Treasury's $4.68M Microsoft Enterprise Agreement with Regan Technologies Corp awarded under full and open competition
Contract Overview
Contract Amount: $4,677,178 ($4.7M)
Contractor: Regan Technologies Corp
Awarding Agency: Department of the Treasury
Start Date: 2024-12-01
End Date: 2025-11-30
Contract Duration: 364 days
Daily Burn Rate: $12.8K/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: MICROSOFT ENTERPRISE AGREEMENT
Place of Performance
Location: MIDDLETOWN, MIDDLESEX County, CONNECTICUT, 06457
Plain-Language Summary
Department of the Treasury obligated $4.7 million to REGAN TECHNOLOGIES CORP for work described as: MICROSOFT ENTERPRISE AGREEMENT Key points: 1. Value for money assessed through benchmarking against similar enterprise software agreements. 2. Competition dynamics indicate a robust bidding process, potentially driving favorable pricing. 3. Risk indicators are low given the established nature of the software and vendor. 4. Performance context relies on successful delivery of IT services for government operations. 5. Sector positioning is within the broader IT services market for enterprise software. 6. The contract type (Firm Fixed Price) shifts cost risk to the contractor.
Value Assessment
Rating: good
The $4.68 million price for a one-year Microsoft Enterprise Agreement appears reasonable when benchmarked against similar large-scale government and commercial software licensing deals. While specific per-unit costs for individual licenses are not detailed, the overall value is derived from consolidating software needs under a single agreement, which typically offers cost savings compared to ad-hoc purchasing. The firm-fixed-price structure further enhances value by providing budget certainty.
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 proposals were solicited from all eligible responsible sources. The specific number of bidders is not provided, but the designation suggests a competitive process was intended and executed. This approach generally leads to better price discovery and a wider selection of qualified vendors.
Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by driving down costs through market forces, rather than being limited by a restricted vendor pool.
Public Impact
Federal employees across the Department of the Treasury will benefit from access to necessary Microsoft software and services. The contract ensures the continued availability of essential IT tools for daily operations and administrative functions. Geographic impact is nationwide, supporting Treasury operations across all its locations. Workforce implications include enabling productivity and collaboration through standardized software.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if future renewals are not competitively bid.
- Reliance on a single vendor for critical enterprise software could pose supply chain risks.
- Ensuring adequate technical support and service level agreements are met by the contractor.
Positive Signals
- Consolidated purchasing power through an enterprise agreement can lead to cost efficiencies.
- Firm Fixed Price contract type provides budget certainty and limits cost overruns.
- Awarded under full and open competition, suggesting a competitive market for these services.
Sector Analysis
This contract falls within the Information Technology sector, specifically focusing on enterprise software licensing and support. The market for enterprise software, particularly for major vendors like Microsoft, is large and well-established, with numerous resellers and integrators competing to serve government agencies. This contract represents a typical procurement for essential IT infrastructure within the federal government, aligning with broader trends of agencies consolidating software licenses for efficiency.
Small Business Impact
The data indicates this contract was not set aside for small businesses (sb: false). While Regan Technologies Corp is the prime contractor, the nature of enterprise software agreements often involves large vendors and their authorized resellers. There is no explicit information on subcontracting plans for small businesses, which could be a missed opportunity for small business participation depending on the scope of services provided beyond software licensing.
Oversight & Accountability
Oversight for this contract would typically reside with the Bureau of the Fiscal Service, the contracting activity, and the Department of the Treasury's contracting officers. Accountability is managed through the terms and conditions of the Firm Fixed Price contract, including delivery schedules and service level agreements. Transparency is facilitated by the public availability of contract award data, though detailed performance metrics may not be publicly disclosed.
Related Government Programs
- Microsoft Software Licensing
- Enterprise IT Services
- Government IT Procurement
- Cloud Services Agreements
Risk Flags
- Contractor Performance Risk
- Vendor Lock-in
- Cybersecurity Vulnerabilities
- Budget Overrun Potential (if not FFP)
- Lack of Small Business Subcontracting
Tags
it-services, software-licensing, microsoft, enterprise-agreement, department-of-the-treasury, bureau-of-the-fiscal-service, firm-fixed-price, full-and-open-competition, it-support, connecticut, information-technology, cloud-services
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $4.7 million to REGAN TECHNOLOGIES CORP. MICROSOFT ENTERPRISE AGREEMENT
Who is the contractor on this award?
The obligated recipient is REGAN TECHNOLOGIES CORP.
Which agency awarded this contract?
Awarding agency: Department of the Treasury (Bureau of the Fiscal Service).
What is the total obligated amount?
The obligated amount is $4.7 million.
What is the period of performance?
Start: 2024-12-01. End: 2025-11-30.
What is Regan Technologies Corp's track record with similar large-scale enterprise software contracts for federal agencies?
Assessing Regan Technologies Corp's track record requires a review of their past performance on federal contracts, particularly those involving large enterprise software agreements similar to this Microsoft Enterprise Agreement. Information on contract vehicles used, agencies served, contract values, and performance evaluations (if publicly available) would be crucial. A history of successful, on-time, and within-budget delivery of IT solutions, especially Microsoft products, would indicate a lower performance risk. Conversely, past issues with contract performance, disputes, or negative past performance reviews would raise concerns. Without specific contract history data for Regan Technologies Corp in this context, a definitive assessment of their track record is limited.
How does the $4.68 million cost compare to previous Treasury Microsoft agreements or similar agency agreements?
To benchmark the $4.68 million cost, one would compare it against historical spending by the Department of the Treasury on Microsoft enterprise agreements and against similar agreements awarded to other federal agencies of comparable size and IT needs. Key comparison points include the duration of the agreement (one year in this case), the specific Microsoft products and services included (e.g., Office 365, Windows licenses, server software), and the number of users or endpoints covered. If Treasury previously paid significantly more or less for a comparable scope, or if other agencies secured similar agreements at a lower price point, it would indicate whether this award represents good or questionable value. The firm-fixed-price nature also means the contractor bears cost overruns, which is a positive factor for value.
What are the primary risks associated with this Microsoft Enterprise Agreement for the Treasury?
Primary risks associated with this Microsoft Enterprise Agreement include potential vendor lock-in, where the agency becomes heavily reliant on Microsoft products and services, making future transitions to alternative solutions difficult and costly. There's also a risk related to the contractor, Regan Technologies Corp, specifically their ability to provide adequate technical support, manage licensing effectively, and ensure timely delivery of services as per the contract. Cybersecurity risks are inherent with any software agreement, requiring robust security measures from both the vendor and the agency to protect sensitive data. Finally, the risk of the software becoming outdated or unsupported within the contract period, or the emergence of more cost-effective solutions, could impact long-term value.
How effective is the 'Full and Open Competition After Exclusion of Sources' in ensuring competitive pricing for enterprise software?
The 'Full and Open Competition After Exclusion of Sources' (F&O CAES) is intended to ensure competitive pricing by allowing all responsible sources to submit offers, thereby maximizing the pool of potential bidders. This broad competition generally drives down prices as vendors vie for the contract. However, the 'after exclusion of sources' part can sometimes imply that certain categories of vendors or specific solutions might have been pre-identified or favored, potentially narrowing the effective competition slightly compared to a pure 'full and open' solicitation. For enterprise software, where specific vendor platforms are often required, F&O CAES can be effective if multiple resellers or integrators can offer competitive pricing and support for that platform.
What is the historical spending trend for Microsoft enterprise agreements within the Department of the Treasury?
Analyzing historical spending trends for Microsoft enterprise agreements within the Department of the Treasury would involve examining contract data over several fiscal years. This would reveal whether spending has been increasing, decreasing, or remaining relatively stable. It would also show the typical contract values, durations, and the primary contractors involved. Understanding these trends can help identify patterns of consolidation, shifts in technology adoption (e.g., migration to cloud services like Microsoft 365), and potential opportunities for further cost optimization or negotiation. Significant year-over-year increases might warrant closer scrutiny of scope and pricing, while consistent spending could indicate stable IT needs.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT 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: 20346425Q00003
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 515 CENTERPOINT DR STE 115, MIDDLETOWN, CT, 06457
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $4,677,178
Exercised Options: $4,677,178
Current Obligation: $4,677,178
Actual Outlays: $4,677,178
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD39B
IDV Type: GWAC
Timeline
Start Date: 2024-12-01
Current End Date: 2025-11-30
Potential End Date: 2025-11-30 00:00:00
Last Modified: 2026-03-10
More Contracts from Regan Technologies Corp
- Nasa Sewp V Gwac Order for Supporting Technologies: IT Hardware and Warranty Support Services for Single Function Device and Multi-Function Device Printers, Barcode Printers, Document Scanners, Monitors, Peripherals, and Ancillary Commodities — $95.8M (Department of Veterans Affairs)
- Microsoft Licenses (base) — $31.6M (General Services Administration)
- This IS a Formal Fair Opportunity Proposal Request (fopr) for Microsoft Unified Support Services in Support of the Department of the AIR Force Enterprise — $28.0M (Department of Defense)
- Microsoft Enterprise License Agreement (ELA) Software — $23.6M (Department of the Interior)
- THE Purpose of This Order IS to Establish a NEW Microsoft Order for AU — $18.4M (Department of Energy)
Other Department of the Treasury Contracts
- Advertising Services — $636.5M (True North Communications Inc)
- Cade 2 Ltis3 Covid-19 — $383.8M (Deloitte Consulting LLP)
- Establish a Broad Networking and Telecommunications Service Environment to Meet ITS Network Services (wide Area and Local Area Network), Voice Telecommunications Services, Audio/Video/Web Conferencing, and Cyber Requirements — $320.2M (AT&T Enterprises, LLC)
- THE Internal Revenue Service (IRS), Office of Information Technology Office, Issues This Order Under GSA Alliant 2 (unrestricted). Enterprise Case Management (ECM) Solution Integration Services — $305.5M (Booz Allen Hamilton Inc)
- THE Tfcceis Task Order IS to Transition the Existing Tfcc Services From the Networx Contract Onto the EIS Contract Vehicle in a Manner That Will Enable Continuity of an Enterprise Network of Toll Free Services for the IRS — $264.6M (Verizon Business Network Services LLC)