Interior's $8.9M IT support contract for RPMS awarded to Wichita Tribal Enterprises, LLC

Contract Overview

Contract Amount: $8,906,020 ($8.9M)

Contractor: Wichita Tribal Enterprises, LLC

Awarding Agency: Department of the Interior

Start Date: 2020-06-15

End Date: 2025-12-14

Contract Duration: 2,008 days

Daily Burn Rate: $4.4K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: RESOURCE AND PATIENT MANAGEMENT SYSTEM (RPMS) INFORMATION TECHNOLOGY SUPPORT

Place of Performance

Location: HOUSTON, HARRIS County, TEXAS, 77007

State: Texas Government Spending

Plain-Language Summary

Department of the Interior obligated $8.9 million to WICHITA TRIBAL ENTERPRISES, LLC for work described as: RESOURCE AND PATIENT MANAGEMENT SYSTEM (RPMS) INFORMATION TECHNOLOGY SUPPORT Key points: 1. Contract provides essential IT support for the Resource and Patient Management System (RPMS). 2. Wichita Tribal Enterprises, LLC, a small business, is the primary contractor. 3. The contract duration extends over five years, indicating a long-term need for these services. 4. The award was made under full and open competition after exclusion of sources, suggesting a specific justification for the procurement method. 5. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 6. The geographic location of the contractor is Texas.

Value Assessment

Rating: fair

The contract value of $8.9 million over approximately five years for IT support services appears reasonable for a specialized system like RPMS. Benchmarking against similar IT support contracts for government systems is challenging without more specific service details. However, the firm fixed-price structure suggests an attempt to control costs. The contract's value is moderate within the broader IT services landscape for federal agencies.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This specific procurement method implies that while the competition was intended to be open, certain sources were excluded, possibly due to specific requirements or prior performance issues. The number of bidders is not explicitly stated, but the exclusion of sources suggests a potentially narrower competitive pool than a standard full and open competition.

Taxpayer Impact: The exclusion of sources may limit the potential for the lowest possible price, as the competitive field was restricted. Taxpayers may not benefit from the full range of market competition that could have been achieved with a completely open process.

Public Impact

Benefits healthcare providers and patients who rely on the Resource and Patient Management System (RPMS). Ensures the continued operation and maintenance of critical IT infrastructure for patient management. Supports the Department of the Interior's mission in managing resources and patient data. The IT support services are crucial for the functionality of healthcare delivery within the agency. Workforce implications include the need for skilled IT professionals to maintain and support the RPMS.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Computer Systems Design Services sector, a vital component of the federal IT services market. The federal government spends billions annually on IT support and systems integration. This contract for the Resource and Patient Management System (RPMS) is specific to healthcare IT, a growing area of focus. Comparable spending benchmarks would typically involve other contracts for similar health information systems or large-scale IT support services for agencies with significant data management needs.

Small Business Impact

Wichita Tribal Enterprises, LLC is identified as the contractor. While the data indicates the contractor is a small business, it does not specify if this contract was a small business set-aside. If it was not a set-aside, the implications are that the competition was open to all eligible sources, including large businesses, with the small business winning on merit. If it was a set-aside, it would have been specifically targeted to small businesses. Subcontracting opportunities for other small businesses would depend on the specific terms negotiated within the contract.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Interior's contracting officers and program managers. Accountability measures are inherent in the Firm Fixed Price contract type, which requires the contractor to deliver specified services within the agreed-upon price. Transparency is generally facilitated through contract databases like FPDS-NG, where basic award information is publicly available. The extent of Inspector General jurisdiction would depend on any specific audits or investigations initiated related to this contract.

Related Government Programs

Risk Flags

Tags

it-support, resource-and-patient-management-system, department-of-the-interior, wichita-tribal-enterprises-llc, definitive-contract, firm-fixed-price, full-and-open-competition-after-exclusion-of-sources, computer-systems-design-services, small-business, texas, healthcare-it

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $8.9 million to WICHITA TRIBAL ENTERPRISES, LLC. RESOURCE AND PATIENT MANAGEMENT SYSTEM (RPMS) INFORMATION TECHNOLOGY SUPPORT

Who is the contractor on this award?

The obligated recipient is WICHITA TRIBAL ENTERPRISES, LLC.

Which agency awarded this contract?

Awarding agency: Department of the Interior (Departmental Offices).

What is the total obligated amount?

The obligated amount is $8.9 million.

What is the period of performance?

Start: 2020-06-15. End: 2025-12-14.

What specific IT support services are included under this contract for the RPMS?

The contract data specifies 'Computer Systems Design Services' (NAICS code 541512) as the nature of the work. This typically encompasses a range of IT support activities, including system design, integration, maintenance, and potentially help desk support for the Resource and Patient Management System (RPMS). However, the precise scope of services—such as software development, hardware maintenance, network administration, cybersecurity support, or user training—is not detailed in the provided summary. A thorough understanding would require reviewing the contract's Statement of Work (SOW).

How does the pricing of this contract compare to similar IT support contracts for federal healthcare systems?

Direct price comparison is difficult without detailed service scope and performance metrics. The total contract value of $8.9 million over approximately five years, for a system like RPMS, suggests a moderate annual spend. To benchmark effectively, one would need to compare the 'per-unit' cost of specific services (e.g., per help desk ticket resolved, per server maintained, per hour of specialized support) against industry averages or similar government contracts. The Firm Fixed Price (FFP) nature of this contract implies that the contractor bears the risk of cost overruns, which can sometimes lead to higher initial pricing compared to cost-reimbursement contracts, but offers greater budget certainty for the government.

What are the key risks associated with this contract, and how are they being managed?

Key risks include potential performance issues if the contractor lacks adequate expertise in RPMS, cybersecurity vulnerabilities if security protocols are not rigorously maintained, and potential cost overruns if the scope of work expands beyond initial estimates (though mitigated by FFP). The 'exclusion of sources' in the competition method also presents a risk of suboptimal pricing or limited innovation. Management strategies likely involve robust contract oversight, performance monitoring, adherence to security standards, and clear communication channels. The long duration (over five years) also poses a risk of technological obsolescence if the system is not updated.

What is the track record of Wichita Tribal Enterprises, LLC in performing federal IT contracts?

Information on Wichita Tribal Enterprises, LLC's specific track record with federal IT contracts, particularly for systems as critical as RPMS, would require a deeper dive into contract databases and performance reviews. As a small business, their experience might be more specialized or focused on specific contract vehicles. Assessing their past performance on similar projects, including adherence to schedule, budget, and quality standards, is crucial for understanding their capability to successfully execute this $8.9 million contract. Publicly available data often includes past performance ratings, but detailed qualitative assessments are less common.

How does the $8.9 million contract value compare to historical spending on RPMS IT support by the Department of the Interior?

To assess historical spending patterns, one would need to analyze prior contracts awarded for RPMS IT support by the Department of the Interior over several fiscal years. This contract's value of $8.9 million over approximately five years represents an average annual spend of roughly $1.78 million. Comparing this to previous annual expenditures would reveal whether spending has increased, decreased, or remained stable. Factors influencing historical spending could include system upgrades, changes in user base, or shifts in IT support strategies. Without access to historical data, it's difficult to determine if this contract represents a significant change in investment.

Industry Classification

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

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 140D0420R0038

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 550 WESTCOTT. SUITE 452, HOUSTON, TX, 77007

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Government, Native American Tribal Government, Limited Liability Corporation, 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: $8,906,020

Exercised Options: $8,906,020

Current Obligation: $8,906,020

Actual Outlays: $8,906,020

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2020-06-15

Current End Date: 2025-12-14

Potential End Date: 2025-12-14 00:00:00

Last Modified: 2026-03-26

More Contracts from Wichita Tribal Enterprises, LLC

View all Wichita Tribal Enterprises, LLC federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending