Air Force SOF C2 Mission Systems II contract awarded to Planned Systems International for $54.9M
Contract Overview
Contract Amount: $54,900,837 ($54.9M)
Contractor: Planned Systems International Inc
Awarding Agency: General Services Administration
Start Date: 2019-11-01
End Date: 2022-07-31
Contract Duration: 1,003 days
Daily Burn Rate: $54.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: AIR FORCE SPECIAL OPERATIONS FORCES COMMAND AND CONTROL MISSION SYSTEMS II
Place of Performance
Location: HURLBURT FIELD, OKALOOSA County, FLORIDA, 32544
State: Florida Government Spending
Plain-Language Summary
General Services Administration obligated $54.9 million to PLANNED SYSTEMS INTERNATIONAL INC for work described as: AIR FORCE SPECIAL OPERATIONS FORCES COMMAND AND CONTROL MISSION SYSTEMS II Key points: 1. Contract value of $54.9M for C2 Mission Systems II. 2. Planned Systems International Inc. is the awardee. 3. Competition method was Full and Open. 4. Sector is IT services, specifically Computer Systems Design.
Value Assessment
Rating: good
The contract value of $54.9M appears reasonable for a multi-year IT services contract of this nature. Benchmarking against similar complex C2 systems contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition, which generally promotes competitive pricing and allows for a wide range of potential contractors to bid. This method is expected to yield fair market prices.
Taxpayer Impact: Full and open competition aims to ensure taxpayer dollars are spent efficiently by fostering a competitive environment that drives down costs.
Public Impact
Supports critical Air Force Special Operations Command (AFSOC) operations. Ensures functionality of command and control systems. Impacts readiness and effectiveness of SOF missions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics provided.
- Potential for scope creep in complex IT systems.
- Reliance on a single awardee for critical systems.
Positive Signals
- Awarded through full and open competition.
- Supports vital national security functions.
- Contract duration allows for stable support.
Sector Analysis
This contract falls within the IT sector, specifically computer systems design services. Spending in this area is substantial across the federal government, supporting a wide range of mission-critical functions.
Small Business Impact
The data indicates the awardee is not a small business, and there is no indication of small business subcontracting goals being a primary focus for this specific contract award.
Oversight & Accountability
Oversight would typically involve contract performance reviews by the General Services Administration (GSA) and the Air Force, focusing on delivery timelines, system performance, and adherence to contract terms.
Related Government Programs
- Computer Systems Design Services
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Potential for cost overruns due to T&M contract type.
- Lack of detailed performance metrics in provided data.
- Dependence on a single contractor for critical systems.
- Scope creep risk in complex IT development/maintenance.
Tags
computer-systems-design-services, general-services-administration, fl, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $54.9 million to PLANNED SYSTEMS INTERNATIONAL INC. AIR FORCE SPECIAL OPERATIONS FORCES COMMAND AND CONTROL MISSION SYSTEMS II
Who is the contractor on this award?
The obligated recipient is PLANNED SYSTEMS INTERNATIONAL INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $54.9 million.
What is the period of performance?
Start: 2019-11-01. End: 2022-07-31.
What is the specific performance benchmark for the C2 Mission Systems II, and how is it measured?
The provided data does not specify performance benchmarks. Typically, for IT systems like this, benchmarks would include metrics such as system uptime, response times, data integrity, and successful mission support. Measuring these requires defined Service Level Agreements (SLAs) within the contract.
What are the primary risks associated with the 'Time and Materials' contract type for this system?
Time and Materials (T&M) contracts carry a risk of cost overruns if not closely monitored, as they pay for direct labor hours and indirect costs. For complex IT systems, this can lead to unpredictable final costs if requirements are not well-defined or if scope creep occurs without adequate controls.
How does this contract contribute to the overall effectiveness of Air Force Special Operations Forces?
This contract is crucial for maintaining and enhancing the command and control (C2) systems essential for AFSOC operations. Effective C2 ensures seamless communication, situational awareness, and coordinated execution of complex missions, directly impacting the success and safety of special operations forces.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: ID04180159
Offers Received: 3
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 10632 LITTLE PATUXENT PKWY STE 200, COLUMBIA, MD, 21044
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $89,806,042
Exercised Options: $58,469,755
Current Obligation: $54,900,837
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 47QTCK18D0039
IDV Type: GWAC
Timeline
Start Date: 2019-11-01
Current End Date: 2022-07-31
Potential End Date: 2023-01-31 00:00:00
Last Modified: 2025-01-06
More Contracts from Planned Systems International Inc
- Enterprise Testing Service Support Services — $162.4M (Department of Veterans Affairs)
- Defense Health Services System Code Maintenance — $122.9M (Department of Defense)
- ETS Support Services — $120.5M (Department of Veterans Affairs)
- Base Period Testing Service Support SVS — $97.0M (Department of Veterans Affairs)
- C2MS III Command Control Mission Systems Afsoc — $83.7M (General Services Administration)
View all Planned Systems International Inc 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)