GSA awards $17M task order for DECA EPMO support to Konag Management Solutions LLC
Contract Overview
Contract Amount: $16,984,020 ($17.0M)
Contractor: Koniag Management Solutions LLC
Awarding Agency: General Services Administration
Start Date: 2021-10-01
End Date: 2026-09-30
Contract Duration: 1,825 days
Daily Burn Rate: $9.3K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: DECA EPMO SUPPORT TASK ORDER 2
Place of Performance
Location: FORT LEE, PRINCE GEORGE County, VIRGINIA, 23801
State: Virginia Government Spending
Plain-Language Summary
General Services Administration obligated $17.0 million to KONIAG MANAGEMENT SOLUTIONS LLC for work described as: DECA EPMO SUPPORT TASK ORDER 2 Key points: 1. The contract is a firm-fixed-price delivery order, indicating a defined scope and cost. 2. Awarded under GSA's Federal Acquisition Service, suggesting a standardized procurement process. 3. The North American Industry Classification System (NAICS) code 518210 points to services related to computing infrastructure and data processing. 4. The contract duration of 1825 days (5 years) suggests a long-term need for these services. 5. The award was not competed, raising questions about potential cost efficiencies and market responsiveness. 6. The task order is a significant portion of the overall contract value, indicating a focused scope of work.
Value Assessment
Rating: fair
The total award amount of $16,984,019.69 for 5 years of EPMO support is difficult to benchmark without more specific service details. Given the lack of competition, it's challenging to assess if this represents optimal value for money. However, firm-fixed-price contracts generally offer cost certainty to the government. Further analysis would require understanding the specific deliverables and comparing them to industry standards for similar program management support.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a delivery order under an existing contract that was not competed. The specific justification for a sole-source award is not provided in the data. A lack of competition can limit price discovery and potentially lead to higher costs for the government compared to a fully competed scenario. It also means that other capable vendors did not have an opportunity to bid on this work.
Taxpayer Impact: Taxpayers may not be receiving the most competitive pricing due to the absence of a bidding process. This could result in a higher overall expenditure for the services provided.
Public Impact
The primary beneficiaries are likely the Defense Contract Audit Agency (DECA) EPMO, which will receive program management support. The services delivered are expected to enhance the efficiency and effectiveness of DECA's programs. The geographic impact is primarily within the United States, supporting federal agency operations. Workforce implications may include the direct employment of personnel by Konag Management Solutions LLC to fulfill the contract requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition limits price discovery and potentially increases costs for taxpayers.
- Sole-source awards can reduce opportunities for small businesses to compete for government contracts.
- The specific nature of EPMO support is not detailed, making it hard to assess the true value and necessity of the award.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Awarded to a single vendor, potentially indicating specialized expertise or a pre-existing relationship.
- Long contract duration suggests a stable and ongoing need for these services.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on computing infrastructure, data processing, and related services, as indicated by the NAICS code. The market for EPMO support services is broad, encompassing various consulting and professional services firms. Benchmarking this specific award is challenging without more granular data on the scope of EPMO functions supported, but it represents a significant investment in program management capabilities within the federal IT services landscape.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false) and there is no indication of subcontracting requirements (sb: false). Therefore, this award does not directly benefit the small business ecosystem through set-asides. The sole-source nature of the award further limits opportunities for small businesses to participate in this specific contract.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer at the General Services Administration (GSA) and the program managers within DECA. As a delivery order under an existing contract, the original contract's oversight mechanisms would apply. Transparency is limited due to the sole-source nature and lack of detailed public information on performance metrics. Inspector General jurisdiction would depend on the specific findings of any audits or investigations.
Related Government Programs
- DECA EPMO Support
- General Services Administration IT Services
- Federal Program Management Support
- Computing Infrastructure Providers
Risk Flags
- Sole-source award limits competition.
- Lack of detailed service scope hinders value assessment.
- No small business set-aside or subcontracting noted.
Tags
it-services, program-management, general-services-administration, defense-contract-audit-agency, firm-fixed-price, delivery-order, sole-source, large-contract, computing-infrastructure, data-processing, virginia, federal-acquisition-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $17.0 million to KONIAG MANAGEMENT SOLUTIONS LLC. DECA EPMO SUPPORT TASK ORDER 2
Who is the contractor on this award?
The obligated recipient is KONIAG MANAGEMENT SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $17.0 million.
What is the period of performance?
Start: 2021-10-01. End: 2026-09-30.
What specific EPMO functions are being supported by this task order, and how do they align with DECA's mission?
The provided data does not specify the exact EPMO functions supported by this task order. EPMO typically stands for Enterprise Program Management Office, which is responsible for overseeing and managing an organization's programs and projects to ensure strategic alignment, efficient resource allocation, and successful execution. For DECA (Defense Contract Audit Agency), these functions could include portfolio management, project planning and execution, risk management, performance monitoring, and ensuring compliance with federal regulations and agency policies. Understanding the specific deliverables would allow for a more precise assessment of the contract's value and necessity in supporting DECA's operational and strategic objectives.
What was the justification for awarding this task order on a sole-source basis?
The data explicitly states the contract type as 'NOT AVAILABLE FOR COMPETITION,' which is synonymous with a sole-source award. However, the specific justification for this sole-source determination is not provided. Typically, sole-source awards are justified under specific circumstances outlined in the Federal Acquisition Regulation (FAR), such as when only one responsible source can provide the required supplies or services, or in cases of urgent and compelling need. Without this justification, it is impossible to evaluate whether the government appropriately utilized this procurement method and if taxpayers received fair value.
How does the $17 million award compare to historical spending on similar EPMO support contracts within GSA or DECA?
Comparing this $17 million award to historical spending on similar EPMO support contracts requires access to historical contract databases and specific details about the scope of services. The provided data is limited to this single task order. To conduct a meaningful comparison, one would need to identify other contracts for EPMO support services, ideally within DECA or GSA, with similar durations and service requirements. Analyzing the average annual cost, the number of bidders on comparable contracts, and the pricing structures (e.g., firm-fixed-price vs. cost-plus) would provide context for whether this award represents a reasonable expenditure.
What is Konag Management Solutions LLC's track record with federal EPMO support contracts, particularly with GSA or DECA?
The provided data identifies Konag Management Solutions LLC as the contractor but does not offer details on their past performance or track record with EPMO support contracts, especially concerning GSA or DECA. A comprehensive assessment would involve reviewing past performance evaluations, other federal contracts awarded to Konag Management Solutions LLC for similar services, and their history of meeting contract requirements and deadlines. This information is crucial for understanding the contractor's capability and reliability in delivering the required EPMO support.
What are the key performance indicators (KPIs) or metrics used to measure the success of this task order?
The provided data does not include information on the key performance indicators (KPIs) or metrics established to measure the success of this task order. Effective government contracting relies on clearly defined performance standards and metrics to ensure the contractor is delivering the expected value and meeting the agency's needs. Without these KPIs, it is difficult to objectively assess the performance of Konag Management Solutions LLC and the overall effectiveness of the EPMO support being provided under this contract.
Industry Classification
NAICS: Information › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 47QFDA21R0022
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3800 CENTERPOINT DR STE 502, ANCHORAGE, AK, 99503
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $23,665,879
Exercised Options: $21,333,723
Current Obligation: $16,984,020
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QFDA21D0002
IDV Type: IDC
Timeline
Start Date: 2021-10-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-03-31
More Contracts from Koniag Management Solutions LLC
- Cloud Program Management Office Staffing and Support — $104.8M (Department of State)
- Department of Defense Chief Information Officer (DOD CIO) Development and Concept Demonstration of Enduring Data Analytics — $46.2M (Department of the Interior)
- Award MSP 2.0 Requirement VIA UCA for Base Period Performance — $42.9M (Department of Defense)
- THE Contractor Will Support the Management, Integration, and Stabilization of the Electronic Health Record Core Areas and ALL Clinical Information Systems in the DHA Portfolio — $23.3M (Department of Defense)
- Task Order1 Under Idiq W91crb-23-D-0004 — $21.6M (Department of Defense)
View all Koniag Management Solutions LLC federal contracts →
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)