Interior's $5.4M Wild Horse System Task Order Awarded to Accenture Federal Services

Contract Overview

Contract Amount: $5,369,987 ($5.4M)

Contractor: Accenture Federal Services LLC

Awarding Agency: Department of the Interior

Start Date: 2024-09-13

End Date: 2026-09-12

Contract Duration: 729 days

Daily Burn Rate: $7.4K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: WILD HORSE AND BURRO SYSTEM (WHBS) TASK ORDER: MISSION SERVICES PLATFORM (MSP) IDIQ

Place of Performance

Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22203

State: Virginia Government Spending

Plain-Language Summary

Department of the Interior obligated $5.4 million to ACCENTURE FEDERAL SERVICES LLC for work described as: WILD HORSE AND BURRO SYSTEM (WHBS) TASK ORDER: MISSION SERVICES PLATFORM (MSP) IDIQ Key points: 1. Task order awarded under an existing IDIQ contract, suggesting a pre-vetted vendor. 2. Focus on IT services (Other Computer Related Services) for the Wild Horse and Burro System. 3. Contract type is Time and Materials, which can pose cost control risks if not managed closely. 4. Duration of 729 days indicates a medium-term project. 5. No small business set-aside, potentially limiting opportunities for smaller firms. 6. Awarded via full and open competition, implying a broad search for qualified vendors.

Value Assessment

Rating: fair

The total award amount is $5,369,986.57. As this is a task order under an IDIQ, direct comparison to similar standalone contracts is difficult. The Time and Materials pricing structure requires careful monitoring to ensure value for money, as it can lead to cost overruns if not managed effectively. Benchmarking the specific IT services against market rates would be necessary for a more precise value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific IDIQ vehicle under which this task order was placed likely had its own competitive process. The number of bidders for this specific task order is not provided, but the 'full and open' designation suggests a robust competitive environment was intended.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can drive down prices and encourage innovation. However, the ultimate value depends on the specific bidding process and the number of responsive bids received for this task order.

Public Impact

Benefits the Department of the Interior by providing IT services for the Wild Horse and Burro System. Services delivered include 'Other Computer Related Services', likely involving software development, maintenance, or support. Geographic impact is primarily within the Department of the Interior's operations, with potential implications for field offices managing wild horse populations. Workforce implications may involve IT professionals supporting the system's functionality and data management.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology sector, specifically under 'Other Computer Related Services'. The market for IT services to government agencies is substantial, with numerous large and small businesses competing for contracts. This task order likely supports the operational needs of a specific government program, contributing to the broader landscape of federal IT spending.

Small Business Impact

This contract does not appear to have a small business set-aside (ss: false, sb: false). This means that opportunities for small businesses to directly participate as the prime contractor were not specifically reserved. Subcontracting opportunities may exist, but they are not explicitly detailed in the provided data. The impact on the small business ecosystem is neutral to potentially negative if small businesses were excluded from prime contracting.

Oversight & Accountability

Oversight mechanisms would typically be managed by the contracting officer and program managers within the Department of the Interior. Accountability measures are tied to the performance requirements outlined in the task order and the IDIQ contract. Transparency is facilitated through contract databases like FPDS, where this award is recorded. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

it-services, department-of-the-interior, task-order, full-and-open-competition, time-and-materials, accenture-federal-services, wild-horse-and-burro-system, computer-related-services, federal-civilian, virginia

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $5.4 million to ACCENTURE FEDERAL SERVICES LLC. WILD HORSE AND BURRO SYSTEM (WHBS) TASK ORDER: MISSION SERVICES PLATFORM (MSP) IDIQ

Who is the contractor on this award?

The obligated recipient is ACCENTURE FEDERAL SERVICES LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $5.4 million.

What is the period of performance?

Start: 2024-09-13. End: 2026-09-12.

What is the track record of Accenture Federal Services LLC with the Department of the Interior?

Accenture Federal Services LLC has a significant track record with various federal agencies, including the Department of the Interior. Reviewing historical contract data would reveal the extent and nature of their previous work. This includes the types of services provided, contract values, and performance ratings. A deeper analysis would involve examining past performance evaluations and any documented issues or successes on prior contracts with DOI to assess their reliability and capability for this specific task order. Their experience with similar IT systems and data management platforms would be a key indicator of their suitability.

How does the Time and Materials pricing compare to fixed-price task orders for similar IT services?

Time and Materials (T&M) contracts are generally considered riskier for the government compared to fixed-price contracts, especially for well-defined scopes of work. T&M contracts allow the contractor to bill for direct labor hours at specified hourly rates and for the actual cost of materials. This can lead to cost uncertainty and potential overruns if not managed diligently. Fixed-price contracts, conversely, offer greater cost certainty as the price is set upfront. For IT services where requirements are stable, fixed-price is often preferred. However, for projects with evolving requirements or research and development, T&M can offer flexibility. The value comparison depends heavily on the government's ability to closely monitor labor hours and material costs to ensure efficiency and prevent scope creep.

What are the potential risks associated with the 'Other Computer Related Services' category?

The 'Other Computer Related Services' (NAICS 541519) category is broad and can encompass a wide range of IT activities, from custom software development and system integration to IT consulting and data processing. The primary risk associated with this broad classification is a lack of specificity in the contract's statement of work. This ambiguity can lead to misinterpretations of requirements, scope creep, and difficulties in performance measurement. It necessitates robust project management and clear communication channels between the government and the contractor to ensure that the delivered services align with the intended objectives and provide tangible value.

What is the historical spending trend for the Wild Horse and Burro System (WHBS) IT support?

Historical spending data for the Wild Horse and Burro System (WHBS) IT support is not directly available in the provided snippet. To assess historical spending patterns, one would need to query federal procurement databases for contracts specifically related to the WHBS IT infrastructure and software over previous fiscal years. Analyzing this data would reveal trends in IT investment, identify potential increases or decreases in spending, and highlight any shifts in the types of services procured. Understanding these patterns is crucial for budget forecasting and identifying potential inefficiencies or areas of underinvestment.

How does the competition level for this task order compare to other IT services contracts awarded by the Department of the Interior?

This task order was awarded under 'full and open competition'. This indicates that the contracting agency sought bids from all responsible sources. While this is generally a positive indicator for competition, the actual level of competition is determined by the number of bids received. Without knowing the number of bidders for this specific task order, it's difficult to definitively compare its competitiveness against other IT services contracts. However, the 'full and open' designation suggests an intent to maximize competition, which is a common approach for IT procurements within the Department of the Interior, aiming to leverage market capabilities and achieve best value.

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

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 140D0424R0094

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Novetta Solutions, LLC

Address: 800 N GLEBE RD STE 300, ARLINGTON, VA, 22203

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $7,976,658

Exercised Options: $5,369,987

Current Obligation: $5,369,987

Actual Outlays: $3,681,651

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $291,468

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 140D0424D0097

IDV Type: IDC

Timeline

Start Date: 2024-09-13

Current End Date: 2026-09-12

Potential End Date: 2027-09-12 00:00:00

Last Modified: 2025-12-08

More Contracts from Accenture Federal Services LLC

View all Accenture Federal Services LLC federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending