Commerce awards $19.7M contract for Trial Director software and maintenance to Software Information Resource Corp
Contract Overview
Contract Amount: $19,692 ($19.7K)
Contractor: Software Information Resource Corp.
Awarding Agency: Department of Commerce
Start Date: 2025-05-12
End Date: 2027-05-11
Contract Duration: 729 days
Daily Burn Rate: $27/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TRIAL DIRECTOR S/W AND MAINTENANCE SUPPORT SERVICES FOR BASE AND FOUR (4) OPTION PERIODS.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20037
Plain-Language Summary
Department of Commerce obligated $19,691.5 to SOFTWARE INFORMATION RESOURCE CORP. for work described as: TRIAL DIRECTOR S/W AND MAINTENANCE SUPPORT SERVICES FOR BASE AND FOUR (4) OPTION PERIODS. Key points: 1. Contract awarded via full and open competition after exclusion of sources, indicating a competitive process. 2. The contract duration is 729 days, spanning approximately two years. 3. The award is a Delivery Order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 4. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 5. The North American Industry Classification System (NAICS) code 541519 suggests services related to computer systems design and related services. 6. The contractor, Software Information Resource Corp., is based in the District of Columbia. 7. The contract value is $19,691,500.00. 8. The contract has 4 option periods, indicating potential for extended service and increased value.
Value Assessment
Rating: good
The contract value of approximately $19.7 million over two years for software and maintenance appears reasonable given the scope. Benchmarking against similar IT support contracts for specialized software would provide a more precise value-for-money assessment. The firm fixed-price structure is generally favorable for the government, as it caps costs. However, without detailed service level agreements and performance metrics, a definitive value assessment is challenging.
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.' This indicates that while the competition was intended to be open, specific sources may have been excluded prior to the solicitation, which warrants further investigation into the reasons for exclusion. The number of bidders is not specified, but the 'full and open' designation suggests a competitive process was initiated.
Taxpayer Impact: A competitive process, even with exclusions, generally benefits taxpayers by encouraging multiple vendors to bid, potentially leading to better pricing and service offerings.
Public Impact
The U.S. Patent and Trademark Office (USPTO) is the primary beneficiary, receiving essential software and maintenance services. The services delivered include support for 'Trial Director' software, crucial for legal and administrative proceedings. The geographic impact is concentrated in the District of Columbia, where the contractor is located and likely where services are managed. The contract supports the operational efficiency of the USPTO, indirectly impacting inventors, businesses, and the public seeking intellectual property protection.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The specific reasons for excluding certain sources in the 'Full and Open Competition After Exclusion of Sources' process are not detailed, potentially limiting the breadth of competition.
- The contract duration and option periods, while common, require careful management to ensure continued value and avoid vendor lock-in.
- The firm fixed-price nature necessitates clear performance standards to ensure quality of service is maintained.
Positive Signals
- The use of 'Full and Open Competition' signals an intent to leverage market competition for favorable terms.
- The Firm Fixed Price contract type effectively transfers cost overrun risk to the contractor.
- The contract supports a critical function for the USPTO, indicating alignment with agency mission objectives.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on software maintenance and support. The market for specialized legal and administrative software support is competitive, with numerous firms offering similar capabilities. The value of this contract, approximately $19.7 million over two years, is moderate within the context of large federal IT procurements. Comparable spending benchmarks would involve analyzing contracts for similar case management or trial presentation software across various federal agencies.
Small Business Impact
The provided data does not indicate any specific small business set-aside provisions or subcontracting requirements for this contract. Therefore, the direct impact on small businesses is unclear, though the prime contractor may engage small businesses for subcontracting opportunities. Further analysis of the contract's subcontracting plan, if applicable, would be necessary to assess its impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would typically reside with the U.S. Patent and Trademark Office's contracting officers and program managers. Accountability measures are embedded within the Firm Fixed Price contract structure, requiring the contractor to deliver specified services. Transparency is facilitated through federal procurement databases where contract awards are published. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Federal IT Support Services
- Software Licensing and Maintenance
- Legal Case Management Systems
- Intellectual Property Administration Systems
Risk Flags
- Potential for limited competition due to source exclusion.
- Need for clear performance metrics to ensure value for money.
- Contract duration requires ongoing monitoring for continued relevance and cost-effectiveness.
Tags
it-services, software-maintenance, trial-director, department-of-commerce, uspto, delivery-order, firm-fixed-price, full-and-open-competition, district-of-columbia, it-support, legal-software
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $19,691.5 to SOFTWARE INFORMATION RESOURCE CORP.. TRIAL DIRECTOR S/W AND MAINTENANCE SUPPORT SERVICES FOR BASE AND FOUR (4) OPTION PERIODS.
Who is the contractor on this award?
The obligated recipient is SOFTWARE INFORMATION RESOURCE CORP..
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 $19,691.5.
What is the period of performance?
Start: 2025-05-12. End: 2027-05-11.
What is the track record of Software Information Resource Corp. with federal contracts, particularly for similar software support services?
A review of Software Information Resource Corp.'s federal contract history is essential to assess their performance and reliability. While the provided data indicates they were awarded this $19.7 million contract, further investigation into their past performance ratings, any past disputes or contract terminations, and the types of services they have previously provided to government agencies is crucial. Understanding their experience with 'Trial Director' software specifically, or comparable legal/administrative software, would offer significant insight into their capability to fulfill the current contract requirements effectively. A positive track record suggests a lower risk of performance issues, while a history of problems could indicate potential challenges ahead.
How does the awarded price compare to market rates for similar 'Trial Director' software maintenance and support services?
To assess the value for money, the awarded price of approximately $19.7 million over two years needs to be benchmarked against prevailing market rates. This involves researching the pricing structures of other vendors offering support for 'Trial Director' or functionally similar software solutions. Factors such as the level of support (e.g., 24/7 vs. business hours), response times, included features (e.g., software updates, patches, technical assistance), and the number of users or licenses covered are critical for a fair comparison. If the awarded price is significantly higher than market benchmarks, it could indicate potential overpayment or a lack of sufficient competition during the procurement process. Conversely, a price below market rates might suggest a highly competitive bid or potential risks associated with service quality.
What are the specific risks associated with the 'Full and Open Competition After Exclusion of Sources' procurement method used for this contract?
The 'Full and Open Competition After Exclusion of Sources' method, while aiming for competition, introduces specific risks. The primary concern is understanding the rationale behind the exclusion of certain sources. If the exclusions were arbitrary or not based on legitimate technical or capability requirements, it could have artificially limited the competitive pool, potentially leading to higher prices or less optimal solutions for the government. It is important to ascertain if the excluded sources possessed the necessary qualifications and if their exclusion was properly justified and documented. This procurement method requires careful oversight to ensure that the 'exclusion of sources' clause is not used to unduly restrict competition or favor specific contractors without a clear, objective basis.
What are the performance metrics and Service Level Agreements (SLAs) associated with this contract, and how will they be monitored?
The effectiveness and value of this contract are heavily dependent on clearly defined performance metrics and Service Level Agreements (SLAs). These should outline specific, measurable, achievable, relevant, and time-bound (SMART) objectives for the contractor, such as software uptime, response times for technical support, and turnaround times for software updates or bug fixes. The contract's success hinges on robust monitoring mechanisms to track the contractor's adherence to these SLAs. Without this information, it is difficult to ascertain if the government is receiving the expected level of service and value for the $19.7 million investment. The USPTO's program management and contracting officers are responsible for this oversight.
How does this contract's value and duration compare to historical spending patterns for 'Trial Director' software support at the USPTO or similar agencies?
Comparing this $19.7 million, two-year contract to historical spending patterns for 'Trial Director' software support at the USPTO or comparable agencies is crucial for assessing its financial prudence. Analyzing past contracts for similar services, including their values, durations, and the number of bidders, can reveal trends in pricing and competition. If this contract represents a significant increase in cost or duration compared to previous arrangements, it warrants further investigation into the reasons, such as expanded scope, increased user base, or market inflation. Conversely, if the current contract aligns with or improves upon historical spending, it suggests consistent value and effective procurement practices. This historical context provides a vital baseline for evaluating the current award.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT 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: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 730 24TH ST NW STE 3, WASHINGTON, DC, 20037
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $53,077
Exercised Options: $19,692
Current Obligation: $19,692
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: NNG15SD74B
IDV Type: GWAC
Timeline
Start Date: 2025-05-12
Current End Date: 2027-05-11
Potential End Date: 2030-05-11 00:00:00
Last Modified: 2026-04-09
More Contracts from Software Information Resource Corp.
- Appian Licenses — $20.7M (Department of Health and Human Services)
- Appian Cloud Platform Software and Maintenance — $18.7M (Department of Labor)
- Salesforce Support Services — $8.4M (Department of Commerce)
- Akamai WEB Cache Services — $7.8M (Department of Health and Human Services)
- PSS - FY25 VCF Recompete Salesforce & Tableau Licenses — $7.2M (Department of Justice)
View all Software Information Resource Corp. 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.)