State Department awards $6M+ for ServiceNow development, raising questions about competition and value

Contract Overview

Contract Amount: $6,015,520 ($6.0M)

Contractor: Incentive Technology Group LLC

Awarding Agency: Department of State

Start Date: 2025-04-01

End Date: 2026-09-30

Contract Duration: 547 days

Daily Burn Rate: $11.0K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: LABOR HOURS

Sector: IT

Official Description: DEFINITIVE CONTRACT FOR SERVICENOW DEVELOPMENT AND BUSINESS PROCESS/FORM AUTOMATION

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20006

State: District of Columbia Government Spending

Plain-Language Summary

Department of State obligated $6.0 million to INCENTIVE TECHNOLOGY GROUP LLC for work described as: DEFINITIVE CONTRACT FOR SERVICENOW DEVELOPMENT AND BUSINESS PROCESS/FORM AUTOMATION Key points: 1. Contract awarded on a sole-source basis, limiting potential cost savings from competition. 2. Pricing appears to be labor-hour based, requiring careful monitoring for efficiency. 3. The contract's duration and value suggest a significant investment in IT modernization. 4. Performance context is crucial to assess if the chosen vendor delivers expected outcomes. 5. This contract falls within the IT services sector, a common area for federal spending. 6. The lack of a small business set-aside warrants scrutiny of subcontracting opportunities.

Value Assessment

Rating: questionable

The contract value of over $6 million for a 1.5-year period for IT services requires careful benchmarking. Without competitive bids, it is difficult to definitively assess if the pricing represents good value for money. The labor-hour pricing structure necessitates close oversight to ensure efficient use of resources and prevent cost overruns. Comparing this to similar IT development contracts, especially those competed, would provide a clearer picture of its cost-effectiveness.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one vendor, Incentive Technology Group LLC, was solicited. This approach bypasses the competitive bidding process, which typically drives down prices and encourages innovation. While sole-source awards can be justified in specific circumstances (e.g., unique capabilities or urgent needs), they inherently reduce transparency and the potential for cost savings for the government.

Taxpayer Impact: Sole-source awards mean taxpayers may not be getting the best possible price, as the benefits of competition are forgone. This can lead to higher overall spending for similar services compared to competitively procured contracts.

Public Impact

The Department of State benefits directly through enhanced IT systems and automated business processes. Federal employees will likely see improved efficiency in their daily workflows. The primary geographic impact is within the District of Columbia, where the State Department is headquartered. The contract supports IT professionals and potentially business process analysts, impacting the federal workforce.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader IT services sector, specifically focusing on computer systems design and related services. The federal government is a significant consumer of such services, with substantial annual spending on software development, system integration, and IT support. The market for ServiceNow implementation and customization is robust, with numerous vendors capable of providing these services. Benchmarking this contract's value against other government or commercial ServiceNow projects would be informative.

Small Business Impact

The contract was not competed with a small business set-aside, and the data indicates the awardee is not a small business. This means opportunities for small businesses to participate in this significant IT contract are likely limited to subcontracting roles, if any. The absence of a specific small business focus in the primary award mechanism may reduce the direct economic benefit to the small business ecosystem for this particular contract.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of State's contracting officers and program managers. Accountability measures would be defined within the contract's terms and conditions, likely including performance metrics and reporting requirements. Transparency is somewhat limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

it-services, department-of-state, definitive-contract, sole-source, computer-systems-design, service-now, business-process-automation, district-of-columbia, labor-hours, it-modernization

Frequently Asked Questions

What is this federal contract paying for?

Department of State awarded $6.0 million to INCENTIVE TECHNOLOGY GROUP LLC. DEFINITIVE CONTRACT FOR SERVICENOW DEVELOPMENT AND BUSINESS PROCESS/FORM AUTOMATION

Who is the contractor on this award?

The obligated recipient is INCENTIVE TECHNOLOGY GROUP LLC.

Which agency awarded this contract?

Awarding agency: Department of State (Department of State).

What is the total obligated amount?

The obligated amount is $6.0 million.

What is the period of performance?

Start: 2025-04-01. End: 2026-09-30.

What is the track record of Incentive Technology Group LLC with the federal government, particularly on similar ServiceNow development contracts?

A review of federal procurement data indicates that Incentive Technology Group LLC has received federal contracts, though specific details on their ServiceNow development performance are not immediately available from the provided data. To assess their track record, one would need to examine past performance evaluations, contract completion history, and any reported issues or successes on previous government engagements. Understanding their experience with similar-sized projects and their success in delivering on time and within budget for the government is crucial for evaluating the risk associated with this new award. Further investigation into their past performance ratings and any debriefings from previous solicitations would provide a more comprehensive understanding of their capabilities and reliability.

How does the estimated cost per labor hour for this contract compare to market rates for similar ServiceNow expertise?

The provided data does not include specific labor hour rates, only the total contract value and duration. To compare the cost per labor hour to market rates, one would need to obtain the detailed pricing structure of the contract. This would involve identifying the different labor categories (e.g., developer, project manager, analyst) and their respective hourly rates. Once obtained, these rates could be benchmarked against publicly available data for similar IT services, particularly those specializing in ServiceNow, within the Washington D.C. metropolitan area. Factors such as the level of experience required, security clearance needs, and the specific skill sets demanded by the State Department would influence the comparison. Without the detailed rates, a precise comparison is not possible.

What specific risks are associated with a sole-source award for IT development services of this magnitude?

Sole-source awards for IT development services of this magnitude carry several inherent risks. Firstly, the absence of competition means the government may not be achieving the most favorable pricing, potentially leading to higher costs for taxpayers. Secondly, it limits the government's ability to explore innovative solutions or alternative approaches that might have been proposed by other vendors. Thirdly, there's a reduced incentive for the awarded contractor to perform exceptionally well, as there is no immediate competitive threat. Finally, it can raise concerns about the justification for not competing the award, potentially indicating a lack of market research or an undue reliance on a single vendor, which can create long-term dependencies and vulnerabilities.

What are the key performance indicators (KPIs) that will be used to measure the success of this ServiceNow development contract?

The provided data does not specify the Key Performance Indicators (KPIs) for this contract. Typically, for IT development and business process automation contracts, KPIs would focus on aspects such as timely delivery of project milestones, adherence to budget, system uptime and performance post-deployment, user adoption rates, reduction in manual process times, and the successful automation of defined business functions. The contract's Statement of Work (SOW) or Performance Work Statement (PWS) would detail these metrics. Effective oversight would involve regular reviews of the contractor's performance against these agreed-upon KPIs to ensure the State Department is realizing the intended benefits and value from the investment.

How does this contract's value and duration compare to previous IT development contracts awarded by the Department of State?

To compare this contract's value and duration ($6.01M over 547 days) to previous Department of State IT development contracts, a historical analysis of their procurement data would be necessary. This would involve searching for contracts with similar North American Industry Classification System (NAICS) codes (e.g., 541512 - Computer Systems Design Services) awarded by the State Department over the past several fiscal years. The analysis should identify the average contract value, average duration, and the typical competition levels for such services. Understanding historical spending patterns and contract types can reveal trends in IT investment and procurement strategies within the department, providing context for the current award.

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: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 19AQMM25R0149

Offers Received: 1

Pricing Type: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Parent Company: ICF International, Inc.

Address: 2550 S CLARK ST, ARLINGTON, VA, 22202

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $6,015,520

Exercised Options: $6,015,520

Current Obligation: $6,015,520

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2025-04-01

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-04-02

More Contracts from Incentive Technology Group LLC

View all Incentive Technology Group LLC federal contracts →

Other Department of State Contracts

View all Department of State contracts →

Explore Related Government Spending