DOJ's $6.3M ITSS5 Legacy Operations contract awarded to INTEPROS FEDERAL INCORPORATED for 3 years

Contract Overview

Contract Amount: $6,290,234 ($6.3M)

Contractor: Intepros Federal Incorporated

Awarding Agency: Department of Justice

Start Date: 2024-02-26

End Date: 2027-02-25

Contract Duration: 1,095 days

Daily Burn Rate: $5.7K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: LABOR HOURS

Sector: IT

Official Description: USTP FY24 ITSS5 LEGACY OPERATIONS

Place of Performance

Location: WALTHAM, MIDDLESEX County, MASSACHUSETTS, 02451

State: Massachusetts Government Spending

Plain-Language Summary

Department of Justice obligated $6.3 million to INTEPROS FEDERAL INCORPORATED for work described as: USTP FY24 ITSS5 LEGACY OPERATIONS Key points: 1. Contract value represents a moderate investment in IT legacy system support. 2. Competition was full and open, suggesting a potentially competitive pricing environment. 3. The contract duration of three years allows for sustained support but requires ongoing performance monitoring. 4. The specific IT services are crucial for maintaining existing Department of Justice systems. 5. This award falls within the broader category of IT services procurement for federal agencies.

Value Assessment

Rating: good

The contract's value of approximately $6.3 million over three years for IT legacy operations appears reasonable given the scope of supporting essential Department of Justice systems. Benchmarking against similar IT support contracts for federal agencies of comparable size and complexity would provide a more precise value-for-money assessment. The pricing structure, based on labor hours, allows for flexibility but necessitates careful monitoring to ensure efficiency and prevent cost overruns. Without specific performance metrics or detailed cost breakdowns, a definitive assessment of cost-effectiveness is challenging, but the competitive award process offers a positive indicator.

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 solicited and had the opportunity to bid. The specific exclusion of sources suggests a targeted approach to ensure the most qualified and competitive vendors participated. The presence of full and open competition generally promotes price discovery and encourages vendors to offer competitive pricing to secure the award. The number of bidders would provide further insight into the intensity of the competition.

Taxpayer Impact: A competitive bidding process for this IT support contract helps ensure that taxpayer dollars are used efficiently by driving down costs and encouraging high-quality service delivery.

Public Impact

The primary beneficiaries are the various offices, boards, and divisions within the Department of Justice, which will receive uninterrupted support for their legacy IT systems. The services delivered include computer systems design and related support, crucial for the operational continuity of the DOJ. The geographic impact is national, as the DOJ operates across the United States, requiring reliable IT infrastructure. Workforce implications include the potential for sustained employment for IT professionals within INTEPROS FEDERAL INCORPORATED and potentially within the DOJ's IT departments managing the contract.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The federal IT services market is vast and highly competitive, with agencies consistently procuring services for system design, integration, maintenance, and support. This contract falls under the Computer Systems Design Services category (NAICS 541512), a significant segment of the IT sector. Spending in this area is driven by the need to maintain aging infrastructure, modernize systems, and ensure cybersecurity. Comparable spending benchmarks would involve analyzing other DOJ or similar-sized agency contracts for IT legacy support, which often range from a few million to tens of millions of dollars annually, depending on complexity and duration.

Small Business Impact

This contract was awarded under full and open competition and does not indicate a small business set-aside (ss: false, sb: false). Therefore, there are no direct subcontracting implications specifically mandated for small businesses through this award. However, the prime contractor, INTEPROS FEDERAL INCORPORATED, may choose to subcontract portions of the work to small businesses as part of their overall business strategy, which could indirectly benefit the small business ecosystem. Further analysis of the contractor's subcontracting plan, if available, would be necessary to determine the extent of small business involvement.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of Justice's contracting officers and program managers responsible for IT services. Accountability measures will be tied to the contract's performance work statement, service level agreements, and reporting requirements. Transparency is facilitated through contract award databases like FPDS. The Inspector General for the Department of Justice may have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract, particularly concerning financial expenditures and service delivery.

Related Government Programs

Risk Flags

Tags

it, department-of-justice, computer-systems-design-services, full-and-open-competition, delivery-order, labor-hours, legacy-operations, intepros-federal-incorporated, massachusetts, federal-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $6.3 million to INTEPROS FEDERAL INCORPORATED. USTP FY24 ITSS5 LEGACY OPERATIONS

Who is the contractor on this award?

The obligated recipient is INTEPROS FEDERAL INCORPORATED.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $6.3 million.

What is the period of performance?

Start: 2024-02-26. End: 2027-02-25.

What is the track record of INTEPROS FEDERAL INCORPORATED in supporting federal IT legacy systems?

Assessing INTEPROS FEDERAL INCORPORATED's track record requires a review of their past performance on similar federal contracts, particularly those involving legacy IT systems and computer systems design services. Information on past performance can often be found in contract award databases, performance evaluations (if publicly available), and through direct inquiries to agencies they have previously served. Key indicators to examine include their history of meeting deadlines, staying within budget, delivering quality services, and their ability to adapt to evolving technological requirements. A strong track record would demonstrate their capability to manage the complexities and potential challenges associated with maintaining aging IT infrastructure for a critical agency like the Department of Justice. Conversely, a history of performance issues or contract disputes would raise concerns about their suitability for this role.

How does the awarded amount compare to similar IT legacy support contracts within the federal government?

The awarded amount of approximately $6.3 million over three years for IT legacy operations at the Department of Justice needs to be benchmarked against similar contracts to assess its value. This involves comparing it to contracts for computer systems design services (NAICS 541512) awarded to other federal agencies of comparable size and mission, or to contracts specifically focused on legacy system support. Factors such as the number of users supported, the criticality of the systems, the scope of services (e.g., maintenance, upgrades, security), and the contract duration are crucial for a fair comparison. If this contract's per-year cost or overall value is significantly higher or lower than comparable contracts, it could indicate either exceptional value or potential overpricing/underbidding. Without access to detailed contract specifics and market research data, a precise comparison is difficult, but the full and open competition suggests a market-driven price.

What are the primary risks associated with supporting legacy IT systems for the Department of Justice?

Supporting legacy IT systems for the Department of Justice presents several primary risks. One significant risk is the potential for system failures or security vulnerabilities due to outdated technology that may no longer be supported by original manufacturers or patched for the latest threats. Another risk is the difficulty in finding skilled personnel with expertise in older systems, which can lead to increased labor costs and delays. Integration challenges with newer systems can also arise, hindering interoperability and efficiency. Furthermore, the cost of maintaining legacy systems can escalate over time as specialized hardware and software become scarce and expensive. Finally, there's a risk of vendor lock-in if the contractor becomes indispensable, making future transitions or modernization efforts more complex and costly. Robust oversight and proactive management are essential to mitigate these risks.

How effective is the current ITSS5 legacy operations support in ensuring the DOJ's mission continuity?

The effectiveness of the ITSS5 legacy operations support in ensuring the Department of Justice's mission continuity is directly tied to the performance of INTEPROS FEDERAL INCORPORATED under this contract. Key performance indicators (KPIs) and service level agreements (SLAs) established within the contract are critical for measuring this effectiveness. These metrics likely include system uptime, response times for issue resolution, successful implementation of maintenance tasks, and adherence to security protocols. A review of past performance data, incident reports, and user feedback from the DOJ's internal stakeholders would provide insights into how well these legacy systems are functioning and supporting the agency's operational needs. Consistent achievement of SLAs and minimal disruption to DOJ operations would indicate high effectiveness.

What has been the historical spending trend for IT legacy operations within the Department of Justice?

Analyzing historical spending trends for IT legacy operations within the Department of Justice is crucial for understanding the context of this $6.3 million award. This involves examining past contract awards for similar services over several fiscal years to identify patterns in spending levels, contract types, and the number of incumbent contractors. Significant increases or decreases in spending could indicate shifts in IT strategy, budget allocations, or the aging of the IT infrastructure. Understanding these trends helps in forecasting future needs and assessing whether current spending is aligned with historical norms or represents a new direction. For instance, a steady increase might suggest a growing reliance on legacy systems or challenges in modernization, while a decrease could signal successful migration efforts or budget constraints.

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 - IT MANAGEMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 15JPSS24Q00000010

Offers Received: 1

Pricing Type: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Address: 475 SCHOOL ST SW STE 1200, WASHINGTON, DC, 20024

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $38,714,259

Exercised Options: $10,289,603

Current Obligation: $6,290,234

Actual Outlays: $4,359,099

Contract Characteristics

Commercial Item: PRODUCTS OR SERVICES PURSUANT TO FAR 12.102(F)

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 15JPSS18DPZM00008

IDV Type: IDC

Timeline

Start Date: 2024-02-26

Current End Date: 2027-02-25

Potential End Date: 2034-02-25 00:00:00

Last Modified: 2026-02-25

More Contracts from Intepros Federal Incorporated

View all Intepros Federal Incorporated federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending