State Department's $2.5B personnel system contract awarded to Federal Resources Corporation, a sole-source award

Contract Overview

Contract Amount: $2,518,700 ($2.5M)

Contractor: Federal Resources Corporation

Awarding Agency: Department of State

Start Date: 2025-04-01

End Date: 2027-03-31

Contract Duration: 729 days

Daily Burn Rate: $3.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: INTEGRATED PERSONNEL MANAGEMENT SYSTEM

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20009

State: District of Columbia Government Spending

Plain-Language Summary

Department of State obligated $2.5 million to FEDERAL RESOURCES CORPORATION for work described as: INTEGRATED PERSONNEL MANAGEMENT SYSTEM Key points: 1. Value for money is difficult to assess due to the lack of competitive bidding. 2. Competition dynamics indicate a sole-source award, potentially limiting price discovery. 3. Risk indicators include the sole-source nature of the award and the long duration. 4. Performance context is tied to the critical Integrated Personnel Management System. 5. Sector positioning is within IT services, specifically personnel management systems.

Value Assessment

Rating: questionable

Benchmarking the value of this $2.5 billion contract is challenging without competitive data. As a sole-source award, there's no direct comparison to similar contracts won through open competition. The fixed-price nature provides some cost certainty, but the absence of bidding means the government may not have secured the lowest possible price. Further analysis would require understanding the specific services and deliverables against industry standards for similar large-scale IT personnel systems.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded using a sole-source justification, meaning only one vendor, Federal Resources Corporation, was solicited. This approach bypasses the typical competitive bidding process, which usually involves multiple proposals and evaluations. While sole-source awards can be justified for unique capabilities or urgent needs, they limit the government's ability to explore a wider range of solutions and potentially achieve better pricing through competition.

Taxpayer Impact: The lack of competition means taxpayers may not be benefiting from the most cost-effective solution available in the market. Without competing bids, there is a reduced incentive for the contractor to offer the lowest possible price.

Public Impact

Federal employees across the Department of State will benefit from an updated and potentially more efficient personnel management system. The contract will deliver services related to the Integrated Personnel Management System, impacting HR functions, payroll, and employee data management. The geographic impact is primarily within the District of Columbia, where the Department of State is headquartered, but will affect personnel globally. Workforce implications include potential job creation or retention within Federal Resources Corporation and its subcontractors, as well as impacts on State Department HR personnel who will utilize the system.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT services sector, particularly custom software development and IT support for government agencies, is a significant area of federal spending. Contracts for personnel management systems are crucial for maintaining operational efficiency within large organizations. The market for these services is competitive, with many firms offering solutions. However, specific, long-term system integrations often lead to sole-source or limited competition awards due to specialized requirements and existing infrastructure.

Small Business Impact

This contract does not appear to have a small business set-aside component (ss: false, sb: false). As a sole-source award, the primary contractor, Federal Resources Corporation, will likely manage the subcontracting. It is important to monitor whether Federal Resources Corporation engages small businesses for portions of the work to ensure opportunities within the small business ecosystem are considered, though this is not mandated by the contract's initial award structure.

Oversight & Accountability

Oversight for this contract will primarily fall under the Department of State's contracting officers and program managers. Given the significant dollar value and the critical nature of the Integrated Personnel Management System, robust oversight mechanisms, including regular performance reviews, milestone tracking, and financial audits, are essential. Transparency regarding the sole-source justification and ongoing performance metrics will be key accountability measures. The Inspector General's office for the Department of State would have jurisdiction for investigations into fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

it-services, department-of-state, personnel-management, full-and-open-competition-after-exclusion-of-sources, large-contract, firm-fixed-price, district-of-columbia, it-support, sole-source, integrated-personnel-management-system

Frequently Asked Questions

What is this federal contract paying for?

Department of State awarded $2.5 million to FEDERAL RESOURCES CORPORATION. INTEGRATED PERSONNEL MANAGEMENT SYSTEM

Who is the contractor on this award?

The obligated recipient is FEDERAL RESOURCES CORPORATION.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $2.5 million.

What is the period of performance?

Start: 2025-04-01. End: 2027-03-31.

What is the specific justification for awarding this contract as sole-source to Federal Resources Corporation?

The provided data indicates the contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' (ct: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES), which is a specific type of sole-source justification. This typically means that while the agency intended to compete the contract, only one source was found to be capable of meeting the requirements after an initial solicitation or market research. The exact reasons could range from unique proprietary technology, critical integration needs with existing systems, or a lack of qualified bidders responding to prior solicitations. A detailed review of the contract's Justification and Approval (J&A) document would be necessary to understand the precise rationale and confirm if it aligns with federal procurement regulations for sole-source awards.

How does the $2.5 billion cost compare to similar Integrated Personnel Management Systems in the federal government?

Direct cost comparison is difficult without knowing the specific scope, duration, and services included in this $2.5 billion contract for the Department of State's Integrated Personnel Management System (IPMS). However, large-scale federal IT system modernizations and sustainment contracts often run into hundreds of millions or billions of dollars over their lifecycle. For example, the Defense Department's massive HR system modernization efforts have involved multi-billion dollar investments. The value of this contract is also influenced by its 729-day duration and the fact it's a sole-source award, which can sometimes lead to higher prices than competitively bid contracts. Benchmarking would require detailed analysis of the IPMS's functionalities against other agency HR systems and their associated costs.

What are the primary risks associated with a sole-source award of this magnitude for a critical system like IPMS?

The primary risks associated with a sole-source award of this magnitude for the Integrated Personnel Management System (IPMS) are significant. Firstly, the lack of competition means the government may not be achieving the best possible price, potentially leading to higher costs for taxpayers. Secondly, there's a risk of vendor lock-in, where the government becomes heavily reliant on Federal Resources Corporation, making it difficult and costly to switch providers in the future. Thirdly, without the pressure of competition, there might be reduced incentives for the contractor to innovate or maintain the highest levels of service quality and efficiency. Finally, the justification for the sole-source award itself needs rigorous scrutiny to ensure it was truly necessary and that alternative competitive approaches were not feasible.

What is the historical spending pattern for the Integrated Personnel Management System or similar systems at the Department of State?

The provided data does not include historical spending patterns for the Integrated Personnel Management System (IPMS) or similar systems at the Department of State. To assess historical spending, one would need to access previous contract awards related to the IPMS, including its development, maintenance, and any prior system replacements. Analyzing these past expenditures would reveal trends in investment, identify potential cost overruns or savings, and provide context for the current $2.5 billion award. Understanding the system's lifecycle costs and previous contract values is crucial for evaluating the long-term financial implications and the justification for the current sole-source award.

What performance metrics or oversight mechanisms are in place to ensure Federal Resources Corporation delivers effectively on this contract?

The provided data indicates the contract is a Firm Fixed Price (FFP) award with a defined start and end date (April 1, 2025, to March 31, 2027), covering 729 days. While FFP contracts provide cost certainty, effective performance relies on robust oversight. Specific performance metrics and oversight mechanisms are not detailed in the provided data. Typically, such contracts would include Service Level Agreements (SLAs), key performance indicators (KPIs) related to system uptime, response times, issue resolution, and user satisfaction. The Department of State's contracting officer and program management office would be responsible for monitoring these metrics, conducting regular reviews, and ensuring compliance with contract terms. The Inspector General's office also provides an oversight function.

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 AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1401 STATE ST, ERIE, PA, 16501

Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business

Financial Breakdown

Contract Ceiling: $29,800,000

Exercised Options: $11,800,000

Current Obligation: $2,518,700

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SC61B

IDV Type: GWAC

Timeline

Start Date: 2025-04-01

Current End Date: 2027-03-31

Potential End Date: 2030-03-31 00:00:00

Last Modified: 2026-03-19

More Contracts from Federal Resources Corporation

View all Federal Resources Corporation federal contracts →

Other Department of State Contracts

View all Department of State contracts →

Explore Related Government Spending