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
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
- Sole-source award limits competition and price discovery.
- Lack of detailed cost breakdown makes value assessment difficult.
Positive Signals
- Firm fixed-price contract provides cost certainty.
- Awardee is a small business, potentially supporting small business goals.
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
- Custom Computer Programming Services
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Lack of competition may lead to higher costs.
- Sole-source justification is not provided.
- Limited transparency into specific service deliverables.
- Potential for vendor lock-in due to specialized services.
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 Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT 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
- 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)