Commerce renews UiPath licenses for $2.7M, raising questions about value and competition

Contract Overview

Contract Amount: $2,704,428 ($2.7M)

Contractor: Blue Tech Inc.

Awarding Agency: Department of Commerce

Start Date: 2023-01-31

End Date: 2027-01-30

Contract Duration: 1,460 days

Daily Burn Rate: $1.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: UIPATH LICENSES RENEWAL AND TAM SUPPORT

Place of Performance

Location: LA JOLLA, SAN DIEGO County, CALIFORNIA, 92038

State: California Government Spending

Plain-Language Summary

Department of Commerce obligated $2.7 million to BLUE TECH INC. for work described as: UIPATH LICENSES RENEWAL AND TAM SUPPORT Key points: 1. The contract's value appears reasonable given the duration and nature of software licensing and support. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The renewal of existing licenses indicates a reliance on the current vendor, potentially limiting new market entrants. 4. Performance context is limited without specific metrics on UiPath's impact on USPTO operations. 5. This contract falls within the 'Other Computer Related Services' category, a broad but essential sector for government IT infrastructure.

Value Assessment

Rating: fair

The contract value of $2.7 million over four years for UiPath licenses and support is difficult to benchmark precisely without access to specific UiPath pricing agreements and market data for similar government deployments. However, the per-year cost of approximately $676,000 for enterprise-level robotic process automation (RPA) software and maintenance is within a plausible range for large organizations. Further analysis would require comparing this to other federal agencies' RPA contracts or private sector enterprise agreements for comparable software suites.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which implies that while the initial award might have had some restrictions, the renewal was fully competed. The presence of two bidders suggests a degree of competition, but the specifics of the bidding process and the number of interested parties are not detailed. A higher number of bidders would typically indicate stronger price discovery and potentially lower costs for the government.

Taxpayer Impact: The use of full and open competition is a positive signal for taxpayers, as it aims to ensure the government receives the best possible pricing through a competitive process. However, the limited number of bidders warrants further investigation to confirm if the competition was truly robust.

Public Impact

The U.S. Patent and Trademark Office (USPTO) benefits from this contract through continued access to UiPath software. The services delivered include licensing and technical support for UiPath, a platform used for automating repetitive tasks. The geographic impact is primarily within the USPTO's operations, likely centered in its main offices. Workforce implications may include enabling USPTO employees to focus on higher-value tasks by automating routine processes.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under the 'Other Computer Related Services' sector, which is a broad category encompassing various IT services. The market for Robotic Process Automation (RPA) software, like UiPath, is a rapidly growing segment within this sector. Government spending on RPA is increasing as agencies seek to improve efficiency and reduce manual labor. Benchmarking this contract would involve comparing its cost to other federal or state government RPA procurements, as well as enterprise-level licenses in the private sector, which can vary significantly based on features and user volume.

Small Business Impact

There is no indication that this contract involved small business set-asides, nor is there information about subcontracting opportunities for small businesses. The vendor, Blue Tech Inc., is likely a mid-to-large-sized business. Without specific subcontracting plans or set-aside requirements, the direct impact on the small business ecosystem for this particular contract appears minimal.

Oversight & Accountability

Oversight of this contract would typically fall under the contracting officer and program managers within the U.S. Patent and Trademark Office. Accountability measures would be tied to the delivery of software licenses and support as per the contract terms. Transparency is facilitated by the contract award data being publicly available, but detailed internal performance reviews or Inspector General involvement would depend on specific performance issues or audits.

Related Government Programs

Risk Flags

Tags

it-services, software-licensing, robotic-process-automation, department-of-commerce, uspto, firm-fixed-price, full-and-open-competition, california, large-contract, it-operations

Frequently Asked Questions

What is this federal contract paying for?

Department of Commerce awarded $2.7 million to BLUE TECH INC.. UIPATH LICENSES RENEWAL AND TAM SUPPORT

Who is the contractor on this award?

The obligated recipient is BLUE TECH INC..

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 $2.7 million.

What is the period of performance?

Start: 2023-01-31. End: 2027-01-30.

What is the track record of Blue Tech Inc. in delivering UiPath licenses and support to federal agencies?

Information regarding Blue Tech Inc.'s specific track record with UiPath licenses and support for federal agencies is not detailed in the provided data. As a reseller or integrator, their performance would be tied to their ability to procure and deliver the software and support from UiPath effectively, and to provide adequate technical assistance. A deeper dive would involve reviewing past performance evaluations, any past performance questionnaires (PPQs) submitted by the agency, and potentially searching for other federal contracts awarded to Blue Tech Inc. for similar services to assess their history of successful delivery and client satisfaction.

How does the $2.7 million cost compare to similar UiPath enterprise license renewals in the federal government?

Direct comparison of the $2.7 million cost for UiPath licenses and support over four years is challenging without access to specific federal procurement data for comparable UiPath deployments. Enterprise license costs for RPA software like UiPath are highly variable, depending on the number of bots, attended/unattended licenses, specific modules utilized (e.g., AI Center, Orchestrator), and the level of support required. To benchmark effectively, one would need to identify other federal agencies that have procured similar UiPath enterprise agreements, noting the duration, scope, and total cost, and then normalize these figures to account for differences in scale and features. The current contract's annual cost of approximately $676,000 suggests a significant deployment.

What are the key performance indicators (KPIs) used by the USPTO to measure the success of the UiPath implementation?

The provided contract data does not specify the Key Performance Indicators (KPIs) that the U.S. Patent and Trademark Office (USPTO) uses to measure the success of its UiPath implementation. Typically, for RPA software, KPIs might include metrics such as the number of processes automated, time saved per process, reduction in error rates, cost savings achieved through automation, and employee productivity gains. Without these specific metrics, it is difficult to quantitatively assess the value-for-money and overall effectiveness of this $2.7 million investment beyond the basic provision of licenses and support.

What is the potential risk associated with relying on a single vendor (UiPath) for critical automation processes?

The primary risk associated with relying on a single vendor like UiPath for critical automation processes is vendor lock-in. This can lead to reduced negotiating power during future renewals, potentially higher costs, and a lack of flexibility if the agency's needs evolve beyond what UiPath can offer or if a superior alternative emerges. There's also a risk related to the vendor's financial stability, future product roadmap, or changes in their support model. While UiPath is a market leader, diversifying automation tools or maintaining an exit strategy can mitigate these risks, though it often comes with increased complexity and integration challenges.

How has federal spending on Robotic Process Automation (RPA) software and services evolved over the past five years?

Federal spending on Robotic Process Automation (RPA) software and services has seen a significant upward trend over the past five years. Agencies across various departments, including Defense, Treasury, Commerce, and Health and Human Services, have increasingly adopted RPA to streamline operations, improve data accuracy, and enhance citizen services. This growth is driven by the pursuit of efficiency gains, cost reductions, and the need to automate repetitive, manual tasks, especially in areas like finance, HR, and IT support. While specific aggregate spending figures are not readily available without dedicated market research reports, the increasing number of RPA-related contract awards and the expansion of RPA platforms within agencies indicate a substantial rise in investment.

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: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4025 HANCOCK ST. STE. 100, SAN DIEGO, CA, 92110

Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Manufacturer of Goods, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $3,395,072

Exercised Options: $2,704,428

Current Obligation: $2,704,428

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SD00B

IDV Type: GWAC

Timeline

Start Date: 2023-01-31

Current End Date: 2027-01-30

Potential End Date: 2027-01-30 00:00:00

Last Modified: 2026-02-02

More Contracts from Blue Tech Inc.

View all Blue Tech Inc. federal contracts →

Other Department of Commerce Contracts

View all Department of Commerce contracts →

Explore Related Government Spending