VA awards $1.3M for ISSIO System Services to Iron Bow Technologies, highlighting IT support needs

Contract Overview

Contract Amount: $129,600 ($129.6K)

Contractor: Iron BOW Technologies, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-09-01

End Date: 2027-02-28

Contract Duration: 545 days

Daily Burn Rate: $238/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: ISSIO SYSTEM SERVICES

Place of Performance

Location: BEDFORD, MIDDLESEX County, MASSACHUSETTS, 01730

State: Massachusetts Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $129,600 to IRON BOW TECHNOLOGIES, LLC for work described as: ISSIO SYSTEM SERVICES Key points: 1. Contract focuses on essential IT system support, indicating a need for reliable infrastructure. 2. The award is a delivery order under a larger contract vehicle, suggesting established procurement channels. 3. Fixed-price contract type aims to control costs and provide budget certainty. 4. The duration of the order spans over a year, ensuring continuity of services. 5. Competition was full and open, suggesting a robust bidding process. 6. The specific NAICS code points to specialized computer-related services.

Value Assessment

Rating: good

The contract value of $1.3 million for ISSIO System Services appears reasonable for a multi-year IT support engagement. Benchmarking against similar IT service contracts within the VA or other federal agencies would provide a more precise value-for-money assessment. The firm fixed-price structure is a positive indicator for cost control. However, without detailed scope of work and performance metrics, a definitive value assessment is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The fact that it is a delivery order suggests it was placed against an existing indefinite-delivery indefinite-quantity (IDIQ) contract, which itself was likely competed. The level of competition for the underlying IDIQ would determine the extent of price discovery, but the open competition for this specific order suggests a healthy market for these services.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to lower prices and better service quality. It ensures that the government is not limited to a single provider, thereby maximizing the potential for cost savings and innovation.

Public Impact

Veterans Affairs personnel and operations will benefit from continued IT system support. Essential IT services will be maintained, ensuring the smooth functioning of VA systems. The contract supports IT infrastructure within the Department of Veterans Affairs. Workforce implications are primarily related to the IT support personnel employed by the contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT services sector is a vast and critical component of federal spending. This contract falls under 'Other Computer Related Services' (NAICS 541519), which encompasses a wide range of IT support, integration, and consulting. The federal government is a significant consumer of these services, with spending often concentrated in areas like cybersecurity, cloud computing, and system maintenance. Comparable spending benchmarks would involve looking at other IT support contracts awarded by agencies of similar size and mission.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside. However, the prime contractor, Iron Bow Technologies, LLC, may engage small businesses as subcontractors depending on their own subcontracting plans and the nature of the services required. Analysis of the prime contractor's historical small business subcontracting performance would be necessary to assess the broader impact.

Oversight & Accountability

Oversight for this contract will primarily reside with the Department of Veterans Affairs contracting officer and program managers. The firm fixed-price nature of the contract provides a degree of accountability by linking payment to deliverables. Transparency is facilitated by the public availability of contract awards. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to this contract were suspected.

Related Government Programs

Risk Flags

Tags

it-services, computer-related-services, department-of-veterans-affairs, va, delivery-order, firm-fixed-price, full-and-open-competition, information-technology, massachusetts, federal-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $129,600 to IRON BOW TECHNOLOGIES, LLC. ISSIO SYSTEM SERVICES

Who is the contractor on this award?

The obligated recipient is IRON BOW TECHNOLOGIES, LLC.

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 $129,600.

What is the period of performance?

Start: 2025-09-01. End: 2027-02-28.

What is Iron Bow Technologies, LLC's track record with the Department of Veterans Affairs and other federal agencies for similar IT services?

Iron Bow Technologies, LLC has a significant history of contracting with the federal government, including the Department of Veterans Affairs. They have been awarded numerous contracts across various agencies for IT services, hardware, and telecommunications solutions. Their portfolio often includes support for complex IT infrastructure, network services, and cybersecurity. A review of their past performance evaluations and contract history would reveal their reliability, technical capabilities, and adherence to contract terms. For instance, examining their performance on previous VA IT support contracts would provide direct insight into their suitability for the ISSIO System Services award. Their extensive experience suggests a strong understanding of federal procurement processes and IT service delivery requirements.

How does the $1.3 million award for ISSIO System Services compare to similar IT support contracts awarded by the VA or other agencies?

The $1.3 million award for ISSIO System Services, spanning approximately 1.5 years, represents a moderate investment in IT support. To benchmark its value, one would compare it to other VA contracts for similar 'Other Computer Related Services' (NAICS 541519) or IT system support. Factors such as the scope of services (e.g., help desk, network maintenance, system administration), the number of end-users supported, and the criticality of the systems are crucial for a fair comparison. If similar contracts for comparable scope and duration were awarded at significantly lower or higher price points, it would indicate potential overpricing or exceptional value. The firm fixed-price nature of this award provides a degree of cost certainty, but a detailed analysis of the service level agreements and deliverables is necessary for a comprehensive value assessment.

What are the primary risks associated with this contract, and what mitigation strategies are in place?

Primary risks for this contract include potential scope creep, where the services required expand beyond the initial agreement, leading to cost overruns or schedule delays. Another risk is the contractor's performance not meeting the required service levels, impacting the functionality of critical VA systems. Vendor lock-in is also a concern if the ISSIO system becomes highly integrated with Iron Bow's proprietary solutions. Mitigation strategies likely include robust contract management by the VA, clearly defined service level agreements (SLAs) with performance metrics, regular progress reviews, and contingency plans for service disruptions. The firm fixed-price contract itself acts as a risk mitigation tool by incentivizing the contractor to manage costs effectively. The VA's oversight and the competitive nature of the underlying contract vehicle also contribute to risk reduction.

How effective is the 'full and open competition' approach in ensuring the VA receives optimal value for IT support services?

Full and open competition is generally considered the most effective method for the VA to ensure optimal value for IT support services. By allowing all responsible sources to bid, it fosters a competitive environment that drives down prices and encourages innovation. This approach maximizes the pool of potential contractors, increasing the likelihood of finding a provider with the best combination of technical expertise, service quality, and cost-effectiveness. The VA benefits from a wider range of solutions and potentially better pricing than would be achievable through limited or sole-source procurements. The competitive process also incentivizes contractors to propose their best terms and performance capabilities to win the contract, ultimately serving taxpayer interests.

What are the historical spending patterns for 'Other Computer Related Services' (NAICS 541519) by the Department of Veterans Affairs?

The Department of Veterans Affairs consistently spends significant amounts on 'Other Computer Related Services' (NAICS 541519) due to its extensive IT infrastructure and the critical need for reliable systems to support veterans' healthcare and benefits. Historical spending data would likely show a trend of increasing investment in IT services, driven by modernization efforts, cybersecurity requirements, and the growing demand for digital services. This category often includes services such as IT consulting, system integration, network management, and technical support. Analyzing past spending within this NAICS code would reveal the VA's typical contract values, durations, and the primary contractors involved, providing context for the current $1.3 million award for ISSIO System 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

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2121 COOPERATIVE WAY STE 500, HERNDON, VA, 20171

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

Financial Breakdown

Contract Ceiling: $129,600

Exercised Options: $129,600

Current Obligation: $129,600

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SC41B

IDV Type: GWAC

Timeline

Start Date: 2025-09-01

Current End Date: 2027-02-28

Potential End Date: 2027-02-28 00:00:00

Last Modified: 2026-04-08

More Contracts from Iron BOW Technologies, LLC

View all Iron BOW Technologies, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending