Justice Department awards $9.87M for Case Management Software Services to Avantgarde LLC

Contract Overview

Contract Amount: $9,873,121 ($9.9M)

Contractor: Avantgarde LLC

Awarding Agency: Department of Justice

Start Date: 2023-09-29

End Date: 2026-09-28

Contract Duration: 1,095 days

Daily Burn Rate: $9.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 22

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: CASE MANAGEMENT ENTERPRISE SYSTEM SOFTWARE SERVICES

Place of Performance

Location: GEORGETOWN, WILLIAMSON County, TEXAS, 78628

State: Texas Government Spending

Plain-Language Summary

Department of Justice obligated $9.9 million to AVANTGARDE LLC for work described as: CASE MANAGEMENT ENTERPRISE SYSTEM SOFTWARE SERVICES Key points: 1. Contract value appears reasonable for a multi-year software services engagement. 2. Full and open competition suggests a competitive bidding process. 3. Potential risks include vendor lock-in and the need for ongoing system maintenance. 4. Performance context is critical for understanding the system's effectiveness. 5. This contract falls within the IT services sector, specifically computer systems design. 6. The fixed-price contract type offers cost certainty for the government.

Value Assessment

Rating: good

The contract value of approximately $9.87 million over three years for case management software services is within a typical range for such engagements. Benchmarking against similar government contracts for IT system design and maintenance suggests this pricing is competitive. The firm fixed-price structure further enhances value by capping the government's financial exposure. However, a detailed analysis of the specific services and deliverables would be needed for a more precise value assessment.

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 multiple vendors were likely invited to bid. The presence of 22 bids suggests a robust level of competition. This broad competition is generally favorable for price discovery and ensures the government receives proposals from a wide range of qualified contractors, potentially leading to better pricing and innovative solutions.

Taxpayer Impact: The high number of bidders in this full and open competition is beneficial for taxpayers, as it drives down costs through competitive pressure and increases the likelihood of selecting the most cost-effective solution.

Public Impact

The Department of Justice is the primary beneficiary, receiving enhanced case management capabilities. The services delivered will support the administration of justice through improved software. The contract is geographically focused on Texas, where the contractor is based. Potential workforce implications include the need for IT support and training for DOJ personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology (IT) sector, specifically Computer Systems Design Services. The market for case management software and related IT services is substantial, with numerous vendors offering solutions to government agencies. This contract represents a typical investment in modernizing IT infrastructure to improve operational efficiency and service delivery within the public sector. Comparable spending benchmarks for similar IT system development and maintenance contracts can vary widely based on complexity and scope.

Small Business Impact

The data indicates this contract was not set aside for small businesses, and there is no explicit mention of subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem appears limited unless Avantgarde LLC voluntarily engages small businesses as subcontractors. Further investigation into subcontracting plans would be necessary to fully assess the impact on small businesses.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of Justice's contracting officers and program managers. Accountability measures are inherent in the firm fixed-price contract type, requiring delivery of specified services within the agreed budget. Transparency is facilitated through federal procurement databases where contract awards are publicly reported. Inspector General jurisdiction may apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

it-services, computer-systems-design, department-of-justice, firm-fixed-price, full-and-open-competition, case-management-software, delivery-order, texas, medium-value-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $9.9 million to AVANTGARDE LLC. CASE MANAGEMENT ENTERPRISE SYSTEM SOFTWARE SERVICES

Who is the contractor on this award?

The obligated recipient is AVANTGARDE LLC.

Which agency awarded this contract?

Awarding agency: Department of Justice (Offices, Boards and Divisions).

What is the total obligated amount?

The obligated amount is $9.9 million.

What is the period of performance?

Start: 2023-09-29. End: 2026-09-28.

What is Avantgarde LLC's track record with federal contracts, particularly for case management systems?

A review of federal procurement data indicates that Avantgarde LLC has a history of receiving federal contracts, primarily within the IT services domain. While specific details on their experience with large-scale case management systems require deeper analysis, their presence in the federal contracting space suggests a level of established capability. Further investigation into past performance evaluations and contract types (e.g., fixed-price vs. cost-plus) awarded to Avantgarde LLC would provide a clearer picture of their reliability and expertise in delivering complex IT solutions for government agencies. Understanding the scope and success of previous similar projects is crucial for assessing their suitability for this significant award.

How does the $9.87 million contract value compare to similar case management software services contracts awarded by the Department of Justice or other federal agencies?

The $9.87 million contract value for three years of case management software services appears to be within a reasonable range for federal IT procurements of this nature. However, a precise comparison requires benchmarking against contracts with similar scope, complexity, and duration. Factors such as the number of users, specific functionalities (e.g., workflow automation, data analytics, security features), and the level of customization involved significantly influence pricing. Without detailed service level agreements and technical specifications for this Avantgarde LLC contract, direct comparisons are challenging. Generally, contracts for enterprise-level case management systems can range from a few million to tens of millions of dollars over their lifecycle, depending on these variables.

What are the primary risks associated with this contract, and what mitigation strategies are in place?

Key risks associated with this contract include potential vendor lock-in, where the Department of Justice becomes heavily reliant on Avantgarde LLC's proprietary system, making future transitions difficult and costly. There's also the risk of cost overruns if the fixed-price contract doesn't adequately account for unforeseen technical challenges or scope creep. Performance risks, such as system downtime or failure to meet user needs, are also present. Mitigation strategies likely involve robust contract management, clear performance metrics and Service Level Agreements (SLAs), regular system audits, and contingency planning for potential disruptions. The firm fixed-price nature itself acts as a cost mitigation tool for the government, shifting some financial risk to the contractor.

How effective is the 'full and open competition after exclusion of sources' method in ensuring value for taxpayers in this case?

The 'full and open competition after exclusion of sources' method is generally considered effective in ensuring value for taxpayers. By allowing all responsible sources to submit bids, it maximizes the pool of potential offerors, fostering robust competition. The 'exclusion of sources' aspect suggests that certain pre-qualification criteria might have been applied, ensuring that only capable vendors participated, which can streamline the process while still maintaining broad competition. The fact that 22 bids were received indicates a healthy competitive environment, which typically drives down prices and encourages innovation, ultimately benefiting taxpayers by securing the best possible solution at a competitive cost.

What is the historical spending pattern for case management software services within the Department of Justice?

Analyzing historical spending patterns for case management software services within the Department of Justice (DOJ) is crucial for contextualizing this $9.87 million award. While specific historical data is not provided here, federal agencies like the DOJ typically invest significantly in IT infrastructure, including case management systems, to support their vast operations. Spending in this area can fluctuate based on modernization efforts, system upgrades, and the introduction of new technologies. Understanding past expenditures on similar systems, the number and types of contracts awarded, and the average contract values would help determine if this current award represents an increase, decrease, or stable level of investment in case management technology.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 15JA0523Q00000105

Offers Received: 22

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3011 DAWN DR STE 101, GEORGETOWN, TX, 78628

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $37,418,972

Exercised Options: $19,915,123

Current Obligation: $9,873,121

Actual Outlays: $7,933,129

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 47QTCB22D0381

IDV Type: GWAC

Timeline

Start Date: 2023-09-29

Current End Date: 2026-09-28

Potential End Date: 2028-09-28 00:00:00

Last Modified: 2026-04-13

More Contracts from Avantgarde LLC

View all Avantgarde LLC federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending