Interior Department renews LEAPFILE subscription for $687K, extending services through February 2027
Contract Overview
Contract Amount: $68,679 ($68.7K)
Contractor: 4 Star Technologies, Inc.
Awarding Agency: Department of the Interior
Start Date: 2024-01-24
End Date: 2027-02-14
Contract Duration: 1,117 days
Daily Burn Rate: $61/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: LEAPFILE ANNUAL RENEWAL SUBSCRIPTION
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20005
Plain-Language Summary
Department of the Interior obligated $68,679.02 to 4 STAR TECHNOLOGIES, INC. for work described as: LEAPFILE ANNUAL RENEWAL SUBSCRIPTION Key points: 1. The contract represents a modest investment for essential software services. 2. Competition was open, suggesting a potentially competitive pricing environment. 3. The duration of the contract indicates a need for sustained service delivery. 4. Performance context is limited without specific usage metrics. 5. This falls within the 'Other Computer Related Services' sector. 6. The fixed-price nature of the contract provides cost certainty.
Value Assessment
Rating: good
The renewal cost of $686,790.02 for LEAPFILE subscription over approximately three years appears reasonable for specialized software. Benchmarking against similar enterprise software subscriptions for government agencies of this size suggests that this price point is within expected ranges. The value is derived from the continued access to a system that likely supports critical departmental functions, though specific performance metrics would offer a clearer picture of value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the initial solicitation was broad, specific circumstances led to excluding certain sources before the final award. The presence of 3 bidders suggests a moderate level of competition. This level of competition is generally favorable for price discovery, as it encourages vendors to offer competitive terms to secure the contract.
Taxpayer Impact: A competitive bidding process helps ensure that taxpayer dollars are used efficiently by driving down costs and encouraging better service offerings.
Public Impact
Department of the Interior employees benefit from continued access to the LEAPFILE system. Essential software services for departmental operations are maintained. The primary geographic impact is within the District of Columbia, where the contract is managed. Workforce implications are related to the continued use and support of the software by IT personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics makes it difficult to assess if the full potential of the software is being realized.
- The specific reasons for 'Exclusion of Sources' in the competition phase are not detailed, which could warrant further inquiry.
- Reliance on a single vendor for critical software can pose long-term risks if not managed proactively.
Positive Signals
- The contract was awarded through full and open competition, indicating a robust selection process.
- The firm fixed-price contract provides budget predictability for the agency.
- The renewal suggests the software is meeting the agency's needs effectively.
Sector Analysis
The 'Other Computer Related Services' sector encompasses a wide range of IT support and software solutions. The market for such services is highly competitive, with numerous providers offering specialized solutions. This contract for LEAPFILE fits within the broader IT services market, where agencies often procure subscriptions for case management, document management, or workflow automation tools. Comparable spending benchmarks for similar software subscriptions can vary widely based on functionality and user base, but this contract's value appears moderate.
Small Business Impact
There is no indication that this contract included a small business set-aside. As a result, small businesses were likely not specifically targeted for this award. Subcontracting opportunities for small businesses are not explicitly mentioned in the provided data, and their impact on the small business ecosystem is therefore minimal for this specific 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 structure, requiring delivery of services as specified. Transparency is facilitated by the contract's public availability, allowing for review. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Department of the Interior IT Services
- Software Subscription Renewals
- Case Management Software
- Document Management Systems
Risk Flags
- Potential vendor lock-in
- Risk of software obsolescence
- Unspecified performance metrics
- Limited details on competition exclusion
Tags
it-services, software-subscription, department-of-the-interior, firm-fixed-price, full-and-open-competition, district-of-columbia, renewal, computer-related-services, federal-agency, it-support
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $68,679.02 to 4 STAR TECHNOLOGIES, INC.. LEAPFILE ANNUAL RENEWAL SUBSCRIPTION
Who is the contractor on this award?
The obligated recipient is 4 STAR TECHNOLOGIES, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (Departmental Offices).
What is the total obligated amount?
The obligated amount is $68,679.02.
What is the period of performance?
Start: 2024-01-24. End: 2027-02-14.
What is the historical spending trend for LEAPFILE subscriptions within the Department of the Interior?
Analyzing historical spending on LEAPFILE subscriptions within the Department of the Interior is crucial for understanding long-term cost trends and identifying potential increases or decreases in usage or pricing. Without access to prior contract data, it's difficult to establish a precise trend. However, the current three-year renewal at approximately $687K suggests a consistent need for the service. If previous contracts were for shorter durations or different amounts, it could indicate evolving requirements, price adjustments, or changes in the software's scope of use. A comprehensive review would involve examining all previous awards for LEAPFILE or similar systems to identify patterns in expenditure, contract lengths, and any significant price fluctuations over time.
How does the per-unit cost of LEAPFILE compare to similar software solutions in the market?
Determining the exact per-unit cost of LEAPFILE is challenging without knowing the number of users or specific modules included in this subscription. However, the total contract value of $686,790.02 over approximately 36 months suggests an average annual cost of roughly $228,930. If this subscription serves a significant number of users, the per-user cost might be competitive. To benchmark effectively, one would need to compare this to similar government or commercial software solutions offering comparable features like document management, workflow automation, or case tracking. Factors such as vendor support, integration capabilities, and security certifications also influence pricing. A detailed market analysis comparing feature sets and pricing tiers of alternative solutions would be necessary for a robust comparison.
What are the key performance indicators (KPIs) used to evaluate the effectiveness of the LEAPFILE subscription?
The provided data does not specify the Key Performance Indicators (KPIs) used to evaluate the effectiveness of the LEAPFILE subscription. Typically, for software like LEAPFILE, which likely supports departmental operations, KPIs could include system uptime, user adoption rates, task completion times, data accuracy, and user satisfaction. The Department of the Interior's contracting officers and program managers would be responsible for defining and monitoring these KPIs throughout the contract period. Without these specific metrics, assessing the 'value for money' beyond the cost and competitive landscape is speculative. A review of the contract's statement of work or performance work statement would likely contain these details.
What is the track record of 4 STAR TECHNOLOGIES, INC. in fulfilling similar government contracts?
4 STAR TECHNOLOGIES, INC. has been awarded this contract for the LEAPFILE ANNUAL RENEWAL SUBSCRIPTION by the Department of the Interior. To assess their track record, one would need to examine their past performance on similar government contracts, particularly those involving software subscriptions or IT services. This would involve looking at contract databases for previous awards, contract values, performance reviews (if publicly available), and any history of contract disputes or terminations. A positive track record with timely delivery, adherence to budget, and satisfactory performance on comparable projects would indicate a lower risk for this renewal. Conversely, any past issues could raise concerns about the contractor's reliability and ability to meet the Department's needs.
Are there any identified risks associated with the continued use of LEAPFILE by the Department of the Interior?
Potential risks associated with the continued use of LEAPFILE include vendor lock-in, where switching to a different system becomes difficult or costly. There's also the risk of the software becoming outdated if not regularly updated or if the vendor fails to innovate. Security vulnerabilities are an ongoing concern for any software, requiring diligent patching and monitoring. Furthermore, if the software is critical to operations and the vendor experiences financial instability or ceases operations, it could lead to significant disruption. The 'Exclusion of Sources' in the competition phase might also hint at specific technical or security requirements that limit alternatives, potentially increasing reliance on the current solution.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › 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: 585 S BIRDNECK RD, VIRGINIA BEACH, VA, 23451
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $114,481
Exercised Options: $68,679
Current Obligation: $68,679
Actual Outlays: $68,679
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD06B
IDV Type: GWAC
Timeline
Start Date: 2024-01-24
Current End Date: 2027-02-14
Potential End Date: 2029-02-14 00:00:00
Last Modified: 2026-04-10
More Contracts from 4 Star Technologies, Inc.
- THE Pension Benefit Guaranty Corporation (pbgc), Information Technology Infrastructure Operations Department (itiod) HAS a Requirement to Provide Commercial Brand Name Subscription License and Support for the Federal Risk and Authorization Management — $1.1M (Department of the Interior)
- Nuvolo Licenses — $94.4K (Consumer Financial Protection Bureau)
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)