VA awards $312.6M for ServiceNow SaaS, with limited competition impacting price discovery

Contract Overview

Contract Amount: $312,647,441 ($312.6M)

Contractor: Metgreen Solutions Inc

Awarding Agency: Department of Veterans Affairs

Start Date: 2023-09-22

End Date: 2026-09-21

Contract Duration: 1,095 days

Daily Burn Rate: $285.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: SERVICENOW SOFTWARE-AS-A-SERVICE (SAAS) LICENSE ENTITLEMENTS

Place of Performance

Location: NORFOLK, MADISON County, NEBRASKA, 68701

State: Nebraska Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $312.6 million to METGREEN SOLUTIONS INC for work described as: SERVICENOW SOFTWARE-AS-A-SERVICE (SAAS) LICENSE ENTITLEMENTS Key points: 1. Contract value represents a significant investment in IT infrastructure for the VA. 2. The limited competition raises questions about achieving optimal value for taxpayer dollars. 3. Performance risk appears moderate given the established nature of the software and vendor. 4. This contract supports the VA's ongoing digital transformation efforts. 5. The IT services sector sees continued demand for SaaS solutions. 6. The fixed-price contract structure shifts some cost risk to the contractor.

Value Assessment

Rating: fair

The contract value of $312.6 million over three years for ServiceNow SaaS licenses is substantial. Benchmarking against similar large-scale SaaS procurements is challenging without specific service level agreements and user counts. However, the limited competition suggests potential for higher-than-market pricing. The fixed-price nature provides some cost certainty, but the overall value proposition is tempered by the competitive landscape.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while competition was sought, specific circumstances led to excluding certain potential bidders. With only two bidders identified, the level of competition is low. This limited competition may have restricted price negotiation and potentially led to a higher final award price than if a broader range of vendors had participated.

Taxpayer Impact: Limited competition can mean taxpayers do not benefit from the most competitive pricing, potentially leading to overspending on essential software licenses.

Public Impact

Veterans Affairs personnel will benefit from enhanced IT service management capabilities. The contract delivers ServiceNow software-as-a-service licenses, supporting IT operations and service delivery. The geographic impact is national, supporting VA facilities across the United States. Workforce implications include enabling IT staff to manage services more efficiently.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The market for IT services, particularly Software-as-a-Service (SaaS) solutions for enterprise resource planning and IT service management, is robust and growing. Large government agencies like the VA are significant consumers of these services. Spending benchmarks for similar SaaS licenses can vary widely based on user count, modules, and support levels, but multi-million dollar annual contracts are common for federal entities. This contract fits within the broader trend of government agencies adopting cloud-based solutions for efficiency and scalability.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a primary consideration for this specific contract award. There is no indication of small business set-asides or subcontracting requirements. This suggests that the primary awardee is likely a large business, and the contract's structure does not appear to actively promote the inclusion of small businesses in the delivery of these ServiceNow licenses.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Veterans Affairs' contracting and program management offices. Accountability measures are inherent in the firm-fixed-price contract, requiring the vendor to deliver the licensed software as specified. Transparency is facilitated through contract databases like FPDS, though detailed performance metrics and pricing breakdowns may not always be publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

it-services, software-as-a-service, servicenow, department-of-veterans-affairs, firm-fixed-price, limited-competition, it-service-management, cloud-computing, federal-contract, it-infrastructure

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $312.6 million to METGREEN SOLUTIONS INC. SERVICENOW SOFTWARE-AS-A-SERVICE (SAAS) LICENSE ENTITLEMENTS

Who is the contractor on this award?

The obligated recipient is METGREEN SOLUTIONS INC.

Which agency awarded this contract?

Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).

What is the total obligated amount?

The obligated amount is $312.6 million.

What is the period of performance?

Start: 2023-09-22. End: 2026-09-21.

What is the track record of METGREEN SOLUTIONS INC in delivering large-scale IT contracts for the federal government?

Information regarding METGREEN SOLUTIONS INC's specific track record with large-scale IT contracts for the federal government is limited based solely on the provided data. The data indicates they are the awardee for this $312.6 million ServiceNow contract. To fully assess their track record, a deeper dive into their contract history, past performance reviews, and experience with similar software-as-a-service procurements would be necessary. This would involve examining previous awards, contract values, performance ratings, and any reported issues or successes on prior federal engagements. Without this additional context, it's difficult to definitively gauge their experience and reliability for a contract of this magnitude and type.

How does the awarded price compare to market rates for ServiceNow SaaS licenses, considering the limited competition?

Directly comparing the awarded price of $312.6 million for ServiceNow SaaS licenses to precise market rates is challenging without detailed information on the specific modules, user counts, and service levels included in the VA's contract. However, the 'limited' competition, with only two bidders, strongly suggests that the price may not be as competitive as it could be under a broader, more open bidding process. Typically, when fewer vendors are vying for a contract, the potential for price reductions through negotiation is diminished. While ServiceNow is a premium product, the lack of robust competition raises concerns that the VA might be paying a premium above what could be achieved in a more contested market, impacting overall value for money.

What are the primary risks associated with this ServiceNow SaaS contract for the Department of Veterans Affairs?

The primary risks associated with this ServiceNow SaaS contract include vendor lock-in, potential overspending due to limited competition, and reliance on a single platform for critical IT service management functions. Vendor lock-in is a concern because migrating away from a deeply integrated system like ServiceNow can be complex and costly. As noted, the limited competition may have led to a higher price than optimal, representing a financial risk. Furthermore, if the ServiceNow platform experiences outages or performance degradation, it could significantly disrupt the VA's IT operations and service delivery, impacting its ability to serve veterans. Ensuring robust service level agreements and contingency plans are in place is crucial to mitigate these risks.

How effective is the ServiceNow platform in meeting the IT service management needs of a large federal agency like the VA?

The ServiceNow platform is generally considered a leading solution for IT Service Management (ITSM) and is widely adopted by large organizations, including federal agencies, due to its comprehensive capabilities. It offers modules for incident management, problem management, change management, asset management, and service catalog, which are critical for managing the complex IT infrastructure of an agency like the VA. Its effectiveness lies in its ability to centralize IT operations, automate workflows, and improve service delivery visibility. However, the actual effectiveness for the VA depends on proper implementation, configuration tailored to the agency's specific needs, user adoption, and ongoing support. The success of this $312.6 million contract hinges on the VA's ability to leverage the platform's full potential.

What has been the historical spending trend for ServiceNow or similar IT services by the Department of Veterans Affairs?

The provided data focuses on a single, recent contract award and does not offer historical spending trends for ServiceNow or similar IT services by the Department of Veterans Affairs (VA). To understand historical spending, one would need to analyze the VA's procurement data over several fiscal years, looking for previous contracts related to ServiceNow licenses, maintenance, or professional services, as well as contracts for competing ITSM platforms. Such an analysis would reveal patterns in spending levels, contract types, and vendor choices, providing context for the current $312.6 million award. Without this historical data, it's difficult to determine if this contract represents an increase, decrease, or stable level of investment in these types of services.

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: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3203 KOENIGSTEIN AVE, NORFOLK, NE, 68701

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: $717,770,170

Exercised Options: $312,647,441

Current Obligation: $312,647,441

Actual Outlays: $312,647,441

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SD37B

IDV Type: GWAC

Timeline

Start Date: 2023-09-22

Current End Date: 2026-09-21

Potential End Date: 2026-09-21 00:00:00

Last Modified: 2025-08-20

More Contracts from Metgreen Solutions Inc

View all Metgreen Solutions Inc federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending