Q2 of fiscal year (FY)25, but due to delay in the finalizations and approvals at DHS HQ, EBMSS 2.0 has only recently been approved by S1 and PD Leadership in September 2025 to award EBMSS 2.0 in OCT FY26. Note that EBMSS 2.0 is a multiple award BPA and the award of multiple BPAs will likely trigger protest actions given the lengthy overall process of finalizing this procurement.
Meanwhile, the overall work effort under the CPIC legacy contract has been consolidated with the Management and Governance (MGD) work under a related, separate award, and reassigned to new technical leads, and the new CBP/PD/OIT Team has essentially started over, and will issue a new, short-term award to Deloitte, the common prime contractor on both awards, to streamline the requirement, reduce overall spending, and technically bridge this final gap in a potential break of service.
Thus, the need for the 3-month base period, followed by 3, one month option periods is to allow for award of EBMSS2, solicitation of the CPIC/MGD re-compete, and transition to a new contractor(s) (if needed).
The Contractor support for this requirement must begin September 30, 2025 without a break in service. This requirement involves investment management and budget support to ensure compliance with CBP, DHS, and OMB policies and guidance. The unique nature of the work being performed under this requirement necessitates that, to be successful, the contractor must possess comprehensive knowledge of the DHS Investment Evaluation, Submission, and Tracking (INVEST) system, collaboration/coordination with DHS OCIO on the DHS CPIC process, custom-designed Dashboards and CBP OIT leadership requirements, IT financial management, planning, and analysis services key to cloud migration, tech refresh planning, and cyber security investments for funding requirements and justifications. In addition, the contractor must possess full background investigations prior to commencement of work. Deloitte Consulting currently works extensively in the INVEST system, thoroughly understands the CPIC process, designed the Dashboards used by CBP leadership for budget and investment planning purposes, and provides subject matter experts to assist in financial planning, forecasting, and cloud migration modernization efforts.
In addition to CPIC support, the incumbents provide IT financial management, planning, and analysis services supporting analytical platforms to inform in-year execution. This support is critical to key ongoing modernization efforts, i.e., cloud migration, tech refresh planning, and cyber security investments to inform funding requirements and justifications. Due to the planned retirement of the CBP National Data Center, this on-going support is critical in financial management and monitoring of CBP’s cloud environments and assisting funding decisions for cloud migration. The incumbent supports the initial financial planning process and cost estimation for the migration and has retained the personnel and expertise that would be costly to replace.
Additionally, the size and scope of the incumbent has delivered modernization specific Subject Matter Experts (SMEs), as needed throughout the life of the contract within the framework of the firm fixed price contract.
CBP OIT fully intends to compete the next iteration of this contract action to award a task order to include a 12-month base period and four, 12-month option periods. CBP must maintain the incumbent of the interim task order as it continues to refine and define the requirements for the next competition.
Posted September 30, 2025
This is a 6-month contract for Management and Governance Directorate (MGD) Financial Analytics, Governance, and Acquisition Support Services
Awardee: DELOITTE CONSULTING LLP
UEI: CKV2L9GZKJK3
Funding Agency: DHS U.S. CUSTOMS AND BORDER PROTECTION OFFICE OF INFORMATION AND TECHNOLOGY
Award ID: 70B04C25F00001307
Referenced IDV ID: 47QRCA25DU100 | Oasis+ UR
Base and All Options Value (Total Contract Value): $3,816,916.80
Number of Bidders: 1



