EPA's IMCS III contract awarded $19M for docket support, with Primus Solutions as the prime

Contract Overview

Contract Amount: $19,027,743 ($19.0M)

Contractor: Primus Solutions, LLC

Awarding Agency: Environmental Protection Agency

Start Date: 2011-11-14

End Date: 2017-02-14

Contract Duration: 1,919 days

Daily Burn Rate: $9.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 3

Pricing Type: COST PLUS FIXED FEE

Sector: Other

Official Description: IMCS III TO AWARD EPA DOCKET CENTER AND FEDERAL DOCKET MANAGEMENT SYSTEM SUPPORT.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20460

State: District of Columbia Government Spending

Plain-Language Summary

Environmental Protection Agency obligated $19.0 million to PRIMUS SOLUTIONS, LLC for work described as: IMCS III TO AWARD EPA DOCKET CENTER AND FEDERAL DOCKET MANAGEMENT SYSTEM SUPPORT. Key points: 1. The contract focused on IT infrastructure and data processing for the EPA's docket management systems. 2. Awarded under full and open competition, suggesting a competitive bidding process. 3. The duration of the contract was approximately 1919 days. 4. The contract type was Cost Plus Fixed Fee, which can lead to cost overruns if not managed carefully. 5. The primary service area was the District of Columbia. 6. The North American Industry Classification System (NAICS) code 518210 indicates a focus on data processing and hosting services.

Value Assessment

Rating: fair

The total award amount of $19.03 million over approximately 5.2 years for IT support services appears moderate for a federal contract of this nature. Benchmarking against similar contracts for IT infrastructure and data processing services for federal agencies would be necessary for a more precise value assessment. The Cost Plus Fixed Fee (CPFF) contract type introduces a degree of risk regarding cost control, as the contractor is reimbursed for allowable costs plus a fixed fee. Without detailed cost breakdowns and performance metrics, it's challenging to definitively assess value for money, but the overall spend is within a typical range for such services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that the solicitation was made available to all responsible sources, but specific exclusions were applied. While the term 'full and open' suggests broad competition, the exclusion of sources implies that certain potential bidders were not considered. The number of bidders is not specified, but the competitive nature of the award is intended to drive price discovery and ensure fair market value.

Taxpayer Impact: The use of full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to lower prices and better service quality. However, the exclusion of sources might limit the full extent of competition, potentially impacting the most favorable pricing.

Public Impact

The Environmental Protection Agency (EPA) benefits directly through enhanced support for its critical docket management systems. The contract delivers essential IT infrastructure, data processing, and web hosting services. The primary geographic impact is within the District of Columbia, where the EPA's headquarters are located. The contract supports the operational efficiency of the EPA's administrative and regulatory functions, indirectly impacting environmental policy implementation.

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 data processing, hosting, and related infrastructure. The market for these services is highly competitive, with numerous providers ranging from large corporations to specialized small businesses. Federal spending in this area is substantial, driven by the government's continuous need to modernize IT systems, manage vast amounts of data, and ensure secure online operations. Comparable contracts often involve cloud hosting, system integration, and application support, with pricing varying based on complexity, service levels, and duration.

Small Business Impact

The provided data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, Primus Solutions, LLC, is likely a larger entity. There is no explicit information regarding subcontracting plans for small businesses within this award. The lack of a small business set-aside means that opportunities for small business participation may be limited unless proactively pursued by the prime contractor.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and program managers within the Environmental Protection Agency (EPA). The Cost Plus Fixed Fee structure necessitates diligent monitoring of costs and performance to ensure adherence to the contract terms and prevent unnecessary expenditures. Transparency is generally maintained through contract reporting requirements and public contract databases. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

it-services, environmental-protection-agency, district-of-columbia, full-and-open-competition, cost-plus-fixed-fee, data-processing, web-hosting, it-infrastructure, federal-docket-management, delivery-order

Frequently Asked Questions

What is this federal contract paying for?

Environmental Protection Agency awarded $19.0 million to PRIMUS SOLUTIONS, LLC. IMCS III TO AWARD EPA DOCKET CENTER AND FEDERAL DOCKET MANAGEMENT SYSTEM SUPPORT.

Who is the contractor on this award?

The obligated recipient is PRIMUS SOLUTIONS, LLC.

Which agency awarded this contract?

Awarding agency: Environmental Protection Agency (Environmental Protection Agency).

What is the total obligated amount?

The obligated amount is $19.0 million.

What is the period of performance?

Start: 2011-11-14. End: 2017-02-14.

What is the track record of Primus Solutions, LLC in performing similar federal IT contracts?

Primus Solutions, LLC has a history of performing federal IT contracts, including those involving IT infrastructure, data processing, and support services. Their experience often spans various agencies, demonstrating an ability to adapt to different governmental requirements. Analyzing their past performance on similar contracts, particularly those with Cost Plus Fixed Fee structures, would provide insight into their reliability, cost management capabilities, and overall success rate. Reviewing contract award histories and performance evaluations (if publicly available) can highlight their strengths and any potential areas of concern, such as past performance issues or contract modifications that significantly altered scope or cost.

How does the $19 million award compare to other EPA IT support contracts?

The $19.03 million award for IMCS III support over approximately 5.2 years represents a moderate investment for the EPA in IT infrastructure and docket management. To benchmark this effectively, one would compare it to other EPA contracts for similar services, such as IT infrastructure provision, data center operations, or web hosting, awarded within a comparable timeframe. Factors like contract duration, scope of services (e.g., number of users supported, data volume managed), and contract type (e.g., FFP, CPFF, T&M) significantly influence cost. A higher or lower award amount relative to similar contracts could indicate differences in service scope, market pricing, or negotiation outcomes.

What are the primary risks associated with a Cost Plus Fixed Fee (CPFF) contract for IT services?

The primary risk with a CPFF contract for IT services lies in potential cost overruns. While the contractor's fee is fixed, the reimbursement of allowable costs is open-ended. If the contractor incurs higher-than-expected costs due to inefficiencies, scope creep, or unforeseen technical challenges, the total contract value can escalate significantly beyond initial projections. This necessitates robust oversight from the government to scrutinize allowable costs, manage scope effectively, and ensure the contractor maintains efficient operations. For the EPA, this means diligent monitoring of expenditures and performance to ensure the fixed fee remains a reasonable incentive and that overall costs stay within budget expectations.

How effective has the EPA's docket management system been historically, and how does this contract support its effectiveness?

The effectiveness of the EPA's docket management system is crucial for public access to regulatory information and for the agency's internal record-keeping. Historically, federal agencies have faced challenges in maintaining efficient, accessible, and secure electronic docket systems. This contract, by providing dedicated IT infrastructure, data processing, and hosting support, aims to enhance the reliability, performance, and user experience of the EPA's docket systems. Improved system uptime, faster search capabilities, and enhanced data security are direct benefits expected from such support, contributing to greater transparency and operational efficiency for the agency.

What is the historical spending trend for EPA IT support services?

Historical spending on EPA IT support services has generally trended upwards, reflecting the increasing reliance on technology across all government functions. Agencies like the EPA require continuous investment in IT to manage complex environmental data, support regulatory processes, and facilitate public engagement. Spending patterns are influenced by factors such as technological advancements (e.g., cloud migration), cybersecurity needs, and the lifecycle of existing systems. Analyzing EPA's IT spending over several fiscal years would reveal trends in areas like infrastructure, software development, cybersecurity, and end-user support, providing context for the $19 million awarded for this specific docket support contract.

What are the implications of 'Full and Open Competition After Exclusion of Sources' for taxpayer value?

The 'Full and Open Competition After Exclusion of Sources' clause indicates that while the solicitation was broadly advertised, certain potential sources were intentionally excluded from bidding. This exclusion could be based on various factors, such as specific technical requirements, past performance issues, or national security concerns. From a taxpayer value perspective, this approach aims to balance the benefits of broad competition (driving down prices) with the need to ensure that only qualified and appropriate vendors participate. If the exclusions are well-justified and the remaining pool of bidders is still competitive, taxpayers can still achieve good value. However, if the exclusions significantly limit competition, it could potentially lead to higher costs than a truly unrestricted full and open competition.

Industry Classification

NAICS: InformationComputing Infrastructure Providers, Data Processing, Web Hosting, and Related ServicesComputing Infrastructure Providers, Data Processing, Web Hosting, and 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: 3

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: Arctic Slope Regional Corporation (UEI: 076637073)

Address: 6303 IVY LANE STE 130, GREENBELT, MD, 20770

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Other Minority Owned Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $20,289,652

Exercised Options: $20,289,652

Current Obligation: $19,027,743

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: EPW11024

IDV Type: IDC

Timeline

Start Date: 2011-11-14

Current End Date: 2017-02-14

Potential End Date: 2017-02-14 00:00:00

Last Modified: 2020-10-30

More Contracts from Primus Solutions, LLC

View all Primus Solutions, LLC federal contracts →

Other Environmental Protection Agency Contracts

View all Environmental Protection Agency contracts →

Explore Related Government Spending