VA awards $16.6K BPA call to Peraton Inc. for relocation services at Dayton VAMC
Contract Overview
Contract Amount: $16,626 ($16.6K)
Contractor: Peraton Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-07-31
End Date: 2026-07-30
Contract Duration: 364 days
Daily Burn Rate: $46/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: ORDER ON BPA FOR RELOCATION OF PERATON EQUIPMENT DURING CONSTRUCTION AT DAYTON OHIO VAMC
Place of Performance
Location: DAYTON, MONTGOMERY County, OHIO, 45428
State: Ohio Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $16,626.21 to PERATON INC. for work described as: ORDER ON BPA FOR RELOCATION OF PERATON EQUIPMENT DURING CONSTRUCTION AT DAYTON OHIO VAMC Key points: 1. Spending is minimal, suggesting a focused, potentially low-risk task. 2. Peraton Inc. is the sole awardee under this BPA call. 3. The contract is for custom computer programming services, aligning with IT sector needs. 4. No small business participation is noted in this specific award.
Value Assessment
Rating: fair
The award amount of $16,626.21 is relatively small. Without benchmarks for similar relocation services for IT equipment within VA facilities, a precise pricing assessment is difficult. However, the firm-fixed-price structure suggests a defined scope.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This award was made under a Blanket Purchase Agreement (BPA) Call, which implies a pre-competed agreement. The specific competition method for the BPA itself is not detailed here, but the call is to a single vendor, Peraton Inc.
Taxpayer Impact: The taxpayer impact is minimal given the small contract value, likely covering a specific, contained service.
Public Impact
Ensures continuity of operations for critical IT equipment during facility construction. Supports the modernization and improvement of the Dayton VAMC. Facilitates the efficient transition of services to minimize disruption for veterans.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition for this specific BPA call.
- Lack of small business participation.
Positive Signals
- Supports critical VA infrastructure.
- Firm-fixed-price contract provides cost certainty.
Sector Analysis
The contract falls under IT services, specifically custom computer programming. Spending in this sector is substantial across the government, but this award represents a very small fraction, likely for a niche support function.
Small Business Impact
This specific award does not indicate any small business participation. Further analysis of the parent BPA would be needed to understand overall small business utilization.
Oversight & Accountability
The award is managed by the Department of Veterans Affairs. Oversight would focus on ensuring the relocation is performed according to the contract terms and within the specified timeframe.
Related Government Programs
- Custom Computer Programming Services
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Potential for vendor lock-in if BPA is not broadly competed.
- Lack of transparency on competition for the parent BPA.
- Absence of detailed performance metrics.
- No small business participation noted.
Tags
custom-computer-programming-services, department-of-veterans-affairs, oh, bpa-call, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $16,626.21 to PERATON INC.. ORDER ON BPA FOR RELOCATION OF PERATON EQUIPMENT DURING CONSTRUCTION AT DAYTON OHIO VAMC
Who is the contractor on this award?
The obligated recipient is PERATON 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 $16,626.21.
What is the period of performance?
Start: 2025-07-31. End: 2026-07-30.
What was the original competition strategy for the parent BPA, and how does this call align with it?
The provided data does not detail the original competition strategy for the parent BPA. Understanding this would clarify whether this sole-source call under the BPA represents a deviation or a planned approach. It's crucial to assess if the BPA itself was competed broadly to allow for such specific calls or if it was established with limited vendor access.
Are there any performance metrics or service level agreements associated with this relocation service?
The data does not specify performance metrics or service level agreements for this BPA call. Given the nature of equipment relocation, key metrics might include on-time completion, minimal downtime, and prevention of equipment damage. Without defined SLAs, assessing the contractor's performance effectiveness is challenging.
What is the potential for cost overruns or scope creep given the fixed-price nature and short duration?
The firm-fixed-price contract structure aims to mitigate cost overruns and scope creep. However, unforeseen issues during relocation, such as unexpected site conditions or complexities in equipment handling, could still pose risks. The short duration (364 days) and relatively low value suggest these risks are likely contained.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Veritas Capital Fund Management, L.L.C.
Address: 12975 WORLDGATE DR, HERNDON, VA, 20170
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $16,626
Exercised Options: $16,626
Current Obligation: $16,626
Parent Contract
Parent Award PIID: 36C77625A0002
IDV Type: BPA
Timeline
Start Date: 2025-07-31
Current End Date: 2026-07-30
Potential End Date: 2026-07-30 00:00:00
Last Modified: 2026-04-02
More Contracts from Peraton Inc.
- 200107!000034!5700!GZ80 !smc/Pks !F0470101C0001 !A!N!*!Y! !20001103!20061031!052819732!052819732!001216845!n!itt Industries, Inc , Systems !4410 E Fountain Blvd !colorado Sprin !co!80916!16000!041!08!colorado Springs !EL Paso !colorado !+000016429445!n!n!000000000000!ac26!rdte/Missile and Space Systems-Mgmt Support !A2 !missile and Space Systems !3000!NOT Discernable or Classified !541710!*!*!3! ! ! !*!*!*!B!*!*!B! !A !Y!R!2!003!B! !A!N!Z! ! !N!C!N! ! ! !c!c!a!a!000!a!c!n! ! ! !Y! ! !0001! — $1.7B (Department of Defense)
- THE Exploration and Space Communications Projects Division (ESC) IS a National Resource Located AT Goddard Space Flight Center (gsfc) Which Enables Scientific Discovery and Space Exploration by Providing Innovative and Mission-Effective Space Communications and Navigation Solutions to a Large Community of Diverse Customers. ESC Manages Operational Geostationary Communications Relay Satellites and Ground Systems for the Space Communications and Navigation (scan) Program AT Nasa Headquarters. Today, Scan Network Systems Consist of the Space Network (SN), the Near Earth Network (NEN), and the Deep Space Network (DSN). the Day-To-Day Management of These Three Networks IS Currently NOT Fully Consistent. IT IS the Intention of the Government to Unify the SN and NEN Where Practicable Under This Contract Using Integrated, Common Management Practices and Network Solutions — $1.5B (National Aeronautics and Space Administration)
- Nasa Goddard Space Flight Center's (gsfc) Goal for the Space Communications Networks Services Contract (scns) IS to Enable Mission Success for Every Customer Using Scns Services. KEY Objectives of the Scns Contract ARE to Decrease Cost and Maintain or Improve Operational Efficiency and Reliability, While Maintaining an Acceptable Level of Risk and Providing for Safe Operation of the Missions. the Contractor Shall Implement a Safety, Health, and Mission Assurance Program That Provides a Safe and Healthy Work Environment, Minimizes Program Risk, and Maximizes Nasa Mission Success. the Contractor Shall BE Responsible and Accountable for Achieving the Required Results. Core Requirement Functions, Such AS Configuration Management, Quality Assurance, ETC. ARE Required to Support Idiq Task Orders. the Space Network (SN) IS Comprised of a Fleet of On-Orbit Tracking and Data Relay Satellites (tdrs) and Associated Ground Systems That Provide Telecommunications Services. the Nature of the SN Architecture, I.E., Extremely Large Capital Investment, Contractor Operated Facilities, Continuous 24X7 Requirements, ETC., Lends Itself to a Core Requirements Approach. the Ground Network (GN) Consists of an Orbital Tracking Network and the Satellite Laser Ranging Network. the Nature of the Ground Network Architecture, I.E., Diverse MIX of Commercial and Government Assets, Evolving Geographic and Technical Customer Requirements, and Legacy Systems, ETC. Lends Itself to an Idiq Approach. Other Activities, I.E., Very Long Baseline Interferometry Network Operations and Maintenance (O&M), Electronic System Test Laboratory, Requirements Development, Hardware and Software Development, ETC. ARE Best Suited to an Idiq Approach in the Resource-Constrained Environment That Nasa Operates in — $1.2B (National Aeronautics and Space Administration)
- Operational Planning Implementation and Assessment Services (opias) Base Award — $800.8M (General Services Administration)
- Sitec 3 EOM Provides Ussocom With O&M Services to Maintain Netops, Maintain Systems & Network Infrastructure, Provide END User & Common Device Support, Provide Configuration, Change, License, & Asset Mgmt. Conduct Training and Perform Imacs Services — $651.0M (General Services Administration)
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)