GSA awards $3.58M for custom computer programming, with limited competition
Contract Overview
Contract Amount: $3,578,573 ($3.6M)
Contractor: Sabel Systems Technology Solutions, LLC
Awarding Agency: General Services Administration
Start Date: 2020-05-20
End Date: 2025-09-19
Contract Duration: 1,948 days
Daily Burn Rate: $1.8K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: DIGITAL ENGINEERING TO 11
Place of Performance
Location: DAYTON, GREENE County, OHIO, 45433
State: Ohio Government Spending
Plain-Language Summary
General Services Administration obligated $3.6 million to SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC for work described as: DIGITAL ENGINEERING TO 11 Key points: 1. Contract value of $3.58 million over its period of performance. 2. Services are custom computer programming, falling under NAICS code 541511. 3. The contract was awarded on a 'not available for competition' basis. 4. Performance is located in Ohio. 5. The contract type is Firm Fixed Price. 6. The period of performance spans from May 20, 2020, to September 19, 2025.
Value Assessment
Rating: questionable
Benchmarking the value for this contract is challenging without more detailed service descriptions and comparison points. The firm fixed price structure suggests a defined scope, but the 'not available for competition' award basis raises questions about whether the government secured the best possible price. Without data on similar contracts or market rates for custom programming services of this nature, a definitive value assessment is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded under a 'not available for competition' justification, indicating that a full and open competition was not pursued. This typically occurs when specific circumstances, such as the need for a unique capability or the continuation of an existing effort with a specific contractor, are cited. The limited competition means that potential alternative providers were not solicited, which can impact price discovery.
Taxpayer Impact: The lack of broad competition means taxpayers may not have benefited from the potentially lower prices that could have resulted from a more competitive bidding process.
Public Impact
The primary beneficiary is likely the agency utilizing the custom computer programming services, which could enhance operational efficiency or provide new digital capabilities. The services delivered are custom software development and programming. The geographic impact is focused on Ohio, where the contractor is located. Workforce implications may include employment opportunities for programmers and IT specialists at the contractor's firm.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may lead to higher costs for taxpayers.
- Lack of transparency in the award process due to sole-source justification.
- Difficulty in benchmarking value without comparable contract data.
Positive Signals
- Firm Fixed Price contract type provides cost certainty for the government.
- Longer performance period allows for sustained service delivery.
Sector Analysis
This contract falls within the Information Technology sector, specifically custom computer programming services. The IT services market is vast and highly competitive, with numerous firms offering custom development. However, specific niches or proprietary solutions can sometimes lead to sole-source awards. Benchmarking this contract's value against broader IT spending requires detailed service comparisons, but the $3.58 million over nearly five years is a moderate investment for custom software development.
Small Business Impact
This contract does not appear to have a small business set-aside, as indicated by 'ss': false and 'sb': false. There is no explicit information regarding subcontracting plans for small businesses. The award to SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC, without a set-aside, suggests it is not a small business or that the specific requirements did not lend themselves to a small business set-aside under the justification used for the sole-source award.
Oversight & Accountability
Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Federal Acquisition Service. The firm fixed price contract type provides some level of financial oversight by defining the total cost. Transparency is limited due to the sole-source award. Accountability measures would be tied to the performance clauses within the contract, with potential for review by GSA contracting officers and possibly an Inspector General if performance issues arise.
Related Government Programs
- Custom Computer Programming Services
- IT Professional Services
- Federal IT Contracts
- GSA Schedules
Risk Flags
- Limited competition raises cost concerns.
- Lack of detailed service description hinders value assessment.
- Sole-source justification requires scrutiny.
Tags
it, gsa, ohio, custom-computer-programming-services, firm-fixed-price, sole-source, delivery-order, naics-541511, sabel-systems-technology-solutions-llc
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3.6 million to SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC. DIGITAL ENGINEERING TO 11
Who is the contractor on this award?
The obligated recipient is SABEL SYSTEMS TECHNOLOGY 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 $3.6 million.
What is the period of performance?
Start: 2020-05-20. End: 2025-09-19.
What specific custom computer programming services are being provided under this contract?
The provided data indicates the contract is for 'Custom Computer Programming Services' under NAICS code 541511. However, the specific nature of these services is not detailed. This could range from developing new software applications, modifying existing software, database programming, or providing specialized IT consulting related to software development. Without a more detailed statement of work or service description, it's impossible to ascertain the exact technical deliverables or the complexity of the programming tasks.
What was the justification for awarding this contract on a 'not available for competition' basis?
The data states the contract was awarded under 'NOT AVAILABLE FOR COMPETITION'. This classification typically implies that a full and open competition was not feasible or appropriate. Common justifications include the need for a unique capability, the continuation of an existing effort where only one contractor can provide the service, or urgent and compelling circumstances. The specific rationale would be documented in a Justification for Other Than Full and Open Competition (JOFOC) filed by the agency, which is not provided here. This lack of competition limits the government's ability to explore alternative solutions and potentially secure better pricing.
How does the contract value of $3.58 million compare to similar custom programming contracts?
Comparing the $3.58 million contract value requires context regarding the scope, duration, and complexity of the services. This contract spans approximately 5 years (May 2020 - Sept 2025), equating to roughly $715,000 per year. This figure is moderate for custom IT development, especially for government contracts which can sometimes be more expensive due to compliance and security requirements. However, without knowing the specific technical requirements, number of developers, or the criticality of the software being developed, a direct comparison to other contracts is speculative. A detailed market research report or analysis of similar GSA Schedule 70 (now IT Schedule 70) contracts would be needed for a robust benchmark.
What are the potential risks associated with a sole-source award for custom programming services?
The primary risk of a sole-source award for custom programming services is the potential for inflated costs due to the absence of competitive pressure. The government may end up paying more than it would in a competitive environment. Additionally, there's a risk of vendor lock-in, where the government becomes dependent on a single provider, potentially limiting future flexibility or innovation. Without competition, there's also less incentive for the contractor to proactively seek efficiencies or offer innovative solutions beyond the contract's minimum requirements. Ensuring adequate oversight and performance management becomes even more critical in sole-source situations.
What is the track record of SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC in performing federal contracts?
Information regarding the specific track record of SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC in performing federal contracts is not detailed in the provided data. While the contract award itself indicates they were selected for this specific task, it doesn't offer insight into their past performance quality, timeliness, or adherence to budget on previous government engagements. A comprehensive assessment would require reviewing contract performance reports (CPARS), past performance questionnaires, and potentially other contract databases to evaluate their history with the GSA or other federal agencies.
How does the $3.58 million spending align with broader GSA IT procurement trends?
The $3.58 million awarded to SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC represents a small fraction of the GSA's overall IT procurement spending. GSA manages billions of dollars in IT contracts annually through various vehicles, including its IT Schedule 70 (now IT Professional Services Schedule). This specific contract, awarded via a delivery order, likely supports a particular agency's need for custom software. While not a large sum in the context of total federal IT spending, it reflects the ongoing demand for specialized programming services. The trend in federal IT procurement is towards cloud solutions, cybersecurity, and data analytics, but custom development remains essential for unique agency requirements.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: RESEARCH AND DEVELOPMENT › General Science and Technology R&D Services
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 47QFLA20Q0098
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 14300 GRACKLE CT, GAINESVILLE, VA, 20155
Business Categories: 8(a) Program Participant, Asian Pacific American Owned Business, Category Business, Economically Disadvantaged Women Owned Small Business, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $3,793,634
Exercised Options: $3,793,634
Current Obligation: $3,578,573
Actual Outlays: $184,520
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QFLA19D0007
IDV Type: IDC
Timeline
Start Date: 2020-05-20
Current End Date: 2025-09-19
Potential End Date: 2025-09-19 00:00:00
Last Modified: 2026-02-24
More Contracts from Sabel Systems Technology Solutions, LLC
- SMC ZA Digital Engineering Environment DEE — $80.3M (General Services Administration)
- Sbir Phase III Army DAE Task Order 01 — $72.1M (General Services Administration)
- TO 40 Afplm — $58.9M (General Services Administration)
- Sbir Phase III Task Order 16 — $40.9M (General Services Administration)
- TO 34 417th416th Scms OLD TO29 — $31.3M (General Services Administration)
View all Sabel Systems Technology 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)