Federal Bureau of Investigation: Weak Controls over Trilogy
Project Led to Payment of Questionable Contractor Costs and
Missing Assets (02-MAY-06, GAO-06-698T).
The Trilogy project--initiated in 2001--is the Federal Bureau of
Investigation's (FBI) largest information technology (IT) upgrade
to date. While ultimately successful in providing updated IT
infrastructure and systems, Trilogy was not a success with regard
to upgrading FBI's investigative applications. Further, the
project was plagued with missed milestones and escalating costs,
which eventually totaled nearly $537 million. This testimony
focuses on (1) the internal controls over payments to
contractors, (2) payments of questionable contractor costs, and
(3) FBI's accountability for assets purchased with Trilogy
project funds.
-------------------------Indexing Terms-------------------------
REPORTNUM: GAO-06-698T
ACCNO: A53139
TITLE: Federal Bureau of Investigation: Weak Controls over
Trilogy Project Led to Payment of Questionable Contractor Costs
and Missing Assets
DATE: 05/02/2006
SUBJECT: Accountability
Contract administration
Contract oversight
Contractor payments
Federal procurement
Information technology
Internal controls
Invoices
Questionable payments
Questionable procurement charges
Cost analysis
FBI Trilogy Project
******************************************************************
** This file contains an ASCII representation of the text of a **
** GAO Product. **
** **
** No attempt has been made to display graphic images, although **
** figure captions are reproduced. Tables are included, but **
** may not resemble those in the printed version. **
** **
** Please see the PDF (Portable Document Format) file, when **
** available, for a complete electronic file of the printed **
** document's contents. **
** **
******************************************************************
GAO-06-698T
* Insufficient Invoice Review and Approval Process Increased F
* Some Payments Made to Contractors Were for Questionable Cost
* First-class Travel and Other Excessive Airfare Costs
* Excess Overtime Charges
* Questionable Labor Rates
* Other Questionable Costs
* Major Lapses in Accountability Resulted in Millions of Dolla
* Concluding Comments
* Contact and Acknowledgments
* Order by Mail or Phone
Testimony
Before the Committee on the Judiciary, U.S.Senate
United States Government Accountability Office
GAO
For Release on Delivery Expected at 9:30 a.m. EDT
Tuesday, May 2, 2006
FEDERAL BUREAU OF INVESTIGATION
Weak Controls over Trilogy Project Led to Payment of Questionable
Contractor Costs and Missing Assets
Statement of Linda M. Calbom, Director Financial Management and Assurance
GAO-06-698T
Mr. Chairman and Members of the Committee:
Thank you for the opportunity to discuss the results of our audit of the
Federal Bureau of Investigation's (FBI) internal controls over contract
payments related to the Trilogy project and safeguarding assets purchased
with Trilogy funds. Our recently issued report,1 developed at the request
of this committee, identifies weaknesses in FBI's ability to establish and
implement controls that reasonably ensure, among other things, that goods
and services billed were actually received and that the amounts billed
were appropriate. Further, our report also discusses how FBI failed to
establish controls to maintain accountability over equipment purchased for
the Trilogy project. These weaknesses resulted in payment of millions of
dollars in questionable contractor costs and missing assets. It is
imperative that FBI correct these weaknesses in order to avoid similar
outcomes for its Sentinel and other information technology (IT) projects.
Before I get into our audit findings, let me first provide some brief
background on the Trilogy project. For several years, FBI's IT systems
were considered archaic and inadequate for efficiently and effectively
investigating criminal and other cases. Initiated in mid-2001,
Trilogy-FBI's largest IT upgrade to date-was intended to modernize FBI's
IT infrastructure and systems and provide needed applications to help FBI
agents, analysts, and others do their jobs. The Trilogy project consisted
of two primary efforts-upgrades to FBI's IT infrastructure2 and
development of an investigative application system to more efficiently
access case files, which became known as the Virtual Case File (VCF)
system. FBI entered into an interagency agreement with the General
Services Administration (GSA), which served as the contracting agency to
acquire the services of two primary contractors to carry out the Trilogy
project. DynCorp-now Computer Services Corporation (CSC)-was responsible
for the IT infrastructure upgrade, while Science Applications
International Corporation (SAIC) was responsible for development of the
VCF system. In addition, FBI contracted with Mitretek to assist in the
administration and oversight of the project.
1 GAO, Federal Bureau of Investigation: Weak Controls over Trilogy Project
Led to Payment of Questionable Contractor Costs and Missing Assets,
GAO-06-306 (Washington, D.C.: Feb. 28, 2006).
2 The IT infrastructure portion of Trilogy consisted of two parts: (1)
upgrades to FBI's computer hardware and software and (2) upgrades to FBI's
communication network.
Although the original scheduled completion date for the overall Trilogy
project was June 2004, after September 11, 2001, FBI instituted an
accelerated deployment plan. The targeted completion date for the portion
of Trilogy related to FBI's IT infrastructure was accelerated from May
2004 to July 2002. However, after several delays the upgrade was completed
in April 2004, only a month before the "pre-accelerated" due date.
While the scheduled completion date for the VCF system was originally June
2004, the due date for the first VCF deliverable was accelerated to
December 2003. However, in July 2004, the VCF portion of the Trilogy
project was scaled back after the completion of the first phase of the
project was determined to be infeasible and cost prohibitive as originally
envisioned. The scaled back VCF effort was recast as a pilot that ended in
March 2005, and was to be used by FBI to help develop requirements for a
successor information management system initiative, referred to as
Sentinel. The overall cost of the Trilogy project, originally estimated at
approximately $380 million, ultimately escalated to approximately $537
million.
The Department of Justice Office of Inspector General has reported on
numerous issues that contributed to the cost increases and delays,
including poorly defined and slowly evolving design requirements,
contracting weaknesses, unrealistic task scheduling, and lack of
management continuity and oversight for tracking and overseeing costs
effectively.3 We also earlier reported on weaknesses in FBI's IT systems
development and management capabilities, including contractor oversight.4
Because of these issues, you asked us to audit the costs of the Trilogy
project, the majority of which represented the purchase of goods and
services from contractors. Our objectives were to determine whether (1)
FBI's internal controls provided reasonable assurance that payment of
unallowable contractor costs would not be made or would be detected in the
normal course of business,5 (2) FBI's payments to contractors were
properly supported as a valid use of government funds, and (3) FBI
maintained proper accountability for assets purchased with Trilogy project
funds.
3 Department of Justice, Office of the Inspector General, The Federal
Bureau of Investigation's Management of the Trilogy Information Technology
Modernization Project, Report No. 05-07 (Washington, D.C.: February 2005).
4 See for example, GAO, Information Technology: FBI Is Building Management
Capabilities Essential to Successful Systems Deployments, but Challenges
Remain, GAO-05-1014T (Washington, D.C.: Sept. 14, 2005).
5 Unallowable costs are contractor costs that are not allowed under a term
or condition of the contract or pursuant to applicable regulations.
We performed our work in accordance with generally accepted government
auditing standards in Washington, D.C., and at two FBI field sites and
various other GSA and contractor locations in Virginia. The complete scope
and methodology of our review is discussed in appendix II of our report.6
Today, I will summarize the results of our work with respect to (1)
weaknesses in FBI's internal controls that made it highly vulnerable to
payment of unallowable or questionable contractor costs with Trilogy
funds, (2) certain payments for questionable contractor costs that we
identified, and (3) FBI's inadequate accountability for assets purchased
with Trilogy project funds.
Insufficient Invoice Review and Approval Process Increased FBI's Vulnerability
to Payment of Unallowable Contractor Costs
FBI's review and approval process for Trilogy contractor invoices, which
was carried out by a review team consisting of officials from FBI, GSA,
and Mitretek, did not provide an adequate basis for verifying that goods
and services billed were actually received by FBI or that payments were
for allowable costs. This occurred in part because responsibility for the
review and approval of invoices was not clearly defined or documented. In
addition, contractor invoices frequently lacked detailed information
required by the contracts and other additional information that would be
needed to facilitate an adequate review process. Despite this, invoices
were paid without requesting additional supporting documentation necessary
to determine the validity of the charges. These weaknesses in the review
and approval process made FBI highly vulnerable to payment of unallowable
or questionable contractor costs.
While the invoice review and approval process differed for each contractor
and type of invoice charge, in general the process carried out by the
review team lacked key procedures to reasonably ensure that goods and
services billed were actually received by FBI or that the amounts billed
and paid were for allowable costs. For example, the review team did not
have a systematic process for verifying that the individuals listed on
labor invoices actually worked the number of hours billed or that the job
classification and related billing rates were appropriate. Further, there
was no documented assessment of whether overall hours billed for a
particular activity were in line with expectations. In addition, the
review team paid contractor invoices for subcontractor labor charges
without any attempt to assess the validity of the charges. The GSA
official responsible for paying the invoices stated that the review team
relied on the contractors to properly bill for costs related to
subcontractors and to validate the subcontractor invoices. However, the
review team had no process in place to assess whether the contractors were
properly validating their subcontractor labor charges or to assess the
allowability of those charges.
6 GAO-06-306 .
The insufficient invoice review and approval process was at least in part
the result of a lack of clarity in the interagency agreement between FBI
and GSA as well as in FBI's oversight contract with Mitretek. We have
identified the management of interagency contracting as a high-risk area,
in part because it is not always clear with whom the responsibility lies
for critical management functions in the interagency contracting process,
including contract oversight.7 For example, the terms and conditions of
the interagency agreement with GSA only vaguely described GSA's role in
contract administration. In particular, the agreement did not specify the
invoice review and approval steps to be performed or who would perform
them. Likewise, the Mitretek contract provided a general description of
Mitretek's oversight duties, but did not specifically mention its
responsibilities related to the invoice review and approval process.
Additionally, the lack of clarity in roles and responsibilities was
evident in our interviews with the review team, where each party indicated
that another party was responsible for a more detailed review.
The failure to establish an effective review process was compounded by the
fact that not all invoices provided the type of detailed information
required by the contracts and other information that would be needed to
validate the invoice charges. For example:
o CSC labor invoices did not include information related to
individual labor rates or indicate which overhead rates were
applicable to each employee-information needed to verify
mathematical accuracy and to determine that the components of the
labor charges were valid.
o CSC invoices provided a summary of travel charges by category
(e.g., airfare and lodging), but did not provide required
information related to an individual traveler's trip costs. The
travel invoices also did not provide cost detail by travel
authorization number. Therefore, there was no way to determine
that the trips billed were approved in advance or that costs
incurred were proper and reasonable based on the location and
length of travel.
o CSC and SAIC invoices for the other direct costs (ODC) provided
a summary of charges by category (e.g., shipping and office
supplies); however, CSC did not provide required cost detail by
transaction. In some cases, the category of charges was not even
identified. For example, as shown in figure 1, on the ODC invoice,
a category entitled "Other Direct Costs" made up $1.907 million of
the $1.951 million invoice current billing total. No additional
information was provided on the invoice to explain what made up
these costs.
7 GAO, High-Risk Series: An Update, GAO-05-207 (Washington, D.C.: January
2005).
Figure 1: Example of CSC ODC Invoice
Even though contractor invoices, particularly those from CSC, frequently
lacked key information needed for reviewing charges, we found through
inquiries with the review team and the contractors that invoices were
generally paid without requesting additional supporting documentation.
We further found that invoices for equipment did not individually identify
each asset being billed by bar code, serial number, or some other
identifier that would allow verification of assets billed to assets
received. This severely impeded FBI's ability to determine whether it had
actually received the assets included on invoices and to subsequently
track individual accountable assets on an item-by-item basis.
Some Payments Made to Contractors Were for Questionable Costs
Because of the lack of fundamental internal controls over the process used
to pay Trilogy invoices, FBI was highly vulnerable to payment of
unallowable contractor charges. In order to assess the effect of these
vulnerabilities, we used forensic auditing techniques to select certain
contractor costs for review. We identified about $10.1 million in
questionable contractor costs paid by FBI. These costs included payments
for first-class travel and other excessive airfare costs, incorrect
billings for overtime hours worked, potentially overcharged labor rates,
and other questionable costs. Given FBI's poor control environment over
invoice payments and the fact that we reviewed only selected FBI payments
to Trilogy contractors, other questionable costs may have been paid that
have not been identified.
First-class Travel and Other Excessive Airfare Costs
During our review of CSC's supporting documentation for selected travel
charges, we found 19 first-class airline tickets costing a total of
$20,025. The CSC contract called for travel to be reimbursed to the extent
allowable under the Joint Travel Regulations, which state that travelers
must use basic economy or coach class unless the use of first-class travel
is properly authorized and justified. Because the documentation provided
by CSC for these first-class tickets we identified did not contain the
required authorizations or justifications, we consider the cost of this
travel in excess of coach-class fares as potentially unallowable.8
8 The determination of unallowable costs is made by the contracting
agency. Therefore, until such determination is made, we have categorized
these costs as potentially unallowable.
Also during our review of travel charges, we noted several instances of
unusually expensive coach-class tickets, which we also considered to be
questionable. Upon further inquiry with several airlines, we determined
that most of these were for "full fare" coach-class tickets. We noted that
the airlines used most often by the contractors indicated that it is
possible to obtain a free upgrade to first class with the purchase of the
more expensive full-fare coach ticket. In fact, we found that in some
instances, the current price of a full-fare coach ticket was higher than
the current price of a first-class ticket. We noted 62 full-fare coach
tickets billed by CSC for $85,336. In contrast, we estimated that basic
coach-class fares would have cost $41,978. SAIC and Mitretek also billed
FBI for excessive airfare costs, but to a lesser degree. In total, we
identified 75 unusually expensive tickets costing $100,847, which exceeded
our estimate of basic coach-class fares by approximately $49,848. Table 1
provides examples of the first-class and excessive airfare travel costs we
identified.
Table 1: Examples of First-class and Excessive Airfare Travel Costs
Source: GAO analysis of supporting documentation provided by contractors.
aBecause historical costs for coach-class tickets were not available, we
estimated the costs of coach-class tickets based on an average of current
prices for a similar itinerary purchased 3 days in advance (which was the
average based on the trips we reviewed) and adjusted for inflation
applicable to airfare.
bThe fare basis code for this ticket indicated that a first-class upgrade
was obtained. We could not verify whether this ticket was purchased as a
full-fare coach or some other class of travel that exceeded the basic
coach-class fares.
cWe could not determine the airfare class of the ticket purchased because
the supporting documentation provided did not include the fare basis code.
Excess Overtime Charges
Our review also showed that FBI may have paid SAIC for incorrectly billed
overtime charges. The task order for SAIC work stated that the government
would not object to SAIC employees working hours in excess of 40 per week
if necessary. In March 2003, SAIC implemented a policy that FBI agreed to,
which decreased the amount of hours that would be billed to FBI. This
policy stated that contractor staff would be compensated for hours worked
that exceeded 90 hours in a 2-week pay period, and established a ceiling
of 120 hours per pay period. We found, however, that SAIC employees
frequently charged for all hours worked beyond 80 in a pay period and
noted some instances where employees charged hours beyond the 120-hour
ceiling. The costs of these hours were billed to and paid by FBI. SAIC
management acknowledged that billings were not consistent with the March
2003 policy and indicated that it would research the issue further to
determine whether corrections are necessary.9 Based on our review of the
labor charges, FBI may have overpaid for more than 4,000 hours. Using
average, fully burdened labor rates for employees who billed incorrectly,
we estimated that FBI may have overpaid these overtime costs by as much as
$400,000.
Questionable Labor Rates
We also found that CSC/DynCorp may have charged labor rates that exceeded
ceiling rates that GSA asserts were established pursuant to a DynCorp task
order. In short, GSA and CSC disagree on whether ceiling rates for a
CSC/DynCorp subcontractor, DynCorp Information Systems (DynIS), were ever
established. When DynCorp entered into the contractual agreement with GSA,
it agreed to ceiling rates for various labor categories and agreed to
negotiate subcontractor ceiling rates separately for each task order. The
May 2001 DynCorp task order award document stated that ceilings were in
place on all DynIS labor category and indirect rates, subject to
negotiation pending the results of a Defense Contract Audit Agency10
audit. GSA officials told us they believed that DynIS labor category rates
in DynCorp's Trilogy proposal represented established ceilings, and that
they negotiated DynIS labor category ceiling rates with DynCorp. However,
CSC stated that it never negotiated labor category ceiling rates with GSA.
Based on our review of DynCorp's labor invoices, we noted that several of
DynIS's rates charged exceeded the labor rates that GSA contended were
ceiling rates. For example, CSC/DynCorp billed over 14,000 hours for work
performed by senior IT analysts during 2001 on the Trilogy project based
on an average hourly rate of $106.14. However, if ceiling rates were
established, the DynCorp proposal indicated that the Trilogy project would
be charged a maximum of $68.73 per hour for a senior IT analyst working in
the field or $96.24 per hour for a senior IT analyst working at
headquarters during 2001. If ceiling rates were established, we estimated
that FBI overpaid CSC/DynCorp by approximately $2.1 million for DynIS
labor costs.
9 SAIC officials indicated that in June 2003 a waiver of the 10 hours of
uncompensated time associated with the overtime policy was implemented for
select teams. However, SAIC could not provide us information on which
teams, tasks, or employees the waiver applied to or the length of time the
waiver covered. Therefore, we were not able to consider this waiver in our
analysis.
10 DCAA is responsible for performing all contract audits for the
Department of Defense. They also provide contract audit services to other
government agencies when hired to do so.
Other Questionable Costs
We also identified about $7.5 million in other payments to contractors
that were for questionable costs. In most cases, these costs were not
supported by sufficient documentation to enable an objective third party
to determine if each payment was a valid use of government funds. For
example, CSC did not provide us adequate supporting documentation for
almost $2 million of subcontractor labor charges and about $5.5 million of
ODC charges we selected to review.
Because $4.7 million of these inadequately supported ODC costs were for
training charges from one subcontractor, CACI Inc. - Federal (CACI), we
subsequently requested supporting documentation from the subcontractor for
selected charges for training costs totaling about $3.5 million. We found
that CACI could not adequately support charges to FBI totaling almost $3
million that CACI paid to one event planning company (another
subcontractor). CACI stated that supporting documentation was not
applicable because its agreement with the event planner was "fixed
priced." However, CACI's assertion was not supported by the terms of the
purchase order and related statement of work that specifically required
documentation to support costs claimed by the event planner and to charge
only for services rendered.
CSC was also unable to provide us adequate supporting documentation for
$762,262 in equipment disposal costs billed by two subcontractors. The
documentation provided consisted of a spreadsheet that summarized costs of
the subcontractors, but did not include receipts or other support to prove
that these costs were actually incurred.
Our review of SAIC's subcontractor labor charges found that FBI was billed
twice for the same subcontractor invoice totaling $26,335. SAIC officials
agreed that they double billed and stated that they would make a
correction.
Major Lapses in Accountability Resulted in Millions of Dollars of Missing
Trilogy Equipment
Our audit also disclosed that FBI did not adequately maintain
accountability for equipment purchased for the Trilogy project. FBI relied
extensively on contractors to account for Trilogy assets while they were
being purchased, warehoused, and installed. However, FBI did not establish
controls to verify the accuracy and completeness of contractor records it
was relying on. Moreover, once FBI took possession of the Trilogy
equipment, it did not establish adequate physical control over the assets.
Consequently, we found that FBI could not locate over 1,200 assets
purchased with Trilogy funds, which we valued at approximately $7.6
million. Because of the significant weaknesses we identified in FBI's
property controls, the actual amount of missing equipment could be even
higher.
FBI relied on contractors to maintain records related to the purchasing,
warehousing, and installation of about 62 percent of the equipment
purchased for the Trilogy project.11 FBI's primary contractor responsible
for delivering computer equipment to FBI sites was CSC. FBI officials told
us they met regularly with CSC and its subcontractors to discuss FBI's
equipment needs and a deployment strategy for the delivery of equipment.
Based on these meetings, CSC instructed its subcontractors to purchase
equipment, which was subsequently shipped to and put under the control of
those same subcontractors. Once equipment arrived at the subcontractors'
warehouses, the subcontractors were responsible for affixing bar codes on
accountable items-all items valued above $1,000 and certain others
considered sensitive that are required by FBI policy to be tracked
individually. In addition, FBI directly purchased about $19.1 million of
equipment for the Trilogy project that was shipped directly to either CSC
or CSC subcontractors.
When equipment was shipped from a subcontractor warehouse to an FBI site,
the subcontractor prepared a bill of lading that listed all items shipped.
However, there was no requirement for FBI officials to verify that the
items were actually received. The subcontractors also prepared a "Site
Acceptance Listing" of equipment that had been installed at each FBI site.
While an FBI official signed this listing, based on our inquiries at two
field offices, we found the officials may not have always verified the
accuracy and completeness of these lists. FBI did not prepare its own
independent lists of ordered, purchased, or paid-for assets and did not
perform an overall reconciliation of total assets ordered and paid for to
those received. Such a reconciliation would have been made difficult by
the fact that invoices FBI received from CSC did not include item-specific
information-such as bar codes, serial numbers, or shipping location.
However, failure to perform such a reconciliation left FBI with no
assurance that it had received all of the assets it paid for.
11 This includes Trilogy equipment purchased by CSC and SAIC and equipment
purchased directly by FBI that was delivered to CSC for the IT
infrastructure portion of the project.
In addition, equipment that was delivered to FBI sites was not entered
into FBI's Property Management Application (PMA) in a timely manner,
increasing the risk that assets could be lost or stolen without detection.
We found that 71.6 percent of the CSC-purchased equipment that was
recorded in PMA, representing 84 percent of the total dollar value, was
entered more than 30 days after receipt, and nearly 17 percent of the
equipment, representing 37 percent of the dollar value, was entered more
than a year after receipt. When assets are not timely recorded in the
property system, there is no systematic means of identifying where they
are located or when they are removed, transferred, or disposed of and no
record of their existence when physical inventories are performed. This
severely limits the effectiveness of the physical inventory in detecting
missing assets and in triggering investigation efforts as to the causes.
FBI also could not accurately identify all accountable assets because of
improper controls related to its bar codes-a key tool for maintaining
accountability and control over individual assets.12 FBI relied on
contractors to affix the bar codes, yet did not track the bar code numbers
given to contractors, the bar code numbers they used, or the bar code
numbers returned. Moreover, FBI provided incorrect instructions to
contractors, initially directing them to bar code certain types of lower
cost equipment that did not need to be tracked. FBI's loss of control over
its bar codes and failure to timely enter assets into its property
tracking system seriously hampered its ability to maintain accountability
for its Trilogy equipment. Accountability for equipment was further
undermined by FBI's failure to perform sufficient physical inventory
procedures to ensure that all assets purchased with Trilogy funds were
actually located during the physical inventory.
12 The use of bar codes involves affixing a machine-readable bar code to a
controlled item, which can then be scanned and compared to an equipment
inventory listing as part of a periodic physical inventory.
Given the serious nature of these control weaknesses, we performed
additional test work to determine whether all accountable assets purchased
with Trilogy funds could be accounted for and found that FBI was unable to
locate 1,404 of these assets. These were items such as desktop computers,
laptops, printers, and servers. In written comments on a draft of our
report, FBI told us that it had accounted for more than 1,000 of these
items. During our agency comment period, FBI stated that it had found 237
items we previously identified as missing and provided us evidence, not
made available during our audit, to sufficiently account for 199 of these
items. We adjusted the missing assets listing in our report to reflect
1,205 (1,404 - 199) assets as still missing. FBI later informed us that
the approximately 800 remaining items noted in its official agency
response included (1) accountable assets not recorded in PMA because they
were either incorrectly identified as nonaccountable assets or mistakenly
omitted, (2) defective accountable assets that were never recorded in PMA
and subsequently replaced, and (3) nonaccountable assets or components of
accountable assets that were incorrectly bar coded.
We considered these same issues during our audit and attempted to
determine their impact. For example, as stated in our report, FBI told us
that components of some nonaccountable assets that were part of a larger
accountable item may have been mistakenly bar coded. Using FBI guidance on
accountable property, we determined that 103, or about 11 percent, of the
926 missing assets purchased by CSC may have represented nonaccountable
components. Because FBI could not provide us with the location
information, we could not definitively determine whether the items were
accountable assets. During the course of our audit, FBI was not able to
provide us with any evidence to support its other statements regarding the
reasons the assets could not be located.
While we are encouraged by FBI's current efforts to account for these
assets, its ability to definitively determine their existence has been
compromised by the numerous control weaknesses identified in our report.
Further, the fact that assets have not been properly accounted for to date
means that they have been at risk of loss or misappropriation without
detection since being delivered to FBI-in some cases, for several years.
Concluding Comments
FBI's Trilogy IT project spanned 4 years and the reported costs exceeded
$500 million. Our review disclosed that there were serious internal
control weaknesses in the process used by FBI and GSA to approve
contractor charges related to Trilogy, which made up the majority of the
total reported project cost. While our review focused specifically on the
Trilogy program, the significance of the issues identified during our
review may indicate more systemic contract and financial management
problems at FBI and GSA, in particular when using cost-reimbursable type
contracts and interagency contracting vehicles. These weaknesses resulted
in the payment of millions of dollars of questionable contractor costs,
which may have unnecessarily increased the overall cost of the project.
Unless FBI strengthens its controls over contractor payments, its ability
to properly control the costs of future projects involving contractors,
including its new Sentinel project, will be seriously compromised.
Further, weaknesses in FBI's controls over the equipment acquired for
Trilogy resulted in millions of dollars in missing equipment and call into
question FBI's ability to adequately safeguard its equipment, as well as
confidential and sensitive information that could be accessed through that
equipment from unauthorized use.
Our companion report includes 15 recommendations to help improve FBI's and
GSA's controls over their invoice review and approval processes and to
address questionable billing issues we identified. It also includes 12
recommendations to help improve FBI's accountability for assets. FBI
concurred with our recommendations and outlined actions under way and
further planned actions to address the weaknesses we identified. FBI also
provided additional information related to Trilogy assets we identified as
missing. While GSA accepted our recommendations, it did not believe that
one of them was needed, and described some of the improvements to its
internal controls and other business process changes already implemented.
GSA also expressed concern with some of our observations and conclusions
related to the invoice review and approval process and our analysis of
airfare costs. We continue to believe that our report is accurate and that
all recommendations should be implemented.
We understand that FBI has outlined actions to implement our
recommendations. While we are encouraged by these efforts, let me just
emphasize the importance of continually monitoring the implementation of
corrective actions to ensure that they are effective in helping to avoid
the types of control lapses that we identified throughout the Trilogy
project. Without such vigilant monitoring, Sentinel and other efforts will
be greatly exposed to similar questionable or inappropriate payments and
lack of accountability over assets.
Mr. Chairman and members of the committee, this concludes my prepared
statement. I would be pleased to answer any questions that you may have.
Contact and Acknowledgments
For more information regarding this testimony, please contact Linda M.
Calbom at (202) 512-9508 or [email protected] . Contact points for our
Offices of Congressional Relations and Public Affairs may be found on the
last page of this testimony. Individuals making key contributions to this
testimony included Steven Haughton (Assistant Director), Ed Brown, Marcia
Carlsen (Assistant Director), Lisa Crye, and Matt Wood. Numerous other
individuals contributed to our audit and are listed in our companion
report.
(190123)
This is a work of the U.S. government and is not subject to copyright
protection in the United States. It may be reproduced and distributed in
its entirety without further permission from GAO. However, because this
work may contain copyrighted images or other material, permission from the
copyright holder may be necessary if you wish to reproduce this material
separately.
GAO's Mission
The Government Accountability Office, the audit, evaluation and
investigative arm of Congress, exists to support Congress in meeting its
constitutional responsibilities and to help improve the performance and
accountability of the federal government for the American people. GAO
examines the use of public funds; evaluates federal programs and policies;
and provides analyses, recommendations, and other assistance to help
Congress make informed oversight, policy, and funding decisions. GAO's
commitment to good government is reflected in its core values of
accountability, integrity, and reliability.
Obtaining Copies of GAO Reports and Testimony
The fastest and easiest way to obtain copies of GAO documents at no cost
is through GAO's Web site ( www.gao.gov ). Each weekday, GAO posts newly
released reports, testimony, and correspondence on its Web site. To have
GAO e-mail you a list of newly posted products every afternoon, go to
www.gao.gov and select "Subscribe to Updates."
Order by Mail or Phone
The first copy of each printed report is free. Additional copies are $2
each. A check or money order should be made out to the Superintendent of
Documents. GAO also accepts VISA and Mastercard. Orders for 100 or more
copies mailed to a single address are discounted 25 percent. Orders should
be sent to:
U.S. Government Accountability Office 441 G Street NW, Room LM Washington,
D.C. 20548
To order by Phone: Voice: (202) 512-6000 TDD: (202) 512-2537 Fax: (202)
512-6061
To Report Fraud, Waste, and Abuse in Federal Programs
Contact:
Web site: www.gao.gov/fraudnet/fraudnet.htm E-mail: [email protected]
Automated answering system: (800) 424-5454 or (202) 512-7470
Congressional Relations
Gloria Jarmon, Managing Director, [email protected] (202) 512-4400 U.S.
Government Accountability Office, 441 G Street NW, Room 7125 Washington,
D.C. 20548
Public Affairs
Paul Anderson, Managing Director, [email protected] (202) 512-4800 U.S.
Government Accountability Office, 441 G Street NW, Room 7149 Washington,
D.C. 20548
www.gao.gov/cgi-bin/getrpt? GAO-06-698T .
To view the full product, including the scope
and methodology, click on the link above.
For more information, contact Linda M. Calbom at (202) 512-9508 or
[email protected].
Highlights of GAO-06-698T , a testimony before the Committee on the
Judiciary, U.S. Senate
May 2, 2006
FEDERAL BUREAU OF INVESTIGATION
Weak Controls over Trilogy Project Led to Payment of Questionable
Contractor Costs and Missing Assets
The Trilogy project-initiated in 2001-is the Federal Bureau of
Investigation's (FBI) largest information technology (IT) upgrade to date.
While ultimately successful in providing updated IT infrastructure and
systems, Trilogy was not a success with regard to upgrading FBI's
investigative applications. Further, the project was plagued with missed
milestones and escalating costs, which eventually totaled nearly $537
million. This testimony focuses on (1) the internal controls over payments
to contractors,
(2) payments of questionable contractor costs, and (3) FBI's
accountability for assets purchased with Trilogy project funds.
What GAO Recommends
GAO's related report (GAO-06-306) makes 27 recommendations to help improve
(1) FBI's and the General Services Administration's (GSA) controls over
their invoice review and approval processes and to address questionable
billing issues and (2) FBI's accountability for assets. FBI concurred with
GAO's recommendations. GSA accepted the recommendations but expressed
concern with some of the findings and one recommendation. GAO reaffirms
its position on all of its findings and recommendations.
FBI's review and approval process for Trilogy contractor invoices, which
included a review role for GSA as contracting agency, did not provide an
adequate basis for verifying that goods and services billed were actually
received and that the amounts billed were appropriate, leaving FBI highly
vulnerable to payments of unallowable costs. This vulnerability is
demonstrated by FBI's payment of about $10.1 million in questionable
contractor costs we identified using data mining, document analysis, and
other forensic auditing techniques. These costs included first-class
travel and other excessive airfare costs, incorrect charges for overtime
hours, potentially overcharged labor rates, and charges for which the
contractors could not provide adequate supporting documentation to
substantiate the costs purportedly incurred.
FBI also failed to establish controls to maintain accountability over
equipment purchased for the Trilogy project. These control lapses resulted
in more than 1,200 missing pieces of equipment valued at approximately
$7.6 million that GAO identified as part of its review. The table below
summarizes questionable contractor costs and missing assets that GAO
identified.
Questionable Costs and Missing Assets
Source: GAO.
Given the poor control environment and the fact that GAO reviewed only
selected FBI payments to Trilogy contractors, other questionable
contractor costs may have been paid that have not been identified. If
these control weaknesses go uncorrected, future contracts, including those
related to Sentinel-FBI's new electronic information management system
initiative-will be greatly exposed to improper payments. In addition, the
lack of accountability for Trilogy equipment calls into question FBI's
ability to adequately safeguard its existing assets as well as those it
may acquire in the future.
*** End of document. ***