GSA Awards $37.8M for IAE Beta.Sam.Gov Development & O&M to Incentive Technology Group LLC
Contract Overview
Contract Amount: $37,859,782 ($37.9M)
Contractor: Incentive Technology Group LLC
Awarding Agency: General Services Administration
Start Date: 2019-09-27
End Date: 2025-03-26
Contract Duration: 2,007 days
Daily Burn Rate: $18.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 15
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IAE BETA.SAM.GOV DEVELOPMENT AND O&M TASK ORDER
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202
State: Virginia Government Spending
Plain-Language Summary
General Services Administration obligated $37.9 million to INCENTIVE TECHNOLOGY GROUP LLC for work described as: IAE BETA.SAM.GOV DEVELOPMENT AND O&M TASK ORDER Key points: 1. The contract supports the Integrated Award Environment (IAE) Beta.Sam.Gov platform, crucial for federal procurement transparency. 2. Incentive Technology Group LLC, the sole awardee, has a significant role in this critical IT infrastructure. 3. The contract's duration and fixed-price nature suggest a defined scope, but ongoing O&M implies potential for future adjustments. 4. This IT services contract falls within the Computer Facilities Management Services NAICS code.
Value Assessment
Rating: good
The $37.8M award over approximately 5.5 years suggests a reasonable annual value for a platform of this complexity. Benchmarking against similar large-scale IT development and O&M contracts would provide further context on pricing efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a competitive bidding process. This method is generally expected to yield fair market prices and encourage innovation.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for essential government IT services.
Public Impact
Enhances the functionality and reliability of Beta.Sam.Gov, a central hub for federal contract opportunities. Supports the ongoing operations and maintenance of a critical government IT system, ensuring data integrity and accessibility. Impacts federal contractors by providing a stable and evolving platform for accessing procurement information. Contributes to government-wide efforts to modernize and streamline the acquisition process.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in O&M over the contract's life.
- Dependence on a single vendor for critical platform maintenance.
- Ensuring continued innovation and adaptation to evolving federal IT requirements.
Positive Signals
- Awarded through full and open competition.
- Supports a vital government IT platform.
- Firm fixed-price contract structure provides cost certainty.
Sector Analysis
This contract falls under the Information Technology sector, specifically focusing on IT services and platform development. Spending benchmarks for similar large-scale government IT projects often range in the tens to hundreds of millions of dollars, depending on scope and duration.
Small Business Impact
While this specific task order was awarded to Incentive Technology Group LLC, the initial solicitation under full and open competition would have provided opportunities for small businesses to participate in the bidding process or as subcontractors.
Oversight & Accountability
The General Services Administration (GSA) is responsible for overseeing this contract. Regular performance reviews and adherence to federal IT security standards are crucial for accountability.
Related Government Programs
- Computer Facilities Management Services
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Potential for vendor lock-in.
- Long-term sustainability of technology.
- Cybersecurity vulnerabilities.
- Ensuring continued innovation and adaptation.
Tags
computer-facilities-management-services, general-services-administration, va, bpa-call, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $37.9 million to INCENTIVE TECHNOLOGY GROUP LLC. IAE BETA.SAM.GOV DEVELOPMENT AND O&M TASK ORDER
Who is the contractor on this award?
The obligated recipient is INCENTIVE TECHNOLOGY GROUP LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $37.9 million.
What is the period of performance?
Start: 2019-09-27. End: 2025-03-26.
What is the projected return on investment for the IAE Beta.Sam.Gov platform given this contract's value?
The return on investment for the IAE Beta.Sam.Gov platform is primarily measured by its effectiveness in streamlining federal procurement, increasing transparency, and reducing administrative burdens for both agencies and contractors. Quantifying ROI can be challenging, but improvements in contract award times, reduced search costs for opportunities, and better data analytics contribute to its value. This $37.8M investment supports ongoing operations and development, aiming to maximize these efficiencies.
What are the primary risks associated with the long-term operation and maintenance of the Beta.Sam.Gov platform under this contract?
Key risks include technological obsolescence, cybersecurity threats, and potential vendor lock-in. Ensuring the platform remains current with evolving federal IT standards and security protocols is paramount. Dependence on a single vendor for O&M could also pose a risk if performance degrades or if the vendor's strategic direction diverges from GSA's needs. Proactive contract management and contingency planning are essential to mitigate these risks.
How effectively does this contract ensure the continuous improvement and adaptation of the Beta.Sam.Gov platform to meet future federal procurement needs?
The contract's structure, including provisions for development and O&M, aims to facilitate continuous improvement. However, effectiveness hinges on clear performance metrics, regular reviews of vendor performance, and GSA's ability to adapt requirements as federal procurement landscapes evolve. The firm fixed-price nature might limit flexibility for unforeseen changes, necessitating careful scope management and potential future modifications to ensure the platform remains relevant and effective.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Facilities Management Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: ID16190002
Offers Received: 15
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: ICF International, Inc.
Address: 2550 S CLARK ST STE 1200, ARLINGTON, VA, 22202
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $37,859,782
Exercised Options: $37,859,782
Current Obligation: $37,859,782
Actual Outlays: $27,008,049
Subaward Activity
Number of Subawards: 6
Total Subaward Amount: $-106,294
Parent Contract
Parent Award PIID: 47QDCB19A0005
IDV Type: BPA
Timeline
Start Date: 2019-09-27
Current End Date: 2025-03-26
Potential End Date: 2025-03-26 00:00:00
Last Modified: 2024-09-19
More Contracts from Incentive Technology Group LLC
- IT Legacy Maintenance Support — $77.5M (Federal Communications Commission)
- NCI Cbiit Mission Need for Digital Support Services — $60.3M (Department of Health and Human Services)
- Servicenow Platform Development and Operations and Support — $44.2M (Department of State)
- Mission and Business Systems Modernization and Operations Management Standardization With the Servicenow Platform for Hhs-Oig — $39.2M (Department of the Interior)
- Work Order #001 Under Ya1323-15-Bu-0036. Igf::ot::igf — $30.7M (Department of Commerce)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)