NASA SEWP Task Order for EIS Support Services awarded to Federal Resources Corporation for $3.2M
Contract Overview
Contract Amount: $3,213,952 ($3.2M)
Contractor: Federal Resources Corporation
Awarding Agency: Social Security Administration
Start Date: 2025-09-29
End Date: 2026-09-28
Contract Duration: 364 days
Daily Burn Rate: $8.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NASA SEWP TASK ORDER FOR ENTERPRISE INFORMATION SYSTEM (EIS) SUPPORT SERVICES, CONSISTING OF ONE (1) 12-MONTH BASE PERIOD AND ONE (1) SIX-MONTH OPTION TO EXTEND SERVICES. PERIOD OF PERFORMANCE: 09/29/2025 - 03/28/2027 (PROVIDED ALL OPTIONS ARE EXERCI
Place of Performance
Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21235
State: Maryland Government Spending
Plain-Language Summary
Social Security Administration obligated $3.2 million to FEDERAL RESOURCES CORPORATION for work described as: NASA SEWP TASK ORDER FOR ENTERPRISE INFORMATION SYSTEM (EIS) SUPPORT SERVICES, CONSISTING OF ONE (1) 12-MONTH BASE PERIOD AND ONE (1) SIX-MONTH OPTION TO EXTEND SERVICES. PERIOD OF PERFORMANCE: 09/29/2025 - 03/28/2027 (PROVIDED ALL OPTIONS ARE EXERCI Key points: 1. Value for money appears fair given the fixed-price nature of the contract and the broad scope of IT support services. 2. Competition dynamics indicate a full and open competition, suggesting a competitive bidding process. 3. Risk indicators are moderate, with a fixed-price contract potentially shifting some performance risk to the contractor. 4. Performance context is a 12-month base period with a 6-month option, standard for IT support contracts. 5. Sector positioning is within IT services, specifically 'Other Computer Related Services', a common category for government IT needs.
Value Assessment
Rating: fair
The contract value of approximately $3.2 million for 18 months of enterprise information system support services seems within a reasonable range for the scope of work. Benchmarking against similar IT support contracts would provide a more precise assessment of value. The firm-fixed-price structure suggests that the contractor bears the risk of cost overruns, which can be a positive indicator for the government if managed effectively.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition after exclusion of sources, indicating that multiple bidders were likely solicited and evaluated. This competitive process is designed to ensure the government receives the best possible pricing and services. The number of bidders is not specified, but the 'full and open' designation suggests a robust competition.
Taxpayer Impact: A full and open competition generally leads to more competitive pricing for taxpayers by encouraging multiple vendors to offer their best terms.
Public Impact
The primary beneficiary is the Social Security Administration (SSA), which will receive enterprise information system support services. Services delivered will include support for critical IT infrastructure, ensuring operational continuity. The geographic impact is primarily within Maryland, where the contractor is located and services are likely performed. Workforce implications may include the employment of IT professionals by Federal Resources Corporation to fulfill the contract requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if requirements are not clearly defined and managed.
- Dependence on a single contractor for critical IT support could pose a risk if performance issues arise.
- Ensuring adequate technical expertise within the government to oversee contractor performance.
Positive Signals
- Firm-fixed-price contract structure incentivizes contractor efficiency.
- Full and open competition suggests a competitive environment leading to potentially better pricing.
- Clear period of performance with defined base and option periods.
Sector Analysis
This contract falls within the broader IT services sector, specifically 'Other Computer Related Services' (NAICS code 541519). This sector is characterized by a wide range of IT support, consulting, and integration services. Government spending in this area is substantial, supporting agency operations and modernization efforts. Comparable spending benchmarks would involve analyzing other IT support contracts awarded by federal agencies of similar size and scope.
Small Business Impact
The contract was awarded under full and open competition and does not indicate any specific small business set-aside. Therefore, the direct impact on small businesses through this specific award is likely minimal unless Federal Resources Corporation engages in subcontracting with small businesses. Further analysis of subcontracting plans would be needed to assess the broader impact on the small business ecosystem.
Oversight & Accountability
Oversight will likely be managed by the contracting officer and technical points of contact within the Social Security Administration. Accountability measures are embedded in the firm-fixed-price contract terms, with performance expectations tied to payment. Transparency is facilitated by the public nature of federal contract awards, though detailed performance metrics are typically not publicly disclosed.
Related Government Programs
- NASA SEWP (Solutions for Enterprise-Wide Procurement)
- IT Support Services Contracts
- Enterprise Information System Support
Risk Flags
- Potential for vendor lock-in if not managed carefully.
- Dependence on contractor expertise for critical systems.
- Risk of performance degradation if contractor resources are insufficient.
Tags
it-services, social-security-administration, maryland, delivery-order, firm-fixed-price, full-and-open-competition, enterprise-information-system, computer-related-services, nasa-sewp, federal-resources-corporation
Frequently Asked Questions
What is this federal contract paying for?
Social Security Administration awarded $3.2 million to FEDERAL RESOURCES CORPORATION. NASA SEWP TASK ORDER FOR ENTERPRISE INFORMATION SYSTEM (EIS) SUPPORT SERVICES, CONSISTING OF ONE (1) 12-MONTH BASE PERIOD AND ONE (1) SIX-MONTH OPTION TO EXTEND SERVICES. PERIOD OF PERFORMANCE: 09/29/2025 - 03/28/2027 (PROVIDED ALL OPTIONS ARE EXERCI
Who is the contractor on this award?
The obligated recipient is FEDERAL RESOURCES CORPORATION.
Which agency awarded this contract?
Awarding agency: Social Security Administration (Social Security Administration).
What is the total obligated amount?
The obligated amount is $3.2 million.
What is the period of performance?
Start: 2025-09-29. End: 2026-09-28.
What is the track record of Federal Resources Corporation in performing similar IT support services for federal agencies?
A review of Federal Resources Corporation's past performance is crucial for assessing their capability to deliver on this contract. This would involve examining their contract history, including any past performance evaluations or awards from agencies like the Social Security Administration or other federal entities. Information on their experience with enterprise information systems, specific technologies, and the scale of previous projects would provide insight into their reliability and expertise. A lack of extensive relevant experience could indicate a higher risk for performance issues, while a strong track record would suggest a lower risk and a higher likelihood of successful contract execution. Analyzing past performance data, if available through federal databases or agency reports, would be the primary method for this assessment.
How does the awarded price compare to market rates for similar enterprise information system support services?
To benchmark the value for money, the awarded price of approximately $3.2 million for 18 months of service needs to be compared against prevailing market rates. This involves researching industry pricing for comparable IT support services, considering factors such as the scope of work, required skill sets, service level agreements, and the specific technologies involved. Data from commercial IT service providers, industry reports, and government databases of similar contract awards can be utilized. If the awarded price is significantly lower than market rates, it could indicate excellent value or potential underbidding by the contractor, which might raise concerns about service quality or long-term viability. Conversely, a price substantially above market rates would warrant closer scrutiny of the contract's necessity and the justification for the higher cost.
What are the key performance indicators (KPIs) for this contract, and how will they be measured?
The specific Key Performance Indicators (KPIs) for this Enterprise Information System (EIS) Support Services contract are not detailed in the provided data. However, typical KPIs for such contracts often include system uptime, response times for issue resolution, successful implementation of updates or patches, adherence to security protocols, and user satisfaction. The measurement of these KPIs would likely be outlined in the contract's Statement of Work (SOW) or Performance Work Statement (PWS). The government's technical point of contact (TPOC) or contracting officer's representative (COR) would be responsible for monitoring these metrics and assessing the contractor's performance against them. Regular performance reviews and reporting by the contractor are standard practice.
What is the potential impact of this contract on the Social Security Administration's IT infrastructure modernization efforts?
This contract for Enterprise Information System (EIS) Support Services is likely integral to the Social Security Administration's (SSA) ongoing IT operations and potentially its modernization efforts. The support provided will ensure the stability and functionality of existing systems, which is a prerequisite for any modernization initiative. Depending on the specific tasks outlined in the Statement of Work, the contractor might also be involved in implementing new technologies, upgrading existing infrastructure, or providing expertise that supports the transition to newer systems. The effectiveness of this support will directly influence the SSA's ability to maintain current services while planning and executing future upgrades, thus playing a crucial role in the overall success of their IT modernization roadmap.
Are there any identified risks associated with the contractor, Federal Resources Corporation, based on past performance or financial stability?
Without access to detailed past performance reviews or financial stability reports for Federal Resources Corporation, it is difficult to definitively identify specific risks associated with the contractor. However, a standard risk assessment would involve reviewing their CPARS (Contractor Performance Assessment Reporting System) ratings, any history of contract disputes or terminations, and their financial health. For a contract of this size and duration, the government would typically conduct due diligence to ensure the contractor has the capacity and stability to perform. If Federal Resources Corporation is a relatively new or small entity, the risk profile might be higher compared to established large corporations with a long history of successful government contracting. Further investigation into publicly available information or government databases would be necessary for a comprehensive risk assessment.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT 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: 28321325Q00000236
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: $4,846,257
Exercised Options: $3,213,952
Current Obligation: $3,213,952
Actual Outlays: $1,071,317
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SC61B
IDV Type: GWAC
Timeline
Start Date: 2025-09-29
Current End Date: 2026-09-28
Potential End Date: 2027-03-28 00:00:00
Last Modified: 2026-02-23
More Contracts from Federal Resources Corporation
- ENS Host Suite License Maintenance — $46.0M (Department of Defense)
- Gateway — $39.9M (Department of State)
- Research Platform Software — $24.2M (Department of State)
- Establish a Dowo for CA Public Awareness — $18.9M (Department of State)
- Data Modernization Initiative, Cloud Platform, & Related Services — $17.5M (Department of Health and Human Services)
Other Social Security Administration Contracts
- Itssc Task Order for Systems — $1.1B (Leidos, Inc.)
- Contractor IS to Provide the Expertise, Technical Knowledge, IT Support Personnel, and Other Related Resources Necessary for Systems Analysis and Testing — $734.1M (Northrop Grumman Systems Corporation)
- Contractor to Provide Development&database Support to Agency's Office of Software Engineering — $593.5M (Leidos, Inc.)
- THE Government Intends to Establish a Single-Award Delivery Order Base Plus Four 1year Option Periods for the Renewal of IBM Software Maintenance and the Purchase of More Additional IBM Software Licenses Against the General Services Administrations Federal Supply Schedule Program. Previous Order SS00-15-30081 — $525.4M (International Business Machines Corporation)
- NEW 66 Month Open-Market Contract for Renewal of CA Software, Support Services, and Maintenance. CA Proprietary Software Products ARE Used Extensively Throughout OUR Mainframe and Distributed Environments AT ALL SSA Data Centers — $419.8M (CA, Inc.)