Commerce Department awards $49M IT contract to Science Applications International Corp. for USPTO systems design
Contract Overview
Contract Amount: $49,084,734 ($49.1M)
Contractor: Science Applications International Corporation
Awarding Agency: Department of Commerce
Start Date: 2021-09-01
End Date: 2026-05-31
Contract Duration: 1,733 days
Daily Burn Rate: $28.3K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: LABOR HOURS
Sector: IT
Official Description: BUCKET I FRAMEWORK ID#: 1PT.103 & 1PT.102
Place of Performance
Location: RESTON, FAIRFAX County, VIRGINIA, 20190
State: Virginia Government Spending
Plain-Language Summary
Department of Commerce obligated $49.1 million to SCIENCE APPLICATIONS INTERNATIONAL CORPORATION for work described as: BUCKET I FRAMEWORK ID#: 1PT.103 & 1PT.102 Key points: 1. Contract value of $49.1 million over approximately 5.7 years suggests a moderate annual spend. 2. Full and open competition indicates a broad market search, potentially leading to competitive pricing. 3. The contract is a delivery order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle. 4. The primary service is computer systems design, a critical function for modern government operations. 5. The contract's duration and value warrant scrutiny for cost-effectiveness and performance over its lifecycle. 6. Virginia is the stated location, potentially indicating a concentration of IT services within that region.
Value Assessment
Rating: good
The contract value of $49.1 million over nearly five years averages to approximately $8.6 million annually. Without specific benchmarks for similar USPTO IT system design contracts, a direct comparison is difficult. However, the labor hours pricing structure (PT: LABOR HOURS) suggests that costs are tied to effort expended, which can be efficient if managed well. The award amount appears reasonable for a contract of this scope and duration, assuming the labor rates are competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, meaning all responsible sources were permitted to submit offers. This approach typically fosters a competitive environment, encouraging multiple bidders to vie for the contract. The number of bidders is not specified, but the 'full and open' designation suggests a robust competition was intended and likely achieved, which is generally positive for price discovery and innovation.
Taxpayer Impact: A full and open competition process is beneficial for taxpayers as it increases the likelihood of securing the best value through competitive pricing and diverse technical solutions.
Public Impact
The U.S. Patent and Trademark Office (USPTO) is the primary beneficiary, receiving essential IT systems design services. This contract supports the modernization and efficiency of patent and trademark application processing. The geographic impact is primarily within Virginia, where the contractor is located, potentially supporting local IT jobs. The services delivered are crucial for the USPTO's mission of promoting innovation and economic growth.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if labor hours are not closely monitored and managed.
- Risk of scope creep if requirements are not clearly defined and controlled throughout the contract period.
- Dependence on a single contractor for critical IT systems design could pose continuity risks if not managed proactively.
Positive Signals
- Awarded through full and open competition, suggesting a competitive process that should yield good value.
- The contractor, Science Applications International Corporation (SAIC), is a large and experienced federal IT provider.
- The contract duration allows for sustained support and development of critical USPTO systems.
Sector Analysis
This contract falls within the Information Technology (IT) sector, specifically focusing on computer systems design services. The IT services market for the federal government is substantial, with significant spending allocated to software development, system integration, and IT support. Contracts like this are essential for agencies to maintain and upgrade their technological infrastructure, ensuring operational efficiency and the ability to deliver services. Benchmarking this contract's value against similar IT system design contracts within the federal space would provide further context on its cost-effectiveness.
Small Business Impact
The data indicates this contract was not set aside for small businesses (SS: false, SB: false). As a large contract awarded to a major IT provider, there are implications for subcontracting opportunities. While the primary awardee is a large business, there may be opportunities for small businesses to participate as subcontractors, depending on SAIC's subcontracting plan and the specific needs of the IT systems design work. Further analysis of SAIC's subcontracting performance on similar contracts would be beneficial.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and program officials within the Department of Commerce and the U.S. Patent and Trademark Office. Accountability measures are usually embedded in the contract terms, including performance metrics, delivery schedules, and quality standards. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- IT Systems Design Services
- Computer Systems Design and Related Services
- Federal IT Modernization Programs
- U.S. Patent and Trademark Office IT Support
Risk Flags
- Potential for cost overruns due to labor hour pricing
- Risk of scope creep in delivery order tasking
- Technological obsolescence over the contract's long duration
Tags
it-services, computer-systems-design, department-of-commerce, uspto, science-applications-international-corporation, delivery-order, full-and-open-competition, labor-hours, virginia, large-business, it-modernization
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $49.1 million to SCIENCE APPLICATIONS INTERNATIONAL CORPORATION. BUCKET I FRAMEWORK ID#: 1PT.103 & 1PT.102
Who is the contractor on this award?
The obligated recipient is SCIENCE APPLICATIONS INTERNATIONAL CORPORATION.
Which agency awarded this contract?
Awarding agency: Department of Commerce (U.S. Patent and Trademark Office).
What is the total obligated amount?
The obligated amount is $49.1 million.
What is the period of performance?
Start: 2021-09-01. End: 2026-05-31.
What is the track record of Science Applications International Corporation (SAIC) in delivering similar IT systems design services to federal agencies?
Science Applications International Corporation (SAIC) is a well-established and experienced federal contractor with a significant history of providing IT services, including systems design, integration, and support, across various government agencies. They have held numerous large-scale IT contracts, particularly within the defense and civilian sectors. Their track record generally indicates a capacity to manage complex projects and deliver on technical requirements. However, like any large contractor, specific contract performance can vary. A detailed review of SAIC's past performance on contracts with similar scope, complexity, and agency type (e.g., civilian agencies like the USPTO) would be necessary to fully assess their suitability and reliability for this specific award. This would involve examining past performance evaluations, any documented issues or disputes, and their success in meeting key performance indicators on prior engagements.
How does the annual value of this contract compare to typical IT system design contracts for agencies of the USPTO's size and mission?
The annual value of this contract, approximately $8.6 million ($49.1M / 5.7 years), needs to be benchmarked against comparable IT system design contracts. Federal agencies, especially those with significant intellectual property processing functions like the USPTO, often require substantial IT investments. The USPTO's mission involves managing vast amounts of data and complex workflows, necessitating robust and modern IT systems. While $8.6 million annually might seem substantial, it could be considered moderate or even lean depending on the specific systems being designed, the complexity of the integration, the number of users supported, and the prevailing market rates for skilled IT professionals in the Washington D.C. metropolitan area. Without access to specific USPTO IT budget allocations for system design or comparative data from similar agencies (e.g., other intellectual property offices or large civilian agencies with complex data management needs), it is challenging to definitively state if this represents high or low spending. However, the 'full and open' competition suggests an effort to achieve market-driven pricing.
What are the primary risks associated with a contract structured as a delivery order under an IDIQ vehicle for IT systems design?
Contracts structured as delivery orders under an Indefinite Delivery/Indefinite Quantity (IDIQ) vehicle, like this one appears to be (indicated by 'AW: DELIVERY ORDER'), carry specific risks. A primary risk is the potential for 'scope creep' if the requirements for each delivery order are not meticulously defined and controlled. This can lead to increased costs and extended timelines beyond initial expectations. Another risk is the potential for less competitive pricing on individual delivery orders compared to a standalone, competitively solicited contract, especially if the IDIQ vehicle itself was not competed rigorously or if follow-on orders are placed without sufficient market research. Furthermore, reliance on a single IDIQ vehicle for multiple needs can concentrate risk; if the chosen contractor under the IDIQ experiences performance issues, it can impact multiple projects. Effective management by the government, including clear task orders and vigilant oversight, is crucial to mitigate these risks.
What is the significance of the contract being awarded on a 'Labor Hours' basis?
The 'Labor Hours' (PT: LABOR HOURS) pricing structure means that the government pays the contractor based on the actual hours worked by the contractor's personnel at pre-negotiated hourly rates, plus any agreed-upon indirect costs or fee. This structure is often used when the scope of work is not precisely defined at the outset, or when the level of effort is difficult to estimate accurately. For IT systems design, where requirements can evolve, this provides flexibility. However, it also shifts some risk to the government, as the total cost is directly tied to the amount of labor expended. Effective management requires diligent tracking of hours, ensuring that work is efficient and necessary, and that the labor mix (e.g., senior vs. junior staff) aligns with project needs to control costs.
How does the duration of this contract (over 5 years) impact the assessment of value for money?
A contract duration of over five years (1733 days, approximately 5.7 years) for IT systems design services allows for sustained development, implementation, and potential refinement of critical systems. This extended period can be beneficial for value for money if it enables the contractor to gain deep institutional knowledge, leading to more efficient and effective solutions over time. It also provides stability for the agency in its IT planning. However, a longer duration also increases the risk of technological obsolescence if the systems designed are not adaptable to future advancements. Furthermore, it necessitates robust oversight throughout the period to ensure continued cost-effectiveness and performance alignment with evolving agency needs. The government must actively manage the contract to prevent complacency and ensure that the contractor remains incentivized to deliver optimal value throughout the entire term.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 12010 SUNSET HILLS RD FL 4, RESTON, VA, 20190
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $49,084,734
Exercised Options: $49,084,734
Current Obligation: $49,084,734
Subaward Activity
Number of Subawards: 10
Total Subaward Amount: $27,163,364
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 47QTCK18D0001
IDV Type: GWAC
Timeline
Start Date: 2021-09-01
Current End Date: 2026-05-31
Potential End Date: 2026-05-31 00:00:00
Last Modified: 2025-12-01
More Contracts from Science Applications International Corporation
- Task Order to Provide Project Management Support, Transition Support, Engineering and Design Support, Securing the Infrastructure Support and O&M Support for the Department's IT Consolidation Program — $2.1B (Department of State)
- Software Life Cycle Development — $1.4B (General Services Administration)
- Unified Nasa Information Technology Services (unites) — $1.4B (National Aeronautics and Space Administration)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (General Services Administration)
- This Effort IS for a Follow on Procurement Requirement. the Name of This Procurement IS the Omnibus Multidiscipline Engineering Services (omes) II. the Principal Purpose of This Contract IS to Provide Multidiscipline Engineering Support Services and Related Work to EED, Istd, SED, MSD, Mesa, Jpss, Ssco, and Related Organizations, AS Required, for the Study, Design, Systems Engineering, Development, Fabrication, Integration, Testing, Verification, and Operations of Space Flight, Airborne, and Ground System Hardware and Software, Including Development and Validation of NEW Technologies to Enable Future Space and Science Missions. to This END, the Contractor Shall Provide On/Off-Site Multidiscipline Engineering Services, Pursuant to Task Orders Issued by the Contracting Officer. These Services Shall Include the Personnel, Facilities, and Materials (unless Otherwise Provided by the Government) to Accomplish the Tasks. Travel MAY BE Required by the Contractor to Support Certain Task Orders, These Travel Requirements Will BE Identified on a Task by Task Basis — $1.0B (National Aeronautics and Space Administration)
View all Science Applications International Corporation federal contracts →
Other Department of Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)