GSA awards $65.2M engineering services task order to Linquest Corporation for enterprise implementation
Contract Overview
Contract Amount: $65,190,997 ($65.2M)
Contractor: Linquest Corporation
Awarding Agency: General Services Administration
Start Date: 2023-09-07
End Date: 2026-09-06
Contract Duration: 1,095 days
Daily Burn Rate: $59.5K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: IDEAAS TASK ORDER 02 ENTERPRISE IMPLEMENTATION
Place of Performance
Location: BEAVERCREEK, GREENE County, OHIO, 45431
State: Ohio Government Spending
Plain-Language Summary
General Services Administration obligated $65.2 million to LINQUEST CORPORATION for work described as: IDEAAS TASK ORDER 02 ENTERPRISE IMPLEMENTATION Key points: 1. Contract awarded on a sole-source basis, raising questions about potential price overruns and limited market engagement. 2. The contract's duration of 1095 days suggests a significant, long-term need for these engineering services. 3. Performance is located in Ohio, indicating a specific geographic focus for this federal spending. 4. The use of Time and Materials pricing could lead to cost escalation if not closely monitored. 5. This award falls under the Engineering Services NAICS code (541330), a common category for federal IT and defense support. 6. The absence of small business set-aside flags suggests this contract was not specifically targeted to boost small business participation.
Value Assessment
Rating: questionable
Benchmarking the value of this $65.2 million task order is challenging without more detailed service descriptions and comparable contract data. However, the sole-source nature and Time and Materials pricing structure present inherent risks to achieving optimal value for money. Without competitive pressure, there's a reduced incentive for the contractor to offer the most cost-effective solutions. The General Services Administration (GSA) will need robust oversight to ensure costs remain reasonable and aligned with the actual effort expended.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when a specific contractor possesses unique capabilities or when circumstances necessitate an immediate award without a full solicitation process. The lack of competition means that potential savings that could arise from a bidding process are unlikely to be realized, and it limits the government's ability to explore a wider range of solutions and pricing structures.
Taxpayer Impact: Taxpayers may face higher costs due to the absence of competitive bidding. Without multiple offers, the government cannot leverage market forces to secure the best possible price for these engineering services.
Public Impact
The primary beneficiary is the General Services Administration (GSA), which will receive enterprise implementation services. The services delivered are critical for the modernization and efficiency of GSA's internal operations. The geographic impact is concentrated in Ohio, where the performance is scheduled to take place. While not directly impacting the public workforce, the contract supports federal IT infrastructure, indirectly benefiting federal employees and agency operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially increases costs for taxpayers.
- Time and Materials (T&M) contract type can lead to cost overruns if not managed diligently.
- Lack of transparency in the justification for sole-source award.
- Potential for scope creep given the T&M structure.
- Limited visibility into contractor's specific expertise justifying the sole-source decision.
Positive Signals
- Award to an established contractor (Linquest Corporation) may indicate a known quantity with relevant experience.
- Task order awarded under an existing contract vehicle, potentially streamlining the acquisition process.
- Long-term duration suggests a strategic investment in enterprise implementation.
- Performance located in Ohio could support regional economic activity.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), which encompasses firms that provide engineering consulting and services. This sector is crucial for government operations, particularly in areas like IT infrastructure, defense systems, and facility management. The total federal spending in this sector is substantial, with many contracts awarded through competitive processes. This specific award to Linquest Corporation for enterprise implementation represents a significant investment within this domain, likely supporting GSA's internal technology modernization efforts.
Small Business Impact
This contract does not appear to have a small business set-aside (ss: false, sb: false). Consequently, there are no direct subcontracting implications mandated for small businesses through this specific award. The absence of set-aside provisions means that opportunities for small businesses to participate in this particular contract are limited unless they are prime contractors themselves or are subcontracted by the prime, Linquest Corporation, on a voluntary basis. This could represent a missed opportunity to foster small business growth within the federal contracting ecosystem for this specific project.
Oversight & Accountability
Oversight for this task order will primarily fall under the purview of the General Services Administration (GSA), the awarding agency. As a delivery order under a larger contract, the existing contract's oversight mechanisms will likely apply. The Time and Materials pricing structure necessitates rigorous monitoring of labor hours and material costs to prevent overspending. Transparency regarding the justification for the sole-source award and ongoing performance reporting will be key accountability measures. Specific Inspector General jurisdiction would depend on the parent contract and GSA's internal audit protocols.
Related Government Programs
- GSA IT Modernization Initiatives
- Federal Enterprise Architecture
- Government IT Infrastructure Support Services
- Engineering and Technical Services Contracts
- Sole-Source IT Acquisitions
Risk Flags
- Sole-source award
- Time and Materials pricing
- Potential for cost overruns
- Lack of competitive benchmarking
Tags
engineering-services, general-services-administration, gsa, linquest-corporation, enterprise-implementation, time-and-materials, sole-source, ohio, federal-acquisition-service, naics-541330, delivery-order, it-services
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $65.2 million to LINQUEST CORPORATION. IDEAAS TASK ORDER 02 ENTERPRISE IMPLEMENTATION
Who is the contractor on this award?
The obligated recipient is LINQUEST CORPORATION.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $65.2 million.
What is the period of performance?
Start: 2023-09-07. End: 2026-09-06.
What is Linquest Corporation's track record with the federal government, particularly on similar enterprise implementation projects?
Linquest Corporation has a history of federal contracting, often supporting defense and intelligence agencies with IT, engineering, and cybersecurity services. Their experience typically involves complex system integration, network modernization, and software development. While specific details on past enterprise implementation projects of this scale awarded solely to Linquest are not immediately available from the provided data, their general profile suggests they possess the technical capabilities required for such a task. A deeper dive into their contract history, past performance evaluations, and any prior GSA engagements would provide a more comprehensive understanding of their suitability and reliability for this specific $65.2 million task order.
How does the $65.2 million value of this task order compare to similar enterprise implementation contracts awarded by GSA or other agencies?
The $65.2 million value for a three-year enterprise implementation task order is substantial but not uncommon within the federal IT landscape. Large-scale IT modernization and implementation projects frequently reach tens or even hundreds of millions of dollars, especially when they involve complex system integrations, cloud migrations, or significant infrastructure overhauls. Without specific comparable contracts for GSA's enterprise implementation needs, it's difficult to provide a precise benchmark. However, considering the duration and scope implied by 'enterprise implementation,' this figure appears to be within a reasonable range for a significant federal IT undertaking. The key concern remains the lack of competition, which prevents a direct value-for-money comparison against potential alternative bids.
What are the primary risks associated with a sole-source Time and Materials (T&M) contract for enterprise implementation?
The primary risks associated with a sole-source Time and Materials (T&M) contract for enterprise implementation are multifaceted. Firstly, the sole-source nature eliminates competitive pressure, potentially leading to inflated pricing and reduced incentive for efficiency. The government cannot be assured it is receiving the best possible value. Secondly, the T&M structure, while offering flexibility, carries a significant risk of cost escalation. Without fixed price ceilings or detailed work breakdown structures tied to specific deliverables, the contractor may have less incentive to control costs or complete the work efficiently, as their profit is directly tied to the hours and materials expended. This necessitates extremely diligent oversight from the contracting agency to monitor hours, rates, and material costs, and to ensure the scope remains tightly controlled to prevent scope creep.
How effective is GSA's oversight likely to be on this sole-source T&M contract, given the potential for cost overruns?
The effectiveness of GSA's oversight on this sole-source T&M contract hinges on several factors. GSA, as a major contracting agency, possesses established oversight frameworks and experienced contracting officers. However, the inherent risks of sole-source T&M contracts require heightened vigilance. Effective oversight will depend on robust monitoring of contractor labor hours, validation of material costs, strict adherence to the Statement of Work (SOW), and proactive management of any potential scope changes. Without strong internal controls, clear performance metrics, and regular audits, there is a considerable risk of cost overruns and potential inefficiencies. The agency's commitment to rigorous contract administration and its ability to push back on unverified costs will be critical determinants of success.
What are historical spending patterns for engineering services (NAICS 541330) by the General Services Administration?
Historical spending patterns for engineering services (NAICS 541330) by the General Services Administration (GSA) indicate a consistent and significant investment in this category. GSA utilizes engineering services for a wide range of functions, including facilities management, infrastructure design, IT system engineering, and acquisition support. While the exact total annual spend fluctuates based on agency priorities and project pipelines, GSA is a major procurer of these services. Their spending often involves both competitive solicitations and, in specific circumstances, sole-source awards for specialized needs. Analyzing GSA's historical data for NAICS 541330 would reveal trends in contract types, average award values, and the distribution between competitive and non-competitive awards, providing context for the current $65.2 million task order.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - NETWORK
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 47QFLA23Q0198
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 2551 DULLES VIEW DR STE 200, HERNDON, VA, 20171
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $150,555,427
Exercised Options: $99,861,324
Current Obligation: $65,190,997
Subaward Activity
Number of Subawards: 15
Total Subaward Amount: $5,407,141
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 47QFLA23D0007
IDV Type: IDC
Timeline
Start Date: 2023-09-07
Current End Date: 2026-09-06
Potential End Date: 2028-09-06 00:00:00
Last Modified: 2026-03-26
More Contracts from Linquest Corporation
- Procuring Systems Engineering, Integration,and Test Support for Military Satellite Communication — $642.2M (Department of Defense)
- Systems Engineering&intergration Support Services (SE&I) for the Milsatcom Systems Directorate — $318.1M (Department of Defense)
- 200608!000043!5700!fa8808!smc/Mlk !FA880806C0002 !A!N! !Y! !p00005!20060112!20110930!140389763!140389763!140389763!n!linquest Corporation !6701 Center Drive West, Su!los Angeles !ca!90045!44000!037!06!los Angeles !LOS Angeles !california!+000000583000!n!n!000000000000!r414!systems Engineering Services !S1 !services !000 !NOT Discernable !541710!E! !3! ! !C! ! !99990909!b!f!n!a! !d!n!r!1!001!n!1g!z!y!z! ! !n!b!n!n! ! !Z! !a!a!000!a!b!n! ! ! ! ! ! !0001! ! — $134.8M (Department of Defense)
- Provide Technical Support Services for the Remote Sensing System Directorate — $97.1M (Department of Defense)
- Metis — $84.7M (Department of Defense)
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)