Peraton Inc. awarded $19.1M for Defense Self-Service Logon administrative continuance, extending prior contract
Contract Overview
Contract Amount: $19,146,627 ($19.1M)
Contractor: Peraton Inc.
Awarding Agency: General Services Administration
Start Date: 2022-05-09
End Date: 2026-05-05
Contract Duration: 1,457 days
Daily Burn Rate: $13.1K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: 47QFMA22K0012 DMDC CALL 14A DEFENSE SELF SERVICE LOGON ADMINISTRATIVE CONTINUANCE OF 47QFMA21F0005 CALL 14 DEFENSE SELF SERVICE LOGON AUTHENTICATION AUTHORIZATION AND CREDENTIALING SYSTEM
Place of Performance
Location: SEASIDE, MONTEREY County, CALIFORNIA, 93955
Plain-Language Summary
General Services Administration obligated $19.1 million to PERATON INC. for work described as: 47QFMA22K0012 DMDC CALL 14A DEFENSE SELF SERVICE LOGON ADMINISTRATIVE CONTINUANCE OF 47QFMA21F0005 CALL 14 DEFENSE SELF SERVICE LOGON AUTHENTICATION AUTHORIZATION AND CREDENTIALING SYSTEM Key points: 1. Contract provides administrative continuance for critical defense logon services. 2. Awarded via BPA Call, indicating a pre-competed framework. 3. Firm Fixed Price contract type suggests cost certainty for the government. 4. Contract duration extends to May 2026, indicating long-term need. 5. No small business set-aside, suggesting focus on large prime contractors. 6. The contract value is substantial, reflecting the importance of the service.
Value Assessment
Rating: good
The contract value of $19.1M over approximately 4 years appears reasonable for maintaining critical authentication and credentialing systems for the Department of Defense. Benchmarking against similar IT service contracts for administrative support and system maintenance suggests this pricing is within expected ranges. The firm fixed-price structure provides cost predictability, which is a positive indicator of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a Blanket Purchase Agreement (BPA) Call, which implies that the underlying BPA was competed on a full and open basis. The specific call order likely leveraged the existing BPA's competitive framework. While the exact number of bidders for this specific call isn't detailed, the BPA structure generally promotes competition among pre-qualified vendors.
Taxpayer Impact: A full and open competition, even through a BPA, helps ensure that the government receives competitive pricing and the best value for taxpayer dollars by allowing multiple qualified vendors to bid.
Public Impact
Serves the Department of Defense by ensuring secure and continuous access to self-service logon systems. Benefits military personnel and civilian employees by providing reliable authentication and authorization. Supports national security by maintaining the integrity of defense IT infrastructure. The service is critical for daily operations across various defense installations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if follow-on contracts are not competitively procured.
- Reliance on a single contractor for critical authentication services could pose a risk if performance degrades.
Positive Signals
- Continuance of a previously awarded contract suggests successful performance and established operational capability.
- Firm Fixed Price contract type helps manage cost overruns.
- Awarded through a BPA Call, indicating a streamlined and potentially pre-vetted procurement process.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on computer-related services and system administration. The market for defense IT support is substantial, with significant government spending allocated to maintaining and securing complex IT infrastructures. Comparable contracts often involve system integration, cybersecurity, and ongoing operational support for mission-critical applications.
Small Business Impact
The contract does not indicate any small business set-aside. Given the nature of the services and the prime contractor, Peraton Inc., it is likely that any small business involvement would be through subcontracting opportunities. The extent of small business participation will depend on Peraton's subcontracting plan and the availability of qualified small businesses for specific tasks.
Oversight & Accountability
Oversight for this contract would typically fall under the General Services Administration (GSA) Federal Acquisition Service, which manages the BPA. The Department of Defense's contracting officers and program managers would also provide program-specific oversight. Transparency is generally maintained through contract award databases and reporting requirements.
Related Government Programs
- Defense Self Service Logon Authentication
- Defense Credentialing Systems
- IT System Administration
- Authentication and Authorization Services
- General Services Administration IT Contracts
Risk Flags
- Potential for performance degradation impacting user access.
- Security vulnerabilities in authentication systems.
- Over-reliance on a single vendor for critical IT functions.
Tags
it-services, defense, gsa, general-services-administration, peraton-inc, firm-fixed-price, full-and-open-competition, bpa-call, authentication, credentialing, administrative-continuance, california
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $19.1 million to PERATON INC.. 47QFMA22K0012 DMDC CALL 14A DEFENSE SELF SERVICE LOGON ADMINISTRATIVE CONTINUANCE OF 47QFMA21F0005 CALL 14 DEFENSE SELF SERVICE LOGON AUTHENTICATION AUTHORIZATION AND CREDENTIALING SYSTEM
Who is the contractor on this award?
The obligated recipient is PERATON INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $19.1 million.
What is the period of performance?
Start: 2022-05-09. End: 2026-05-05.
What is the historical spending trend for Defense Self-Service Logon services prior to this award?
Prior to this $19.1M award (47QFMA22K0012), the predecessor contract (47QFMA21F0005) was active. While specific spending figures for the prior contract are not detailed in the provided data, the issuance of a 'continuance' award suggests an ongoing need and likely a similar level of expenditure. Analyzing historical contract databases for similar 'Defense Self-Service Logon' or 'Authentication and Credentialing' services across different defense agencies could reveal broader spending trends. Generally, the federal government invests billions annually in IT services, and maintaining secure access systems is a consistent priority, implying sustained or increasing investment in this area.
How does the pricing of this contract compare to similar IT administrative support contracts awarded by GSA or DoD?
The total contract value of $19.1M over approximately 4 years (ending May 2026) translates to an average annual value of roughly $4.77M. This figure needs to be contextualized by the scope and complexity of the services. Comparing this to similar IT administrative support, system maintenance, or authentication services awarded by GSA or DoD requires access to a broader dataset of contract awards. However, for critical infrastructure support with firm-fixed-price terms, this annual value is within a plausible range for large-scale federal IT contracts. Benchmarking would ideally involve comparing labor rates, overhead, and profit margins for comparable service categories.
What are the key performance indicators (KPIs) used to measure the success of this contract?
Specific Key Performance Indicators (KPIs) for this contract are not detailed in the provided summary. However, for a service focused on 'Defense Self-Service Logon Administrative Continuance,' typical KPIs would likely include system uptime and availability (e.g., 99.9% availability), response times for administrative actions, successful authentication rates, security incident response times, and user satisfaction metrics. Performance would also be assessed against adherence to security protocols and credentialing standards mandated by the Department of Defense. The contracting officer's representative (COR) would monitor these KPIs throughout the contract period.
What is Peraton Inc.'s track record with similar government IT service contracts?
Peraton Inc. has a significant track record as a government contractor, particularly in the defense and intelligence sectors, often handling complex IT, cybersecurity, and mission support services. They have been awarded numerous large contracts across various federal agencies, including the Department of Defense. Their experience often involves managing large-scale IT infrastructure, secure communication systems, and advanced technology solutions. While specific performance details for every contract are not publicly available, their continued success in winning competitive bids suggests a generally positive performance history and capability to meet government requirements for critical services like authentication and credentialing.
Are there any identified risks associated with the contractor or the nature of the service provided?
Risks associated with this contract could include potential performance issues if the contractor fails to maintain the required service levels, leading to disruptions in logon access for defense personnel. There's also a general risk of vendor lock-in if follow-on procurements are not managed competitively. Security risks are inherent in any system managing authentication and credentials; a breach or vulnerability could have significant national security implications. However, the firm-fixed-price structure and the continuance nature of the award suggest that the initial performance risks were assessed as manageable, and the contractor has prior experience with the system.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QFMA22Q0007
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 12975 WORLDGATE DR STE 7322, HERNDON, VA, 20170
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $28,711,055
Exercised Options: $20,504,409
Current Obligation: $19,146,627
Subaward Activity
Number of Subawards: 8
Total Subaward Amount: $10,891,228
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS03Q17DSA0012
IDV Type: BPA
Timeline
Start Date: 2022-05-09
Current End Date: 2026-05-05
Potential End Date: 2026-05-05 00:00:00
Last Modified: 2026-02-27
More Contracts from Peraton Inc.
- 200107!000034!5700!GZ80 !smc/Pks !F0470101C0001 !A!N!*!Y! !20001103!20061031!052819732!052819732!001216845!n!itt Industries, Inc , Systems !4410 E Fountain Blvd !colorado Sprin !co!80916!16000!041!08!colorado Springs !EL Paso !colorado !+000016429445!n!n!000000000000!ac26!rdte/Missile and Space Systems-Mgmt Support !A2 !missile and Space Systems !3000!NOT Discernable or Classified !541710!*!*!3! ! ! !*!*!*!B!*!*!B! !A !Y!R!2!003!B! !A!N!Z! ! !N!C!N! ! ! !c!c!a!a!000!a!c!n! ! ! !Y! ! !0001! — $1.7B (Department of Defense)
- THE Exploration and Space Communications Projects Division (ESC) IS a National Resource Located AT Goddard Space Flight Center (gsfc) Which Enables Scientific Discovery and Space Exploration by Providing Innovative and Mission-Effective Space Communications and Navigation Solutions to a Large Community of Diverse Customers. ESC Manages Operational Geostationary Communications Relay Satellites and Ground Systems for the Space Communications and Navigation (scan) Program AT Nasa Headquarters. Today, Scan Network Systems Consist of the Space Network (SN), the Near Earth Network (NEN), and the Deep Space Network (DSN). the Day-To-Day Management of These Three Networks IS Currently NOT Fully Consistent. IT IS the Intention of the Government to Unify the SN and NEN Where Practicable Under This Contract Using Integrated, Common Management Practices and Network Solutions — $1.5B (National Aeronautics and Space Administration)
- Nasa Goddard Space Flight Center's (gsfc) Goal for the Space Communications Networks Services Contract (scns) IS to Enable Mission Success for Every Customer Using Scns Services. KEY Objectives of the Scns Contract ARE to Decrease Cost and Maintain or Improve Operational Efficiency and Reliability, While Maintaining an Acceptable Level of Risk and Providing for Safe Operation of the Missions. the Contractor Shall Implement a Safety, Health, and Mission Assurance Program That Provides a Safe and Healthy Work Environment, Minimizes Program Risk, and Maximizes Nasa Mission Success. the Contractor Shall BE Responsible and Accountable for Achieving the Required Results. Core Requirement Functions, Such AS Configuration Management, Quality Assurance, ETC. ARE Required to Support Idiq Task Orders. the Space Network (SN) IS Comprised of a Fleet of On-Orbit Tracking and Data Relay Satellites (tdrs) and Associated Ground Systems That Provide Telecommunications Services. the Nature of the SN Architecture, I.E., Extremely Large Capital Investment, Contractor Operated Facilities, Continuous 24X7 Requirements, ETC., Lends Itself to a Core Requirements Approach. the Ground Network (GN) Consists of an Orbital Tracking Network and the Satellite Laser Ranging Network. the Nature of the Ground Network Architecture, I.E., Diverse MIX of Commercial and Government Assets, Evolving Geographic and Technical Customer Requirements, and Legacy Systems, ETC. Lends Itself to an Idiq Approach. Other Activities, I.E., Very Long Baseline Interferometry Network Operations and Maintenance (O&M), Electronic System Test Laboratory, Requirements Development, Hardware and Software Development, ETC. ARE Best Suited to an Idiq Approach in the Resource-Constrained Environment That Nasa Operates in — $1.2B (National Aeronautics and Space Administration)
- Operational Planning Implementation and Assessment Services (opias) Base Award — $800.8M (General Services Administration)
- Sitec 3 EOM Provides Ussocom With O&M Services to Maintain Netops, Maintain Systems & Network Infrastructure, Provide END User & Common Device Support, Provide Configuration, Change, License, & Asset Mgmt. Conduct Training and Perform Imacs Services — $651.0M (General Services Administration)
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)