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

State: District of Columbia Government Spending

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

Positive Signals

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

Risk Flags

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 ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT 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

View all Wolftek Mission Group, LLC federal contracts →

Other Department of Agriculture Contracts

View all Department of Agriculture contracts →

Explore Related Government Spending