Commerce Department's Census Bureau awards $42.4M for e-testing, continuing a prior contract

Contract Overview

Contract Amount: $42,378,266 ($42.4M)

Contractor: Paradyme Solutions, LLC

Awarding Agency: Department of Commerce

Start Date: 2020-04-01

End Date: 2022-12-31

Contract Duration: 1,004 days

Daily Burn Rate: $42.2K/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: LOGICAL FOLLOW ON TO PARADYME MANAGEMENT FOR E-TESTING SERVICES.

Place of Performance

Location: SUITLAND, PRINCE GEORGES County, MARYLAND, 20746

State: Maryland Government Spending

Plain-Language Summary

Department of Commerce obligated $42.4 million to PARADYME SOLUTIONS, LLC for work described as: LOGICAL FOLLOW ON TO PARADYME MANAGEMENT FOR E-TESTING SERVICES. Key points: 1. This contract represents a continuation of e-testing services previously managed by Paradyme Management. 2. The award was made under the Simplified Acquisition Procedures (SAP), suggesting a focus on smaller procurements. 3. The contract type is Time and Materials, which can carry higher cost risks if not managed closely. 4. The U.S. Census Bureau is the primary agency, indicating a need for data processing and testing capabilities. 5. The geographic focus is Maryland, aligning with the agency's operational presence. 6. The contract's duration of 1004 days suggests a sustained need for these services.

Value Assessment

Rating: fair

The contract value of $42.4 million over approximately 2.75 years needs careful benchmarking against similar IT testing services. The Time and Materials (T&M) pricing structure, while flexible, can lead to cost overruns if not strictly managed and monitored for efficiency. Without detailed performance metrics or comparison data, assessing the true value-for-money is challenging. The prior contract's performance and pricing would be a key benchmark, but that information is not provided here.

Cost Per Unit: N/A

Competition Analysis

Competition Level: unknown

The contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a broader range of potential offerors compared to sole-source but may not reach the full scope of open competition. The data indicates it was a BPA Call, suggesting it was awarded against an existing Blanket Purchase Agreement. The number of bidders is not specified, but competition under SAP generally aims to ensure fair pricing and access for qualified vendors.

Taxpayer Impact: Competition under SAP generally leads to better pricing for taxpayers than sole-source awards, as it allows multiple vendors to bid. However, the level of competition and its impact on price discovery are less robust than full and open competition.

Public Impact

The U.S. Census Bureau benefits from continued e-testing services, crucial for data integrity and system reliability. These services support the operational readiness of critical government IT infrastructure. The primary impact is on the Census Bureau's internal operations and data collection/processing capabilities. Workforce implications are likely within the IT services sector, potentially supporting specialized testing roles.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT services sector, particularly computer systems design, is a significant area of federal spending. This contract falls within the broader category of IT support and testing services, which are essential for maintaining government digital infrastructure. Benchmarking this contract's value would involve comparing its per-diem or hourly rates against industry standards for similar testing services, considering the specific skill sets required.

Small Business Impact

The provided data does not indicate if this contract included small business set-asides or subcontracting goals. As it was competed under SAP, there might be opportunities for small businesses if they were eligible under the BPA or the specific call. Further investigation into the award details and the BPA itself would be needed to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight would typically be managed by the U.S. Census Bureau's contracting officers and program managers. Accountability measures would be defined in the contract's terms and conditions, including performance standards and reporting requirements. Transparency is generally facilitated through contract databases like FPDS, though detailed performance data may be less accessible.

Related Government Programs

Risk Flags

Tags

it-services, computer-systems-design, department-of-commerce, u.s.-census-bureau, competed, bpa-call, time-and-materials, maryland, it-testing, simplified-acquisition-procedures

Frequently Asked Questions

What is this federal contract paying for?

Department of Commerce awarded $42.4 million to PARADYME SOLUTIONS, LLC. LOGICAL FOLLOW ON TO PARADYME MANAGEMENT FOR E-TESTING SERVICES.

Who is the contractor on this award?

The obligated recipient is PARADYME SOLUTIONS, LLC.

Which agency awarded this contract?

Awarding agency: Department of Commerce (U.S. Census Bureau).

What is the total obligated amount?

The obligated amount is $42.4 million.

What is the period of performance?

Start: 2020-04-01. End: 2022-12-31.

What was the performance history and pricing of the previous contract held by Paradyme Management for these e-testing services?

The provided data indicates this is a 'LOGICAL FOLLOW ON TO PARADYME MANAGEMENT FOR E-TESTING SERVICES.' To fully assess the value and performance of the current $42.4 million contract, a detailed review of the prior contract's performance metrics, cost history, and any contract modifications would be essential. Understanding if the current pricing reflects improvements or escalations from the previous contract, and whether performance issues were addressed, is crucial for a comprehensive value-for-money analysis. Without this historical context, it's difficult to determine if the current award represents a fair price for the services rendered or if it carries forward any inefficiencies.

How does the Time and Materials (T&M) pricing structure compare to fixed-price or other contract types for similar IT testing services?

Time and Materials (T&M) contracts are often used when the scope of work is not clearly defined or is expected to change, offering flexibility. However, they carry a higher risk of cost overruns for the government compared to fixed-price contracts, as the contractor is reimbursed for direct labor hours and materials used, plus a fee. For IT testing services, fixed-price contracts can be more cost-effective if requirements are well-defined, providing the contractor with an incentive to work efficiently. The Census Bureau's choice of T&M suggests a need for adaptability, but it necessitates robust oversight to manage costs and ensure efficient service delivery. Benchmarking T&M rates against industry averages for similar IT testing roles is critical.

What specific IT systems or applications are covered under these e-testing services for the U.S. Census Bureau?

The provided data identifies the contract as being for 'e-testing services' awarded to Paradyme Solutions, LLC, and is a logical follow-on to a previous contract. However, it does not specify the exact IT systems or applications that are subject to these testing services. Given the agency is the U.S. Census Bureau, these services likely pertain to the testing of software, hardware, and network infrastructure supporting critical data collection, processing, and dissemination systems. This could include systems for decennial censuses, surveys, data warehousing, and public-facing portals. A deeper dive into the contract's Statement of Work (SOW) would be necessary to identify the specific systems under test.

What is the typical duration and cost range for similar IT testing and computer systems design contracts within the federal government?

Federal IT testing and computer systems design contracts vary widely in duration and cost depending on the agency, scope, and complexity. Contracts can range from short-term projects lasting a few months to multi-year Indefinite Delivery/Indefinite Quantity (IDIQ) vehicles. Dollar values can span from thousands for small, specialized tasks to billions for large-scale system modernizations. The $42.4 million awarded to Paradyme Solutions over approximately 2.75 years for the Census Bureau falls within a moderate range for sustained IT support services. However, direct comparisons are difficult without knowing the specific deliverables, service levels, and the competitive landscape for each contract.

Were there any specific performance concerns or successes noted in the prior contract that influenced the decision for a 'logical follow-on'?

The designation 'LOGICAL FOLLOW ON' implies that the current contract is a direct continuation or extension of services previously provided, likely by the same contractor or to fulfill a continuing need. While it suggests a degree of satisfaction or necessity to maintain continuity, the specific reasons for it being a 'follow-on' are not detailed in the provided summary data. Typically, such decisions are based on factors like successful past performance, the need for specialized knowledge held by the incumbent, or the impracticality of recompeting a service that is already operational. Without access to performance reviews or justification documents for the follow-on, it's impossible to ascertain if it was driven by exceptional success or simply the path of least resistance.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 3820 39TH ST NW STE 119E, WASHINGTON, DC, 20016

Business Categories: Category Business, DoT Certified Disadvantaged Business Enterprise, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $42,378,266

Exercised Options: $42,378,266

Current Obligation: $42,378,266

Actual Outlays: $1,617,815

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: DOCYA132315BU0042

IDV Type: BPA

Timeline

Start Date: 2020-04-01

Current End Date: 2022-12-31

Potential End Date: 2022-12-31 00:00:00

Last Modified: 2023-05-25

More Contracts from Paradyme Solutions, LLC

View all Paradyme Solutions, LLC federal contracts →

Other Department of Commerce Contracts

View all Department of Commerce contracts →

Explore Related Government Spending