Usmc Awards $3.47M Custom Computer Programming Contract to Sabel Systems Technology Solutions, LLC

Contract Overview

Contract Amount: $3,469,276 ($3.5M)

Contractor: Sabel Systems Technology Solutions, LLC

Awarding Agency: General Services Administration

Start Date: 2022-08-01

End Date: 2026-01-31

Contract Duration: 1,279 days

Daily Burn Rate: $2.7K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: TO 33 USMC LPM FIIRE

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20350

State: District of Columbia Government Spending

Plain-Language Summary

General Services Administration obligated $3.5 million to SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC for work described as: TO 33 USMC LPM FIIRE Key points: 1. Contract awarded for custom computer programming services. 2. SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC is the sole awardee. 3. The contract has a duration of 1279 days. 4. The contract is firm fixed price. 5. The contract was awarded by the General Services Administration.

Value Assessment

Rating: fair

The contract value is $3.47 million over approximately 3.5 years. Without specific benchmarks for custom computer programming services of this nature, a direct pricing assessment is difficult. However, the firm fixed-price structure suggests an attempt to control costs.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning there was no open competition. This limits price discovery and may not ensure the government receives the best possible price.

Taxpayer Impact: The sole-source nature of this award means taxpayers may not have benefited from competitive pricing, potentially leading to higher costs than if multiple vendors had competed.

Public Impact

The contract supports the USMC's LPM FIIRE program. Custom computer programming services are essential for modern defense operations. The duration of the contract suggests a long-term need for these services. The awardee, SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC, is a small business. The contract is being managed by the General Services Administration.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under IT services, specifically custom computer programming. The IT sector is a significant area of federal spending, with a constant need for specialized software development to support agency missions.

Small Business Impact

SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC is identified as a small business. While this award is sole-source, the agency may have specific small business goals it is trying to meet through other contracting vehicles or future opportunities.

Oversight & Accountability

The General Services Administration (GSA) is responsible for overseeing this contract. GSA's Federal Acquisition Service manages a wide range of IT contracts, aiming for efficient and effective procurement.

Related Government Programs

Risk Flags

Tags

custom-computer-programming-services, general-services-administration, dc, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $3.5 million to SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC. TO 33 USMC LPM FIIRE

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 $3.5 million.

What is the period of performance?

Start: 2022-08-01. End: 2026-01-31.

What specific custom computer programming services are being procured, and how do they align with the USMC's mission needs?

The data indicates the contract is for 'Custom Computer Programming Services' under NAICS code 541511, supporting the USMC LPM FIIRE program. While the exact nature of the programming is not detailed, it likely involves developing, modifying, or adapting software to meet specific operational requirements for the US Marine Corps' Logistics, Planning, and Fleet Information, Integration, and Enterprise Resource systems. This ensures the systems are tailored to unique military needs.

What is the justification for the sole-source award, and what steps were taken to ensure fair and reasonable pricing?

The justification for the sole-source award is not provided in the data. Typically, sole-source awards require a justification and approval (J&A) document outlining why competition is not feasible or advantageous. Agencies are still required to ensure fair and reasonable pricing through market research or other price analysis techniques, even without competition.

How will the effectiveness of the custom programming services be measured and ensured throughout the contract period?

Effectiveness is typically measured through performance metrics, milestones, and acceptance criteria outlined in the contract's statement of work (SOW). The firm fixed-price nature incentivizes the contractor to deliver within scope and budget. The USMC will likely conduct regular reviews and testing to ensure the delivered software meets requirements and functions as intended.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesCustom Computer Programming Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 47QFLA22Q0177

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: $5,780,915

Exercised Options: $4,513,520

Current Obligation: $3,469,276

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: 2022-08-01

Current End Date: 2026-01-31

Potential End Date: 2027-01-31 00:00:00

Last Modified: 2026-01-29

More Contracts from Sabel Systems Technology Solutions, LLC

View all Sabel Systems Technology Solutions, LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending