GSA awards $7.2M for Tactical Command and Control Server Support to Creative IT Solutions, LLC
Contract Overview
Contract Amount: $7,215,019 ($7.2M)
Contractor: Creative IT Solutions, LLC
Awarding Agency: General Services Administration
Start Date: 2021-08-31
End Date: 2026-08-30
Contract Duration: 1,825 days
Daily Burn Rate: $4.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TACTICAL COMMAND AND CONTROL (C2) SERVER SUPPORT
Place of Performance
Location: FORT BRAGG, CUMBERLAND County, NORTH CAROLINA, 28310
Plain-Language Summary
General Services Administration obligated $7.2 million to CREATIVE IT SOLUTIONS, LLC for work described as: TACTICAL COMMAND AND CONTROL (C2) SERVER SUPPORT Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 3. The firm-fixed-price contract type shifts cost risk to the contractor. 4. The contract duration of 1825 days (5 years) indicates a long-term need for these services. 5. The North American Industry Classification System (NAICS) code 541511 points to custom computer programming services. 6. The awardee, Creative IT Solutions, LLC, is a small business, though this specific award is not a small business set-aside.
Value Assessment
Rating: fair
Benchmarking the value of this specific delivery order is challenging without knowing the underlying IDIQ contract's pricing structure and the scope of services. However, the firm-fixed-price nature suggests that the contractor has committed to a set price for the defined services, which can be advantageous for the government if costs are managed effectively by the contractor. Further analysis would require comparing the per-unit costs or labor rates against similar government contracts for custom computer programming and server support.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The data does not specify the number of bidders, but this method generally promotes a competitive environment, which can lead to better pricing and service offerings for the government. The use of a delivery order under an IDIQ suggests that the competition may have occurred at the IDIQ level, with this order being placed based on pre-negotiated terms.
Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it maximizes the potential for competitive pricing and encourages a wider range of vendors to bid, potentially leading to cost savings.
Public Impact
The primary beneficiaries are likely military or government agencies requiring tactical command and control (C2) capabilities. The services delivered involve custom computer programming and server support essential for C2 systems. The contract is being performed in North Carolina, indicating a geographic focus for service delivery. The contract supports the IT infrastructure necessary for critical government operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or service level agreements (SLAs) in the provided data makes it difficult to assess performance outcomes.
- The reliance on a delivery order under an IDIQ could obscure the true cost-effectiveness if the base IDIQ contract was not competitively priced.
- Limited information on the specific nature of 'Tactical Command and Control (C2) Server Support' makes it hard to gauge the criticality and potential risks associated with service disruptions.
Positive Signals
- The use of a firm-fixed-price contract shifts cost overrun risks to the contractor.
- Awarding under full and open competition suggests a commitment to leveraging market competition for best value.
- The contract is awarded to a small business, potentially supporting the government's small business utilization goals, although this specific award is not a set-aside.
Sector Analysis
This contract falls within the Information Technology (IT) sector, specifically custom computer programming services. The market for IT services supporting defense and government operations is substantial, with agencies increasingly relying on specialized software and robust server infrastructure for command, control, and communication. Comparable spending benchmarks would involve analyzing other government contracts for similar C2 system support and custom software development, considering factors like contract duration, scope, and the specific technologies involved.
Small Business Impact
While Creative IT Solutions, LLC is identified as a small business, this specific contract award is not designated as a small business set-aside. This means it was competed under full and open competition. The implications for the broader small business ecosystem are that while a small business won this contract, it did so by competing against all eligible sources. There is no explicit requirement for subcontracting to other small businesses mandated by this award, though the prime contractor may choose to do so.
Oversight & Accountability
Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Federal Acquisition Service, which awarded the contract. As a delivery order under an IDIQ, oversight would involve monitoring performance against the terms of the delivery order and the underlying IDIQ contract. Transparency is facilitated by contract award databases, but detailed performance metrics and specific oversight activities are not publicly detailed. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Defense Information Systems Agency (DISA) IT Support Contracts
- General Services Administration (GSA) IT Schedule Contracts
- Tactical Data Link (TDL) Support Services
- Command and Control Systems Development
Risk Flags
- Potential for performance issues if contractor lacks specialized C2 expertise.
- Risk of service disruption if server support is inadequate.
- Limited transparency into specific performance metrics and oversight activities.
Tags
it, command-and-control, server-support, custom-computer-programming, general-services-administration, federal-acquisition-service, firm-fixed-price, full-and-open-competition, delivery-order, north-carolina, small-business-awardee
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $7.2 million to CREATIVE IT SOLUTIONS, LLC. TACTICAL COMMAND AND CONTROL (C2) SERVER SUPPORT
Who is the contractor on this award?
The obligated recipient is CREATIVE IT 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 $7.2 million.
What is the period of performance?
Start: 2021-08-31. End: 2026-08-30.
What is the track record of Creative IT Solutions, LLC with government contracts, particularly in command and control systems?
Information regarding the specific track record of Creative IT Solutions, LLC with government contracts, especially concerning command and control (C2) systems, is not detailed in the provided data. To assess their track record, one would typically examine their past performance on similar federal contracts, looking at factors such as successful delivery, adherence to schedule and budget, and any past performance evaluations or awards. A deeper dive into contract databases like SAM.gov or FPDS would be necessary to identify previous awards, contract types, and performance history. Without this, it's difficult to definitively gauge their experience and reliability in this specialized area.
How does the $7.2 million contract value compare to similar tactical C2 server support contracts?
Comparing the $7.2 million contract value for Tactical Command and Control (C2) Server Support requires context regarding the scope, duration, and specific services included. This contract is a delivery order with a duration of approximately five years (1825 days). Without detailed service descriptions or labor hour breakdowns, a direct comparison to other C2 server support contracts is challenging. However, for similar five-year IT support contracts for specialized government systems, a value in the millions of dollars is not uncommon, especially if it involves custom development, integration, and ongoing maintenance. Benchmarking would ideally involve analyzing the average cost per year or per service unit for comparable government IT support contracts.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks associated with this contract include potential performance issues if Creative IT Solutions, LLC lacks sufficient expertise in specialized C2 systems, or if the server support is inadequate, leading to disruptions in critical operations. Another risk is cost overruns if the firm-fixed-price contract doesn't adequately account for unforeseen technical challenges, though this risk is primarily borne by the contractor. Mitigation strategies, implied by the contract structure, include the firm-fixed-price type which incentivizes contractor efficiency, and the full and open competition which aims to select a capable vendor. The government's oversight and the potential for contract termination for default also serve as risk mitigations.
What is the expected effectiveness of the services provided under this contract for enhancing tactical command and control capabilities?
The expected effectiveness of the services hinges on the quality of the custom computer programming and server support provided by Creative IT Solutions, LLC. If executed successfully, these services should ensure the reliability, security, and performance of the tactical command and control (C2) server infrastructure. This, in turn, is expected to enhance the government's ability to effectively command and control operations by providing stable and responsive IT systems. The specific impact on C2 capabilities would depend on the precise nature of the C2 systems being supported and how the server infrastructure directly contributes to their functionality and responsiveness.
What are the historical spending patterns for tactical C2 server support by the General Services Administration?
Historical spending patterns for tactical C2 server support by the General Services Administration (GSA) are not directly available from the provided data. GSA primarily acts as a procurement and real estate agency, often providing IT services through its Multiple Award Schedules (MAS) or other IDIQ vehicles. To understand GSA's historical spending in this specific area, one would need to analyze contract awards under relevant IT schedules (e.g., IT Professional Services) or other C2-related contract vehicles managed by GSA or other agencies that GSA might support. Analyzing trends in IT service procurement, particularly for defense and national security applications, would provide broader context.
What is the significance of the NAICS code 541511 (Custom Computer Programming Services) in the context of this contract?
The NAICS code 541511 signifies that the primary service being procured under this contract involves writing, modifying, testing, and supporting software to meet the needs of a particular customer. In the context of 'Tactical Command and Control (C2) Server Support,' this code indicates that the contract likely includes services such as developing custom software applications for C2 systems, integrating different software components, customizing existing software for specific tactical requirements, and providing ongoing support and maintenance for these custom programs. It suggests a focus on tailored software solutions rather than off-the-shelf products.
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 - IT MANAGEMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QFSA21Q0090
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2000 N CLASSEN BLVD STE 1625, OKLAHOMA CITY, OK, 73106
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,546,899
Exercised Options: $7,998,789
Current Obligation: $7,215,019
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS35F0445T
IDV Type: FSS
Timeline
Start Date: 2021-08-31
Current End Date: 2026-08-30
Potential End Date: 2027-02-27 00:00:00
Last Modified: 2026-02-23
More Contracts from Creative IT Solutions, LLC
- Dcaa IT O&M Support Services — $92.7M (Department of Defense)
- 700 AIR Support Squadron (asus) AIR Operation Center (AOC) Support and Sustainment Services — $36.6M (Department of Defense)
- Core Automated Maintenance System for Mobility and Video and Voice Support — $33.3M (Department of Defense)
- Pm/Ddtc Professional Support Services — $32.6M (Department of State)
- Imac Support — $31.1M (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)