VA awards $10,215 BPA call to Peraton Inc. for relocation of personnel equipment
Contract Overview
Contract Amount: $10,215 ($10.2K)
Contractor: Peraton Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-08-13
End Date: 2026-08-12
Contract Duration: 364 days
Daily Burn Rate: $28/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: BPA FOR RELOCATION OF PERATON EQUIPMENT DURING CONSTRUCTION - ORDER 15 - OMAHA NE
Place of Performance
Location: OMAHA, DOUGLAS County, NEBRASKA, 68105
State: Nebraska Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $10,214.89 to PERATON INC. for work described as: BPA FOR RELOCATION OF PERATON EQUIPMENT DURING CONSTRUCTION - ORDER 15 - OMAHA NE Key points: 1. Contract awarded under a Blanket Purchase Agreement (BPA) for relocation services. 2. Fixed-price contract type suggests predictable costs for the government. 3. Competition was full and open, indicating a broad market solicitation. 4. The contract duration is one year, aligning with project-specific needs. 5. The award is for custom computer programming services, a niche IT area. 6. The value of this specific order is relatively modest for IT services.
Value Assessment
Rating: good
The contract value of $10,214.89 for a one-year period appears reasonable for specialized relocation of IT equipment. Benchmarking against similar IT relocation or equipment management contracts is difficult without more specific service details. However, the firm-fixed-price structure provides cost certainty. The value is modest, suggesting it's likely for a specific, contained task rather than a large-scale, ongoing operation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit offers. The specific number of bidders is not provided, but the open competition suggests a healthy market for these services. This approach generally leads to better price discovery and potentially more favorable terms for the government compared to limited or sole-source procurements.
Taxpayer Impact: Full and open competition ensures that taxpayer dollars are used efficiently by fostering a competitive environment that drives down prices and encourages innovation among potential contractors.
Public Impact
Benefits the Department of Veterans Affairs by ensuring the smooth relocation of essential personnel equipment during construction projects. Facilitates the continuity of operations for VA personnel by minimizing disruption. The services are geographically focused on Omaha, Nebraska. Supports the IT infrastructure and operational readiness of the VA.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the type of 'personnel equipment' being relocated could obscure the true scope and risk.
- Potential for unforeseen complexities during relocation that may not be fully captured in a fixed-price BPA call.
Positive Signals
- Awarded under a pre-competed BPA, indicating a streamlined and potentially efficient procurement process.
- Firm-fixed-price contract type provides cost predictability.
- Full and open competition suggests a robust market and competitive pricing.
Sector Analysis
This contract falls within the Information Technology sector, specifically under custom computer programming services (NAICS 541511). This category includes establishments primarily engaged in designing, developing, and supporting software. The market for IT services, including specialized relocation and support, is vast and competitive. The value of this specific BPA call is small relative to the overall IT services market, suggesting it addresses a targeted need within a larger VA construction initiative.
Small Business Impact
The data indicates that small business participation was not a specific set-aside for this BPA call (ss: false, sb: false). While Peraton Inc. is a large business, the contract does not explicitly mention subcontracting goals for small businesses. Further review of the master BPA and any associated subcontracting plans would be necessary to determine the overall impact on the small business ecosystem for this specific order.
Oversight & Accountability
Oversight for this contract would typically reside with the Department of Veterans Affairs contracting officer and program managers. As a BPA call, it operates under the umbrella of the master BPA, which should have established oversight mechanisms. Transparency is facilitated by public contract databases, though detailed operational oversight specifics are not publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Department of Veterans Affairs IT Modernization Programs
- Federal IT Infrastructure Support Services
- Government Relocation and Logistics Services
- Custom Software Development Contracts
Risk Flags
- Potential NAICS code misclassification
- Ambiguity in service description ('personnel equipment')
Tags
it-services, relocation-services, department-of-veterans-affairs, bpa-call, firm-fixed-price, full-and-open-competition, custom-computer-programming, nebraska, small-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $10,214.89 to PERATON INC.. BPA FOR RELOCATION OF PERATON EQUIPMENT DURING CONSTRUCTION - ORDER 15 - OMAHA NE
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 $10,214.89.
What is the period of performance?
Start: 2025-08-13. End: 2026-08-12.
What is the specific nature of the 'personnel equipment' being relocated, and what are the associated risks?
The provided data does not specify the exact nature of the 'personnel equipment' being relocated. This could range from sensitive computer hardware and servers to office furniture and personal workstations. The risks associated with relocation depend heavily on this specificity. For IT equipment, risks include data security breaches, hardware damage during transit, and extended downtime. For general office equipment, risks might involve logistical delays or damage. Without further details, it's difficult to fully assess the risk profile beyond standard relocation challenges. The firm-fixed-price nature of the contract suggests the contractor is taking on the risk of unforeseen issues within the defined scope.
How does the $10,214.89 value compare to typical IT equipment relocation costs for federal agencies?
The value of $10,214.89 for this specific BPA call is relatively modest for IT equipment relocation services, especially for a federal agency like the VA. Typical costs can vary significantly based on the volume, type, and sensitivity of equipment, as well as the distance and complexity of the move. Larger-scale relocations involving data centers or extensive server infrastructure can run into hundreds of thousands or even millions of dollars. This $10,215 order likely represents a small, localized move, perhaps for a specific office or a limited set of equipment within a larger construction project. Benchmarking requires more granular data on the services rendered.
What is Peraton Inc.'s track record with the Department of Veterans Affairs and similar IT relocation contracts?
Peraton Inc. is a significant government contractor with a broad portfolio of IT and technology services across various federal agencies, including the Department of Veterans Affairs. While this specific BPA call is for a modest amount, Peraton holds larger contracts with the VA and other departments for areas like enterprise IT, cybersecurity, and mission support. Their experience likely includes managing complex logistical operations and IT infrastructure moves. A deeper dive into their contract history with the VA, specifically for relocation or IT support services, would reveal their performance metrics, past issues, and overall reliability in executing similar tasks.
What are the potential performance implications of a one-year duration for this relocation task?
A one-year duration for this BPA call suggests that the relocation activities are either phased over this period or are part of a larger construction project that spans this timeframe. For a discrete relocation task, one year might seem long, implying potential for delays or a staged approach. However, if this BPA call is intended to cover multiple, smaller relocation events related to ongoing construction, the duration could be appropriate. The firm-fixed-price nature means the contractor is incentivized to complete the work efficiently within the period. Performance monitoring by the VA will be crucial to ensure timely execution and prevent scope creep or extended timelines.
How does the 'Custom Computer Programming Services' NAICS code align with 'relocation of personnel equipment'?
The NAICS code 541511, 'Custom Computer Programming Services,' typically relates to designing, developing, and modifying software. Its inclusion for 'relocation of personnel equipment' is unusual and suggests a potential misclassification or a very specific interpretation of the service. It's possible the 'personnel equipment' includes specialized computing devices or systems that require custom programming or configuration *during* or *as part of* the relocation process. Alternatively, the BPA might cover a broader range of IT services, and this specific call is tagged with a code that reflects a component of the overall IT support, even if the primary action is physical relocation. Clarification on the service details is needed to reconcile the NAICS code with the stated purpose.
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: $10,215
Exercised Options: $10,215
Current Obligation: $10,215
Parent Contract
Parent Award PIID: 36C77625A0002
IDV Type: BPA
Timeline
Start Date: 2025-08-13
Current End Date: 2026-08-12
Potential End Date: 2026-08-12 00:00:00
Last Modified: 2026-04-01
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.)