Interior Department awards $44.6M contract for IT lifecycle services to Countertrade Products, Inc

Contract Overview

Contract Amount: $44,611 ($44.6K)

Contractor: Countertrade Products, Inc.

Awarding Agency: Department of the Interior

Start Date: 2026-04-10

End Date: 2026-05-10

Contract Duration: 30 days

Daily Burn Rate: $1.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: IMT FY26 REGIONAL OFFICE LIFECYCLE

Place of Performance

Location: BOULDER CITY, CLARK County, NEVADA, 89005

State: Nevada Government Spending

Plain-Language Summary

Department of the Interior obligated $44,611.35 to COUNTERTRADE PRODUCTS, INC. for work described as: IMT FY26 REGIONAL OFFICE LIFECYCLE Key points: 1. Contract focuses on IT lifecycle management, a critical function for agency operations. 2. Awarded via full and open competition, suggesting a competitive bidding process. 3. Short duration (30 days) may indicate a specific, time-bound need or a bridge contract. 4. Firm fixed-price contract type shifts risk to the contractor. 5. The contract is for delivery order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 6. Geographic location in Nevada (NV) may point to specific regional IT infrastructure needs.

Value Assessment

Rating: fair

The contract value of $44.6 million for a 30-day period appears high on a daily basis. However, without knowing the specific scope of 'lifecycle services' and the nature of the IT assets involved, a direct comparison to similar contracts is difficult. The firm fixed-price structure is generally favorable for the government in terms of cost certainty, but the overall value proposition hinges on the contractor's ability to deliver the required services efficiently within the short timeframe.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'full and open competition,' indicating that all responsible sources were permitted to submit bids. The presence of two bidders (no=2) suggests a moderate level of competition for this specific delivery order. While competition is generally positive, a low number of bidders could still limit price discovery and potentially lead to higher-than-optimal pricing.

Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by encouraging multiple vendors to offer their best pricing and terms.

Public Impact

Federal employees within the Bureau of Reclamation will likely benefit from improved IT infrastructure and support. Services delivered will focus on the lifecycle management of electronic computer hardware and related IT assets. The geographic impact is concentrated in Nevada, suggesting support for regional IT operations. Workforce implications are unclear, but the contract may support existing IT personnel or require specialized contractor staff.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology (IT) sector, specifically focusing on IT lifecycle management. The North American Industry Classification System (NAICS) code 334111, 'Electronic Computer Manufacturing,' suggests a focus on hardware. The IT services market is vast and highly competitive, with significant government spending allocated annually. This contract represents a small portion of overall federal IT spending, but its specific focus on lifecycle services is crucial for maintaining operational readiness.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (sb=false) and the contractor, Countertrade Products, Inc., is not explicitly identified as a small business. There is no information provided regarding subcontracting plans. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor engages small businesses for subcontracting opportunities.

Oversight & Accountability

Oversight for this contract would typically fall under the Bureau of Reclamation's contracting officers and program managers. The Department of the Interior's Office of Inspector General (OIG) would have jurisdiction for investigating fraud, waste, and abuse. Transparency is facilitated by the public availability of contract awards, but detailed performance metrics and internal oversight processes are not publicly disclosed.

Related Government Programs

Risk Flags

Tags

it, department-of-the-interior, bureau-of-reclamation, delivery-order, firm-fixed-price, full-and-open-competition, it-lifecycle-management, electronic-computer-manufacturing, nevada, fy26

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $44,611.35 to COUNTERTRADE PRODUCTS, INC.. IMT FY26 REGIONAL OFFICE LIFECYCLE

Who is the contractor on this award?

The obligated recipient is COUNTERTRADE PRODUCTS, INC..

Which agency awarded this contract?

Awarding agency: Department of the Interior (Bureau of Reclamation).

What is the total obligated amount?

The obligated amount is $44,611.35.

What is the period of performance?

Start: 2026-04-10. End: 2026-05-10.

What is the specific scope of 'IMT FY26 REGIONAL OFFICE LIFECYCLE' services being procured?

The provided data indicates the contract is for 'IMT FY26 REGIONAL OFFICE LIFECYCLE' and is associated with NAICS code 334111 (Electronic Computer Manufacturing). However, the precise definition of 'lifecycle services' is not detailed. Typically, IT lifecycle services encompass planning, acquisition, deployment, operation, maintenance, and disposal of IT assets. For this contract, it likely involves managing the full spectrum of IT hardware within regional offices for Fiscal Year 2026, potentially including procurement, installation, support, upgrades, and decommissioning of electronic computer equipment. Further clarification from the contracting agency would be needed to understand the exact deliverables and performance standards.

How does the $44.6 million value for a 30-day contract compare to industry benchmarks for IT lifecycle services?

A contract value of $44.6 million for a mere 30-day period translates to an exceptionally high daily rate of approximately $1.49 million. This figure is significantly above typical benchmarks for standard IT support or lifecycle management services, even for complex environments. Such a high value for a short duration strongly suggests that the contract may involve a large-scale, urgent, or highly specialized undertaking, such as a rapid deployment of critical infrastructure, a major system overhaul, or the acquisition of substantial, high-value IT assets. Without detailed scope information, it is difficult to provide a precise benchmark, but this rate warrants careful examination of the contract's specific requirements and justification.

What are the potential risks associated with a firm fixed-price contract for IT lifecycle services?

While a firm fixed-price (FFP) contract is generally advantageous for the government by capping costs, it can introduce risks for the contractor, which may indirectly affect the government. If the scope of work is not precisely defined or if unforeseen technical challenges arise during the IT lifecycle management, the contractor may incur losses. This could lead to the contractor seeking change orders, potentially increasing costs, or, in extreme cases, defaulting on the contract. For the government, the risk lies in the contractor potentially cutting corners on quality or service delivery to maintain profitability under the fixed price, especially given the high daily rate suggested by the data. Ensuring robust performance monitoring and clear contract terms is crucial to mitigate these risks.

What is the track record of Countertrade Products, Inc. in delivering federal IT lifecycle services?

Information regarding Countertrade Products, Inc.'s specific track record in delivering federal IT lifecycle services is not provided in the data. To assess their capability, one would need to examine their past performance on similar federal contracts, including contract values, duration, scope of services, and customer satisfaction ratings. A review of federal procurement databases (like SAM.gov or FPDS) and past performance evaluations would be necessary to determine their experience, reliability, and success in managing IT lifecycles for government agencies. Without this information, it is challenging to evaluate their suitability for this specific requirement.

What does the limited competition (2 bidders) imply for the Bureau of Reclamation's IT procurement strategy?

The fact that only two bids were received for this delivery order under full and open competition suggests potential challenges in attracting a wider range of qualified vendors for this specific requirement. This could be due to several factors: the specialized nature of the IT lifecycle services needed, the short performance period, the geographic location, or perhaps the overall structure of the parent IDIQ contract from which this delivery order was issued. For the Bureau of Reclamation, this limited competition might indicate a need to re-evaluate their market research strategies, outreach efforts, or the way they structure future solicitations to encourage broader participation and potentially achieve better pricing and innovation.

Industry Classification

NAICS: ManufacturingComputer and Peripheral Equipment ManufacturingElectronic Computer Manufacturing

Product/Service Code: IT AND TELECOM - END USER

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 7585 W 66TH AVE, ARVADA, CO, 80003

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $44,611

Exercised Options: $44,611

Current Obligation: $44,611

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SC05B

IDV Type: GWAC

Timeline

Start Date: 2026-04-10

Current End Date: 2026-05-10

Potential End Date: 2026-05-10 00:00:00

Last Modified: 2026-04-10

More Contracts from Countertrade Products, Inc.

View all Countertrade Products, Inc. federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending