GSA awards $3.5M contract for custom computer programming services to Flexion Inc

Contract Overview

Contract Amount: $3,482,412 ($3.5M)

Contractor: Flexion Inc

Awarding Agency: General Services Administration

Start Date: 2025-09-01

End Date: 2026-08-31

Contract Duration: 364 days

Daily Burn Rate: $9.6K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: LABOR HOURS

Sector: IT

Official Description: SOLUTIONS DEV SUPPORT

Place of Performance

Location: MADISON, DANE County, WISCONSIN, 53703

State: Wisconsin Government Spending

Plain-Language Summary

General Services Administration obligated $3.5 million to FLEXION INC for work described as: SOLUTIONS DEV SUPPORT Key points: 1. Contract focuses on specialized IT services, aligning with federal digital transformation goals. 2. Competition was robust, suggesting potential for competitive pricing and value. 3. Performance period is standard for this type of service engagement. 4. The contract is a call against a broader agreement, indicating established vendor relationships. 5. No small business set-aside was utilized, which may limit opportunities for smaller firms. 6. The specific NAICS code points to a niche but critical area of IT support.

Value Assessment

Rating: good

The contract value of $3.5 million over one year appears reasonable for custom computer programming services, especially given the full and open competition. Benchmarking against similar contracts for NAICS code 541511 (Custom Computer Programming Services) suggests that pricing for labor hours can vary significantly based on skill sets and location. Without specific details on the labor mix and rates, a precise value-for-money assessment is challenging, but the competitive nature of the award provides a positive indicator. The General Services Administration (GSA) is generally adept at managing IT procurements, which further supports a 'good' rating.

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 award type is a BPA Call, meaning it was issued against an existing Blanket Purchase Agreement, which itself was likely competed. This process generally fosters a competitive environment, allowing multiple vendors to vie for the work. The number of bidders is not specified, but the 'full and open' designation implies a significant opportunity for market participation.

Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down prices through market forces and ensuring that the government receives the best possible value for its investment. It also promotes innovation by allowing a wide range of companies to compete.

Public Impact

Federal agencies requiring custom software development and programming support will benefit from these services. The contract will deliver specialized IT solutions to enhance government operations. The geographic impact is primarily tied to the location of the contractor and the agency's operational needs, with the award notice specifying Wisconsin. Workforce implications include the potential for skilled IT professionals to be engaged in federal projects.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology sector, specifically custom computer programming services (NAICS 541511). This is a critical and growing area for federal agencies as they modernize systems and enhance digital capabilities. The market for custom software development is highly competitive, with numerous firms offering specialized skills. Federal spending in this category is substantial, driven by the need for tailored solutions that off-the-shelf software cannot provide. Comparable spending benchmarks would typically look at the average contract value for similar services across different agencies and contract types.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This means that both large and small businesses were eligible to compete, and the award went to Flexion Inc. without specific small business preferences. While this ensures maximum competition, it also means that opportunities for small businesses to directly secure this prime contract are limited. There is no information provided regarding subcontracting requirements or goals, which would be crucial to understanding the potential impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily fall under the purview of the General Services Administration (GSA), specifically the Federal Acquisition Service. GSA has established procurement regulations and contract management processes. Accountability measures are typically embedded within the contract terms, including performance standards and payment schedules. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected within the procurement or execution of the contract.

Related Government Programs

Risk Flags

Tags

it-services, custom-programming, general-services-administration, flexion-inc, labor-hours, full-and-open-competition, bpa-call, federal-acquisition-service, wisconsin, professional-services, it-modernization

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $3.5 million to FLEXION INC. SOLUTIONS DEV SUPPORT

Who is the contractor on this award?

The obligated recipient is FLEXION INC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $3.5 million.

What is the period of performance?

Start: 2025-09-01. End: 2026-08-31.

What is Flexion Inc.'s track record with federal contracts, particularly with GSA?

Flexion Inc. has a history of performing federal contracts. While specific details on all their awards are not provided here, their selection for this BPA call by GSA suggests they have successfully navigated GSA's procurement processes and met the requirements of the underlying BPA. Federal contract databases would provide a more comprehensive view of their past performance, including contract values, agencies served, and performance ratings, if available. A review of their past performance would be essential to fully assess their reliability and capability for delivering the custom programming services required under this specific award.

How does the $3.5 million contract value compare to similar custom programming services procured by GSA?

The $3.5 million contract value for one year of custom computer programming services is within a typical range for specialized IT support, especially when procured through a competitive process like a BPA call. GSA often leverages BPAs to streamline procurement for common services. Benchmarking against similar contracts requires access to detailed data on labor categories, hours, rates, and specific deliverables. However, given the full and open competition, it suggests that the pricing was deemed competitive within the market for the defined scope of work. Without more granular data on the specific services and labor mix, a precise comparison is difficult, but the value appears aligned with industry standards for federal IT services.

What are the key risks associated with this contract, and how are they mitigated?

Key risks include potential scope creep, contractor performance issues, and alignment with evolving federal IT requirements. Scope creep can be mitigated through clear contract definition, robust change management processes, and regular communication between GSA and Flexion Inc. Contractor performance risks are managed through performance monitoring, defined deliverables, and contractual remedies. Ensuring the services remain aligned with federal IT modernization goals requires ongoing dialogue and potential contract modifications. The competitive nature of the award and GSA's oversight are primary mitigation factors against these risks.

How effective is the BPA call mechanism for procuring custom programming services compared to other contract vehicles?

The BPA call mechanism is generally effective for procuring recurring or easily defined services like custom programming, especially when the underlying BPA has been competitively awarded. It offers speed and efficiency compared to starting a new procurement from scratch. However, its effectiveness can be limited if the scope of work significantly deviates from what was envisioned in the original BPA, potentially leading to less competitive pricing or requiring modifications. For highly complex or novel requirements, other contract vehicles might offer more flexibility or a broader competitive base. The success hinges on the quality of the initial BPA competition and diligent management of subsequent calls.

What is the historical spending trend for custom computer programming services under GSA's Federal Acquisition Service?

Historical spending on custom computer programming services through GSA's Federal Acquisition Service (FAS) has generally trended upwards, mirroring the broader federal government's increasing reliance on IT modernization and digital transformation initiatives. FAS, through vehicles like GSA Schedules and BPAs, facilitates a significant portion of this spending. While specific year-over-year figures for NAICS 541511 within FAS require detailed data analysis, the overall demand for custom software development to support agency missions, cybersecurity, data analytics, and cloud migration has been a consistent driver of federal IT expenditures. This trend suggests continued investment in this service category.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesCustom Computer Programming Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47QPCA25Q0026

Pricing Type: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Parent Company: Flexion Inc.

Address: 811 E WASHINGTON AVE, MADISON, WI, 53703

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $16,029,535

Exercised Options: $5,224,822

Current Obligation: $3,482,412

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QPCA22A0002

IDV Type: BPA

Timeline

Start Date: 2025-09-01

Current End Date: 2026-08-31

Potential End Date: 2028-08-31 00:00:00

Last Modified: 2026-03-30

More Contracts from Flexion Inc

View all Flexion Inc federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending