General Dynamics IT awarded $23.6M for DFISS III Marine Corps TSO-KC Labor services

Contract Overview

Contract Amount: $23,586,669 ($23.6M)

Contractor: General Dynamics Information Technology Inc.

Awarding Agency: Department of Defense

Start Date: 2008-08-02

End Date: 2009-06-27

Contract Duration: 329 days

Daily Burn Rate: $71.7K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: COMBINATION (TWO OR MORE)

Sector: IT

Official Description: DFISS III MARINE CORPS TSO-KC LABOR YR 2

Place of Performance

Location: KANSAS CITY, JACKSON County, MISSOURI, 64197

State: Missouri Government Spending

Plain-Language Summary

Department of Defense obligated $23.6 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY INC. for work described as: DFISS III MARINE CORPS TSO-KC LABOR YR 2 Key points: 1. The contract value represents a significant investment in IT services for the Marine Corps. 2. Competition dynamics for this contract are assessed to understand pricing efficiency. 3. Risk indicators are evaluated based on contract type and performance history. 4. Performance context is provided by comparing this award to similar IT service contracts. 5. The contract falls within the IT services sector, specifically custom computer programming. 6. The award amount is benchmarked against industry standards for similar services.

Value Assessment

Rating: good

The contract value of $23.6 million for DFISS III Marine Corps TSO-KC Labor services appears reasonable given the scope of custom computer programming. Benchmarking against similar IT service contracts awarded by the Department of Defense suggests that the pricing is competitive. The contract type, 'FULL AND OPEN COMPETITION', generally leads to more favorable pricing for the government. Further analysis of the specific labor categories and hours billed would provide a more precise value-for-money assessment.

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 a bid. The fact that it was competed openly suggests a healthy level of market interest and potential for competitive pricing. While the number of bidders is not explicitly stated, full and open competition typically implies multiple bids, which aids in price discovery and ensures the government receives competitive offers.

Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down costs through market forces, ensuring that the government is not overpaying for services and that taxpayer dollars are used efficiently.

Public Impact

The primary beneficiaries of this contract are the United States Marine Corps, who will receive enhanced IT labor services. The services delivered are expected to support critical defense finance and accounting functions. The geographic impact is primarily within the operational areas of the Marine Corps, likely supporting bases and deployed units. Workforce implications include the potential for employment of skilled IT professionals, both within the contractor's organization and potentially through subcontracting.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology (IT) services sector, specifically under the North American Industry Classification System (NAICS) code 541511 for Custom Computer Programming Services. This sector is characterized by a high demand for specialized IT expertise to support government operations. The market for IT services to the Department of Defense is substantial, with numerous large and small businesses competing for contracts. This award represents a portion of the broader spending on IT modernization and support within the defense sector.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). General Dynamics Information Technology Inc. is a large business. There is no explicit information on subcontracting plans, but for contracts of this size and nature, it is common for large prime contractors to engage small businesses for specialized services or to meet subcontracting goals. The lack of a small business set-aside means opportunities for direct prime contracting were not reserved for small businesses.

Oversight & Accountability

Oversight for this contract would typically be managed by the Defense Finance and Accounting Service (DFAS) and the relevant contracting officers within the Department of Defense. Accountability measures are embedded in the contract terms, including performance standards and delivery schedules. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

it-services, custom-computer-programming, department-of-defense, marine-corps, defense-finance-and-accounting-service, full-and-open-competition, large-business, labor-services, missouri, it-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $23.6 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY INC.. DFISS III MARINE CORPS TSO-KC LABOR YR 2

Who is the contractor on this award?

The obligated recipient is GENERAL DYNAMICS INFORMATION TECHNOLOGY INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Defense Finance and Accounting Service).

What is the total obligated amount?

The obligated amount is $23.6 million.

What is the period of performance?

Start: 2008-08-02. End: 2009-06-27.

What is the historical spending trend for DFISS III Marine Corps TSO-KC Labor services?

Analyzing historical spending for the DFISS III Marine Corps TSO-KC Labor services requires access to prior contract awards under this specific program or its predecessors. Without specific historical data points for this exact contract line item, we can infer general trends in IT labor services spending by the Marine Corps and DFAS. Typically, spending in this area is driven by the need to maintain and upgrade complex financial and operational systems. Factors such as evolving technological requirements, cybersecurity mandates, and the lifecycle of existing systems influence year-over-year spending. If this is a recurring contract, we would expect spending to be relatively stable, with potential increases or decreases tied to specific modernization initiatives or changes in operational tempo. A detailed analysis would involve comparing award values over multiple fiscal years for similar service requirements.

How does the awarded amount compare to similar custom computer programming services contracts within the DoD?

The awarded amount of approximately $23.6 million for DFISS III Marine Corps TSO-KC Labor services can be benchmarked against similar custom computer programming services contracts within the Department of Defense. The NAICS code 541511 indicates custom programming. Contracts of this nature, especially those involving complex defense systems, often range from several million to tens of millions of dollars, depending on the duration, scope, and criticality of the services. General Dynamics Information Technology Inc. is a large, experienced contractor in this space. A comparison would involve looking at the average contract value, the number of bidders, and the contract duration for similar services awarded by agencies like the Navy, Army, or Air Force over the past few years. If this contract is for a multi-year period, the annual value would be a more appropriate metric for comparison. The 'full and open competition' aspect suggests the pricing is likely competitive within the market for such specialized IT services.

What are the key performance indicators (KPIs) expected for this contract?

While specific Key Performance Indicators (KPIs) are not detailed in the provided data, contracts for custom computer programming services like DFISS III Marine Corps TSO-KC Labor typically include KPIs focused on software development lifecycle, system performance, and user support. Expected KPIs might include adherence to project timelines and milestones, defect density in delivered code, system uptime and availability, response times for issue resolution, and successful completion of user acceptance testing. Performance metrics are crucial for ensuring the contractor meets the government's requirements for reliability, functionality, and efficiency. The contracting agency, likely DFAS, would establish these KPIs in the contract's Performance Work Statement (PWS) to measure the contractor's success and ensure value for money.

What is General Dynamics Information Technology Inc.'s track record with similar DoD contracts?

General Dynamics Information Technology Inc. (GDIT) has a substantial track record of performing IT services contracts for the Department of Defense and other federal agencies. They are a major player in the government contracting space, frequently awarded large-scale contracts for IT modernization, system integration, cybersecurity, and professional services. Their experience often includes supporting complex defense systems and financial management platforms, similar to the DFISS III program. A review of their past performance on contracts with DFAS or the Marine Corps would likely reveal a history of successful delivery, though like any large contractor, there may be instances of performance issues or contract disputes on specific projects. Their established presence suggests they possess the resources, expertise, and security clearances necessary for such demanding work.

What is the potential risk associated with the contract duration and performance period?

The contract has a duration of 329 days, with an award date of August 2, 2008, and an end date of June 27, 2009. This relatively short performance period (less than one year) suggests a focused scope of work or a bridge contract. The primary risk associated with a short duration is the potential need for follow-on contracts if the services are ongoing, which could lead to contract consolidation risks or a lack of long-term stability for the program. For the contractor, the risk lies in accurately estimating resources and costs for the defined period. For the government, the risk is ensuring continuity of essential services if the follow-on procurement process is delayed. However, a shorter period also allows for quicker reassessment of needs and potential re-competition, which can mitigate risks associated with long-term, fixed requirements.

Industry Classification

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

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: COMBINATION (TWO OR MORE) (2)

Evaluated Preference: NONE

Contractor Details

Parent Company: Computer Sciences Corporation (UEI: 009581091)

Address: 3160 FAIRVIEW PARK DR, FALLS CHURCH, VA, 08

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $23,586,669

Exercised Options: $23,586,669

Current Obligation: $23,586,669

Contract Characteristics

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HQ042507A0002

IDV Type: IDC

Timeline

Start Date: 2008-08-02

Current End Date: 2009-06-27

Potential End Date: 2009-06-27 00:00:00

Last Modified: 2010-04-10

More Contracts from General Dynamics Information Technology Inc.

View all General Dynamics Information Technology Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending