VA awards $15.8M BPA call to Peraton Inc. for relocation of peraton equipment during construction
Contract Overview
Contract Amount: $15,783 ($15.8K)
Contractor: Peraton Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-09
End Date: 2027-04-08
Contract Duration: 364 days
Daily Burn Rate: $43/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: BPA FOR RELOCATION OF PERATON EQUIPMENT DURING CONSTRUCTION
Place of Performance
Location: LOS ANGELES, LOS ANGELES County, CALIFORNIA, 90073
Plain-Language Summary
Department of Veterans Affairs obligated $15,783.09 to PERATON INC. for work described as: BPA FOR RELOCATION OF PERATON EQUIPMENT DURING CONSTRUCTION Key points: 1. Contract awarded via a Blanket Purchase Agreement (BPA) call, indicating a pre-competed framework. 2. The contract is for relocation of equipment, a service often tied to infrastructure projects. 3. Fixed-price contract type suggests cost certainty for the government. 4. The duration of one year aligns with typical project-based needs. 5. The specific nature of 'peraton equipment' requires further clarification for full context. 6. Awarded by the Department of Veterans Affairs, likely supporting facility modernization or construction.
Value Assessment
Rating: fair
The total award amount of $15.8 million for a one-year BPA call for equipment relocation appears to be within a reasonable range for specialized services. Without specific details on the quantity or complexity of the equipment being relocated, a direct comparison to similar contracts is challenging. However, the firm fixed-price nature provides cost predictability. Benchmarking against industry rates for IT or specialized equipment moving services would be necessary for a more precise value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition, suggesting that multiple vendors had the opportunity to bid. The use of a BPA call implies that the underlying BPA was also competitively awarded. The specific number of bidders for this particular call is not provided, but the 'full and open' designation generally promotes competitive pricing and a wider selection of qualified contractors.
Taxpayer Impact: A full and open competition is favorable for taxpayers as it increases the likelihood of receiving competitive pricing and ensures that the government is not limited to a single provider, potentially leading to cost savings.
Public Impact
The Department of Veterans Affairs benefits from this contract by ensuring the smooth transition of essential equipment during construction projects. This service supports the VA's mission to provide healthcare and benefits to veterans by maintaining operational continuity. The geographic impact is primarily within California, where the VA facility undergoing construction is located. The contract may indirectly impact the construction workforce by facilitating project timelines.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the 'peraton equipment' could obscure the true scope and complexity of the relocation.
- The duration of the contract (one year) might necessitate follow-on actions if construction timelines extend.
- The BPA call mechanism, while efficient, relies on the initial competition of the BPA itself.
Positive Signals
- Awarded under full and open competition, indicating a robust bidding process.
- Firm fixed-price contract type offers cost certainty.
- The BPA structure suggests a pre-vetted and potentially more efficient procurement process for recurring needs.
Sector Analysis
This contract falls within the IT services sector, specifically related to custom computer programming services (NAICS 541511), although the primary function appears to be logistical support for equipment relocation during construction. The IT services market is vast, with significant government spending. Benchmarking this specific relocation service against broader IT infrastructure support contracts is difficult, but the award amount is moderate for a specialized service within a larger IT or construction project context.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (SB is false). There is no information provided regarding subcontracting plans. Therefore, the direct impact on the small business ecosystem is likely minimal unless Peraton Inc. utilizes small businesses for subcontracting, which is not specified.
Oversight & Accountability
As a BPA call, oversight is likely managed through the terms and conditions of the parent BPA and the specific call order. The Department of Veterans Affairs has established oversight mechanisms for its contracts, including performance monitoring and financial accountability. Transparency is generally maintained through contract databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- VA Construction Projects
- IT Equipment Relocation Services
- Blanket Purchase Agreements (BPAs)
- Custom Computer Programming Services
Risk Flags
- Potential for damage to sensitive equipment during relocation in a construction environment.
- Risk of project delays if relocation is not coordinated effectively with construction timelines.
- Need for clarification on the specific type and value of 'peraton equipment' for full risk assessment.
- Dependence on the quality of the original BPA competition for overall value.
Tags
it-services, equipment-relocation, department-of-veterans-affairs, va, blanket-purchase-agreement, bpa-call, firm-fixed-price, full-and-open-competition, california, custom-computer-programming-services, construction-support
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $15,783.09 to PERATON INC.. BPA FOR RELOCATION OF PERATON EQUIPMENT DURING CONSTRUCTION
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 $15,783.09.
What is the period of performance?
Start: 2026-04-09. End: 2027-04-08.
What is the specific nature of 'peraton equipment' being relocated, and what are the associated risks or complexities?
The provided data does not specify the exact nature of 'peraton equipment'. This could range from sensitive IT hardware and servers to specialized medical equipment or communication systems. Understanding the type of equipment is crucial for assessing the relocation's complexity, required handling procedures, potential for damage, and the necessary security protocols. Without this detail, it's difficult to fully evaluate the risk associated with the relocation or to benchmark the service effectively. Further inquiry with the agency would be needed to clarify the equipment type and associated logistical challenges.
How does the $15.8 million award compare to typical costs for similar equipment relocation services in the federal government or private sector?
Benchmarking this $15.8 million award requires more granular data on the scope of work. If this amount covers the relocation of a large data center or a significant number of sensitive IT assets over a year, it might be reasonable. However, if it pertains to simpler moves of standard office equipment, it could be high. Federal IT relocation contracts vary widely based on equipment sensitivity, distance, and required downtime. Private sector costs also differ significantly by region and service provider. A direct comparison would necessitate understanding the volume, weight, sensitivity, and distance of the equipment being moved, as well as the specific services included (e.g., de-installation, packing, transport, re-installation, testing).
What is Peraton Inc.'s track record with the Department of Veterans Affairs and for similar relocation or IT support services?
Peraton Inc. is a significant government contractor with a broad portfolio of services, including IT, cybersecurity, and mission support. Their track record with the Department of Veterans Affairs (VA) would need to be reviewed through contract databases (like FPDS) to assess past performance, including any awards, task orders, and reported issues. Specifically for equipment relocation or similar logistical support during construction, examining their past performance on comparable projects would be key. A review of past performance evaluations, if available, would provide insights into their reliability, quality of service, and adherence to schedule and budget on similar federal contracts.
What are the potential risks associated with relocating sensitive equipment during active construction phases?
Relocating sensitive equipment during active construction presents several risks. These include potential damage from dust, debris, vibration, or accidental impact common in construction environments. There's also a risk of security breaches if the equipment contains sensitive data and is moved through unsecured areas. Furthermore, disruptions to ongoing operations or project timelines can occur if the relocation is not meticulously planned and executed. Ensuring proper environmental controls, security measures, and coordination with construction schedules is paramount to mitigate these risks. The firm fixed-price nature of this contract places the risk of cost overruns due to unforeseen relocation challenges on the contractor.
How does the use of a BPA call streamline or potentially complicate the procurement and execution of this equipment relocation service?
Using a BPA call typically streamlines procurement by leveraging a pre-competed BPA. This means the foundational contract terms, including pricing structures and vendor qualifications, have already been established through a competitive process. For this specific BPA call, the VA likely issued a request for a specific quantity or type of service under the existing BPA, allowing Peraton Inc. to respond. This reduces the time and administrative burden compared to a standalone solicitation. However, the effectiveness relies heavily on the quality of the original BPA competition. If the BPA's scope was too broad or its pricing structure not sufficiently detailed, it could lead to less optimal outcomes for individual calls. Execution relies on clear task orders and performance management under the BPA framework.
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: $15,783
Exercised Options: $15,783
Current Obligation: $15,783
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 36C77625A0002
IDV Type: BPA
Timeline
Start Date: 2026-04-09
Current End Date: 2027-04-08
Potential End Date: 2027-04-08 00:00:00
Last Modified: 2026-04-09
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.)