Agriculture's $7.56M Contract for Office Software Licenses Awarded to Wolftek Mission Group
Contract Overview
Contract Amount: $7,564,371 ($7.6M)
Contractor: Wolftek Mission Group, LLC
Awarding Agency: Department of Agriculture
Start Date: 2025-09-30
End Date: 2026-09-29
Contract Duration: 364 days
Daily Burn Rate: $20.8K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: RETURN TO OFFICE TOOL LICENSES AND FINANCIAL REVIEW WORKFLOW LICENSES FOR OFFICE OF THE CHIEF DATA OFFICER
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20250
Plain-Language Summary
Department of Agriculture obligated $7.6 million to WOLFTEK MISSION GROUP, LLC for work described as: RETURN TO OFFICE TOOL LICENSES AND FINANCIAL REVIEW WORKFLOW LICENSES FOR OFFICE OF THE CHIEF DATA OFFICER Key points: 1. Contract awarded to a single vendor, raising questions about competition. 2. The contract value is moderate, but the lack of competition warrants scrutiny. 3. Potential risk lies in the sole-source nature and limited price discovery. 4. Spending is within the 'Other Computer Related Services' NAICS code.
Value Assessment
Rating: fair
The contract's pricing is difficult to assess without competitive benchmarks. The fixed-price structure provides some cost certainty, but the absence of competition limits the government's ability to ensure the best possible price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded sole-source, meaning there was no competition. This limits the government's ability to explore alternative solutions or negotiate pricing, potentially leading to higher costs for taxpayers.
Taxpayer Impact: The sole-source award may result in taxpayers paying more than necessary due to the lack of competitive pressure on pricing.
Public Impact
Taxpayers may be overpaying for software licenses due to the lack of competition. The Office of the Chief Data Officer receives essential tools for data management. The contract supports federal employees' return-to-office initiatives.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Lack of competition
- Limited price discovery
Positive Signals
- Supports critical office functions
- Fixed-price contract
Sector Analysis
This contract falls under IT services, specifically software licensing and related services. Benchmarks for similar contracts are highly variable and depend on specific software and user counts, making direct comparison difficult without more detail.
Small Business Impact
The contract was awarded to Wolftek Mission Group, LLC. Information regarding this vendor's small business status or subcontracting plans is not provided, making it impossible to assess small business participation.
Oversight & Accountability
The contract is managed by the Department of Agriculture's Office of the Chief Financial Officer. Oversight effectiveness is difficult to gauge without knowing the specific review processes in place for sole-source awards.
Related Government Programs
- Other Computer Related Services
- Department of Agriculture Contracting
- Office of the Chief Financial Officer Programs
Risk Flags
- Sole-source award limits competition.
- Potential for overpayment due to lack of price discovery.
- No information on small business participation.
- Lack of detailed justification for sole-source award.
Tags
other-computer-related-services, department-of-agriculture, dc, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Agriculture awarded $7.6 million to WOLFTEK MISSION GROUP, LLC. RETURN TO OFFICE TOOL LICENSES AND FINANCIAL REVIEW WORKFLOW LICENSES FOR OFFICE OF THE CHIEF DATA OFFICER
Who is the contractor on this award?
The obligated recipient is WOLFTEK MISSION GROUP, 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 $7.6 million.
What is the period of performance?
Start: 2025-09-30. End: 2026-09-29.
What is the justification for the sole-source award, and were alternatives considered?
The justification for the sole-source award is not provided in the data. Typically, sole-source contracts are used when only one vendor can provide the required goods or services due to unique capabilities, proprietary technology, or urgent needs. A thorough review should confirm that no viable competitive alternatives existed and that this approach is truly necessary and in the government's best interest.
How does the per-unit cost of these licenses compare to industry standards or previous government purchases?
Without specific details on the software being licensed and the number of units, a direct per-unit cost comparison is not possible. The lack of competition makes it challenging to determine if the pricing is competitive. Further analysis would require knowing the specific software product, license type, and quantity to benchmark against market rates or historical data.
What is the long-term strategy for these software licenses, and will future procurements be competed?
The provided data indicates a contract duration through September 2026. The long-term strategy and plans for future procurements are not detailed. It is crucial for the agency to assess whether these licenses represent a long-term need that could be competitively procured in the future, potentially leading to better pricing and wider vendor participation.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 20405 EXCHANGE ST STE 300, ASHBURN, VA, 20147
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $11,653,238
Exercised Options: $11,653,238
Current Obligation: $7,564,371
Actual Outlays: $6,727,834
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2025-09-30
Current End Date: 2026-09-29
Potential End Date: 2026-09-29 00:00:00
Last Modified: 2026-03-30
More Contracts from Wolftek Mission Group, LLC
- Establish Netowrk Access for Foreign Customers — $64.9M (Department of Defense)
- THE Efforts of This Contract Will Implement the United States Government Security Cooperation Enterprise Activities to Advance USG Defense and Foreign Policy Interests by Building the Capacity of Foreign Partner Nations — $38.4M (Department of Defense)
- FSA Afida Acreage Reporting Tool to Design, Configure, Deploy and Manage a Secure, User-Friendly Tool to Achieve an Agricultural Foreign Investment Disclosure ACT (afida) Compliance Platform Enable Cloud-Based Acreage Reporting, and Create a Shared — $29.8M (Department of Agriculture)
- Adobe PDF Editor and Related Software — $20.4M (Department of Agriculture)
- 23it55-Soc-011, 23it55-Ecs-002 Tanium Renewal POP: Base Year: 4/3/2023 to 4/2/2024 Option Year ONE: 4/3/2024 to 4/2/2025 Option Year TWO: 4/3/2025 to 4/2/2026 Prime: SBA SUB: Wolftek Mission Group, LLC Attn: Marc Otterback 13900 Lincoln — $18.9M (Department of Agriculture)
Other Department of Agriculture Contracts
- Usda Enterprise-Scale Fedramp Certified Cloud Hosting Services. Igf::ot::igf — $336.8M (Accenture Federal Services LLC)
- Usda Disc Enterprise Wide Salesforce Software&support Services — $294.8M (Carahsoft Technology Corp)
- Provide Removal of Carcasses AT Premise X Igf::ot::igf Hpai — $292.5M (Clean Harbors Environmental Services Inc)
- Financial Management Modernization Initiative — $291.0M (Accenture LLP)
- Enterprise Application Services — $273.5M (Synergy Business Innovation & Solutions Inc.)