Agriculture Department awards $58M for Agile Teams, supporting conservation and farm bill updates

Contract Overview

Contract Amount: $58,063,879 ($58.1M)

Contractor: Technology Solutions Provider, LLC

Awarding Agency: Department of Agriculture

Start Date: 2020-09-29

End Date: 2023-01-16

Contract Duration: 839 days

Daily Burn Rate: $69.2K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: ELM 4 CALL ORDER OLYMPIA ART DME THIS CALL ORDER IS TO ACQUIRE AGILE TEAMS SKILLED AND EXPERIENCED WITH THE TECHNOLOGIES INDICATED IN THIS SOO. THE SCOPE OF THIS EFFORT SUPPORTS CONSERVATION FINANCIAL ASSISTANCE AND FARM BILL UPDATES OR OTHER LEGI

Place of Performance

Location: FORT COLLINS, LARIMER County, COLORADO, 80521

State: Colorado Government Spending

Plain-Language Summary

Department of Agriculture obligated $58.1 million to TECHNOLOGY SOLUTIONS PROVIDER, LLC for work described as: ELM 4 CALL ORDER OLYMPIA ART DME THIS CALL ORDER IS TO ACQUIRE AGILE TEAMS SKILLED AND EXPERIENCED WITH THE TECHNOLOGIES INDICATED IN THIS SOO. THE SCOPE OF THIS EFFORT SUPPORTS CONSERVATION FINANCIAL ASSISTANCE AND FARM BILL UPDATES OR OTHER LEGI Key points: 1. Contract value of $58.1M over approximately 2.6 years suggests a significant investment in specialized IT support. 2. The award was made under a Blanket Purchase Agreement (BPA) Call, indicating a pre-negotiated framework for services. 3. The focus on Agile Teams implies a need for flexible, iterative development and support for evolving technological needs. 4. The scope includes support for conservation, financial assistance, and Farm Bill updates, highlighting critical program areas. 5. The contract was awarded to Technology Solutions Provider, LLC, with a Firm Fixed Price contract type. 6. The duration of 839 days (approx. 2.6 years) provides a substantial period for service delivery and project completion.

Value Assessment

Rating: good

The contract value of $58.1 million for Agile Teams over nearly three years appears reasonable given the specialized nature of the services. Benchmarking against similar IT support contracts for federal agencies would provide a clearer picture of value for money. The Firm Fixed Price (FFP) contract type suggests that the contractor bears the risk of cost overruns, which can be beneficial for the government if managed effectively.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but full and open competition generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The use of a BPA Call suggests that the underlying BPA itself was likely competed.

Taxpayer Impact: Full and open competition is the most advantageous for taxpayers as it maximizes the pool of potential offerors, driving down prices and improving the quality of services received.

Public Impact

Farmers and agricultural stakeholders benefit from improved systems supporting conservation programs and financial assistance. The Office of the Chief Financial Officer (OCFO) receives critical IT support to manage and update essential agricultural legislation. The contract supports the modernization of systems related to the Farm Bill, impacting agricultural policy and implementation. Workforce implications include the provision of specialized Agile IT professionals to support the Department of Agriculture's mission.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader Information Technology (IT) services sector, specifically focusing on custom software development and IT support. The market for Agile IT services is robust, with numerous providers capable of delivering these specialized skills. The Department of Agriculture's spending on such services is crucial for maintaining and modernizing its complex operational systems, which underpin vital agricultural programs. Comparable spending benchmarks would typically involve analyzing IT services contracts across various federal agencies with similar scope and duration.

Small Business Impact

The provided data does not indicate any specific small business set-aside provisions for this contract. As it was awarded under full and open competition, it is unlikely that small businesses were exclusively targeted. However, the prime contractor, Technology Solutions Provider, LLC, may engage small businesses as subcontractors to fulfill portions of the work, depending on their subcontracting plans and the nature of the services required.

Oversight & Accountability

Oversight for this contract would typically be managed by the Department of Agriculture's Office of the Chief Financial Officer, which is the acquiring activity. The contract's performance would be monitored through regular reporting, milestone reviews, and adherence to the Statement of Objectives (SOO). Transparency is facilitated by the contract being awarded under full and open competition, with details likely available through federal procurement databases. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

it-services, agile-development, department-of-agriculture, office-of-the-chief-financial-officer, full-and-open-competition, firm-fixed-price, blanket-purchase-agreement, conservation-programs, farm-bill, financial-assistance, technology-solutions-provider-llc, colorado

Frequently Asked Questions

What is this federal contract paying for?

Department of Agriculture awarded $58.1 million to TECHNOLOGY SOLUTIONS PROVIDER, LLC. ELM 4 CALL ORDER OLYMPIA ART DME THIS CALL ORDER IS TO ACQUIRE AGILE TEAMS SKILLED AND EXPERIENCED WITH THE TECHNOLOGIES INDICATED IN THIS SOO. THE SCOPE OF THIS EFFORT SUPPORTS CONSERVATION FINANCIAL ASSISTANCE AND FARM BILL UPDATES OR OTHER LEGI

Who is the contractor on this award?

The obligated recipient is TECHNOLOGY SOLUTIONS PROVIDER, LLC.

Which agency awarded this contract?

Awarding agency: Department of Agriculture (Office of the Chief Financial Officer).

What is the total obligated amount?

The obligated amount is $58.1 million.

What is the period of performance?

Start: 2020-09-29. End: 2023-01-16.

What is the track record of Technology Solutions Provider, LLC with the federal government, particularly in delivering Agile IT services?

A thorough review of Technology Solutions Provider, LLC's federal contract history would be necessary to assess their track record. This would involve examining past performance evaluations, contract awards, and any reported issues or successes. Specifically, looking for experience with similar Agile development projects, especially those involving complex government systems like those supporting conservation and financial assistance programs, would be crucial. Understanding their performance on previous contracts, including adherence to schedule, budget, and quality standards, provides insight into their capability to successfully execute this current $58.1 million award.

How does the $58.1 million contract value compare to similar Agile IT support contracts awarded by the Department of Agriculture or other federal agencies?

Benchmarking this $58.1 million contract against similar procurements is essential for assessing value for money. This comparison should consider contracts for Agile IT teams, custom software development, and IT support services with comparable durations (approximately 2.6 years) and scopes (supporting conservation, financial assistance, and Farm Bill updates). Analyzing the per-unit costs, such as hourly rates or team-based pricing, for similar services across different agencies can reveal whether this contract represents a competitive rate. A higher-than-average cost without clear justification might indicate potential overpricing or a more complex scope than initially apparent.

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

Key risks for this contract include potential scope creep, given the dynamic nature of Agile development and evolving program requirements; vendor performance issues if the contractor fails to deliver skilled personnel or meet deadlines; and potential integration challenges with existing USDA systems. Mitigation strategies likely involve robust contract management by the Office of the Chief Financial Officer, clear definition and management of Agile sprints and deliverables, regular performance reviews, and potentially contingency planning for vendor transition if necessary. The Firm Fixed Price nature shifts some financial risk to the contractor, but performance risk remains.

How effective are the Agile teams expected to be in supporting the Department of Agriculture's conservation and Farm Bill initiatives?

The effectiveness of the Agile teams hinges on several factors: the clarity and stability of the requirements for conservation and Farm Bill updates, the skill and experience of the personnel provided by Technology Solutions Provider, LLC, and the agency's own capacity to manage and integrate the Agile process. If the teams are well-integrated and the agency embraces Agile principles, they can significantly accelerate development, improve system responsiveness to user needs, and enhance the delivery of critical agricultural services. Success will be measured by the timely delivery of functional software increments and the positive impact on program efficiency and stakeholder satisfaction.

What are the historical spending patterns for similar IT support services within the Department of Agriculture?

Analyzing historical spending patterns for IT support services within the Department of Agriculture is crucial for context. This involves examining the total IT budget, the proportion allocated to external contractors for services like Agile development, and trends in spending over the past several fiscal years. Understanding whether spending on such services has been increasing, decreasing, or remaining stable can indicate the agency's strategic priorities and reliance on contractor support. Comparing the current $58.1 million award to previous large-scale IT service contracts can also highlight shifts in procurement strategies or technological focus.

What is the significance of this contract being awarded under a Blanket Purchase Agreement (BPA) Call?

Awarding this contract as a BPA Call signifies that the underlying Blanket Purchase Agreement was previously established, likely through a competitive process. BPAs streamline the procurement of recurring services or supplies by pre-negotiating terms, conditions, and pricing. A 'Call Order' under a BPA is essentially a task order issued against that agreement. This method can expedite the acquisition process for the government and provide a degree of price predictability. The efficiency gained through the BPA mechanism is a key benefit, allowing the agency to quickly obtain necessary Agile IT support.

Industry Classification

NAICS: InformationOther TelecommunicationsAll Other Telecommunications

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 11490 COMMERCE PARK DRIVE, SUITE 200, RESTON, VA, 20191

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Small Business, Small Disadvantaged Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $62,766,646

Exercised Options: $58,063,879

Current Obligation: $58,063,879

Actual Outlays: $58,063,879

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 12314420A0071

IDV Type: BPA

Timeline

Start Date: 2020-09-29

Current End Date: 2023-01-16

Potential End Date: 2024-03-28 00:00:00

Last Modified: 2024-03-28

More Contracts from Technology Solutions Provider, LLC

View all Technology Solutions Provider, LLC federal contracts →

Other Department of Agriculture Contracts

View all Department of Agriculture contracts →

Explore Related Government Spending