Navy contract for custom computer programming services awarded to SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC for over $1.35M
Contract Overview
Contract Amount: $1,351,724 ($1.4M)
Contractor: Sabel Systems Technology Solutions, LLC
Awarding Agency: General Services Administration
Start Date: 2023-09-15
End Date: 2026-09-14
Contract Duration: 1,095 days
Daily Burn Rate: $1.2K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TO 39 NAVY LAKEHURST
Place of Performance
Location: LAKEHURST, OCEAN County, NEW JERSEY, 08733
Plain-Language Summary
General Services Administration obligated $1.4 million to SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC for work described as: TO 39 NAVY LAKEHURST Key points: 1. The contract's fixed-price nature suggests a clear scope, potentially mitigating cost overrun risks. 2. Limited competition raises concerns about optimal pricing and potential for inflated costs. 3. The contract duration of three years indicates a medium-term need for these services. 4. The award is a delivery order against an existing contract, suggesting a pre-vetted vendor. 5. The specific NAICS code (541511) points to a focus on specialized software development. 6. The vendor, SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC, is the sole awardee, highlighting a lack of broader market engagement for this specific task.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without more data on the specific services rendered. However, the award is a delivery order against an existing contract, which may imply pre-negotiated rates. The firm fixed-price structure is generally favorable for cost control. Without comparable contract data for similar custom programming services, a definitive value assessment is difficult, but the lack of competition could suggest a less competitive price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not openly competed. This approach is typically used when only one vendor possesses the necessary qualifications, technology, or is the only source for a required item or service. The limited competition means the government did not leverage the full potential of the market to drive down prices or foster innovation through a competitive bidding process.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as the benefits of competitive bidding, such as price reductions and improved service offerings, are not realized.
Public Impact
The primary beneficiary is the U.S. Navy, which will receive custom computer programming services. These services are likely critical for supporting naval operations, data management, or specific technological requirements. The contract's impact is geographically concentrated in New Jersey, where the vendor is located. The contract supports specialized IT jobs within the vendor's organization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure, potentially impacting cost-effectiveness.
- Lack of transparency in the sole-source justification process.
- Dependence on a single vendor for critical programming services could pose a risk if performance issues arise.
Positive Signals
- Firm fixed-price contract provides cost certainty for the government.
- Award is a delivery order against an existing contract, suggesting vendor vetting.
- Contract duration allows for sustained support and development.
Sector Analysis
This contract falls within the Information Technology sector, specifically custom computer programming services. The market for such services is vast and highly competitive, with numerous firms offering specialized development. However, specific government contracts, especially those requiring unique expertise or integration with existing systems, can sometimes lead to limited competition. Benchmarks for custom programming can vary widely based on complexity, required skill sets, and project duration.
Small Business Impact
Information regarding small business set-asides or subcontracting plans was not provided for this contract. As the award was not competed, it is less likely to have been specifically set aside for small businesses. Further analysis would be needed to determine if SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC is a small business and if any subcontracting opportunities exist for other small businesses.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the U.S. Navy's contracting and program management offices. The General Services Administration (GSA) acts as the contracting agency, potentially providing an additional layer of oversight through its Federal Acquisition Service. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Navy IT Modernization Programs
- Custom Software Development Contracts
- General Services Administration (GSA) Schedules
Risk Flags
- Sole-source award
- Lack of competition
- Limited public data on specific services
Tags
it, navy, general-services-administration, custom-computer-programming-services, sole-source, delivery-order, firm-fixed-price, new-jersey, sabel-systems-technology-solutions-llc, information-technology
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $1.4 million to SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC. TO 39 NAVY LAKEHURST
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 $1.4 million.
What is the period of performance?
Start: 2023-09-15. End: 2026-09-14.
What is the specific nature of the custom computer programming services being procured?
The provided data indicates the contract is for 'Custom Computer Programming Services' under NAICS code 541511. This generally encompasses designing, developing, and testing custom software. Without further details, the exact services could range from developing new applications, modifying existing software, creating databases, or providing specialized programming for unique naval systems. The specific requirements would be detailed in the contract's statement of work, which is not publicly available in this data snippet. Understanding the precise deliverables is crucial for assessing the contract's value and necessity.
What is the track record of SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC with the federal government?
SABEL SYSTEMS TECHNOLOGY SOLUTIONS, LLC has been awarded federal contracts, as evidenced by this delivery order. To assess their track record, one would need to examine their past performance on similar contracts, including on-time delivery, quality of work, and adherence to budget. A review of contract databases like FPDS or SAM.gov would reveal the extent of their federal contracting history, including any awards, modifications, and potentially past performance evaluations. A history of successful, on-time, and within-budget performance would indicate a reliable contractor, while a pattern of issues could raise concerns.
How does the $1.35M contract value compare to similar custom programming services procured by the Navy or other agencies?
Comparing the $1.35M contract value requires context regarding the scope, duration, and complexity of the services. Custom programming can vary significantly in price. If this contract is for a three-year period (1095 days) for a complex system, the annual cost of approximately $450,000 might be reasonable. However, if it's for a shorter duration or a less complex task, it could be high. Benchmarking would involve identifying similar sole-source or competed contracts for custom software development with the Navy or other Department of Defense agencies, considering factors like the number of labor hours, skill levels required, and specific deliverables. Without such comparable data, a definitive value assessment is difficult.
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 lack of competitive pressure, which can lead to suboptimal pricing and reduced innovation. The government may end up paying more than necessary because there was no opportunity for other qualified vendors to bid and offer potentially lower prices or more efficient solutions. Additionally, sole-source awards can create vendor lock-in, making it difficult and costly to switch providers in the future. There's also a risk that the government might not be aware of all available solutions or vendors that could meet its needs if a full and open competition is not conducted.
What is the historical spending pattern for custom computer programming services by the Navy or GSA?
Historical spending on custom computer programming services by the Navy and GSA is substantial, reflecting the increasing reliance on technology for defense and government operations. Both agencies frequently procure these services through various contract vehicles, including GSA Schedules, other agency contracts, and direct solicitations. Spending patterns often show an upward trend, driven by modernization efforts, cybersecurity needs, and the development of new digital capabilities. Analyzing historical data would reveal the typical contract values, durations, and the prevalence of sole-source versus competitive awards within this service category, providing context for the current contract's scale and procurement method.
Are there any specific performance metrics or deliverables outlined in the contract that can be used to assess effectiveness?
The provided data does not include specific performance metrics or deliverables for this contract. Typically, such details are found within the contract's Statement of Work (SOW) or Performance Work Statement (PWS). These documents outline the exact tasks, expected outcomes, quality standards, and how the contractor's performance will be measured and evaluated. Without access to the SOW/PWS, it is impossible to assess the effectiveness of the services being procured or to determine if the contractor is meeting the Navy's requirements. Future analysis should seek these documents to evaluate program effectiveness.
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: 47QFLA23Q0193
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: $2,710,694
Exercised Options: $2,005,739
Current Obligation: $1,351,724
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: 2023-09-15
Current End Date: 2026-09-14
Potential End Date: 2026-09-14 00:00:00
Last Modified: 2026-04-02
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)