SEC awards $2.86M contract for IPASS 2.0 services to C2 Alaska, LLC

Contract Overview

Contract Amount: $2,868,404 ($2.9M)

Contractor: C2 Alaska, LLC

Awarding Agency: Securities and Exchange Commission

Start Date: 2022-06-15

End Date: 2026-08-09

Contract Duration: 1,516 days

Daily Burn Rate: $1.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IPASS 2.0 SERVICES IN SUPPORT OF IM

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20549

State: District of Columbia Government Spending

Plain-Language Summary

Securities and Exchange Commission obligated $2.9 million to C2 ALASKA, LLC for work described as: IPASS 2.0 SERVICES IN SUPPORT OF IM Key points: 1. Contract focuses on administrative management and general management consulting services. 2. Awarded under full and open competition, indicating a competitive bidding process. 3. The contract duration spans over 1500 days, suggesting a long-term need. 4. Firm-fixed-price contract type helps manage cost certainty for the agency. 5. The contract is a delivery order, implying it's part of a larger indefinite-delivery contract vehicle. 6. The North American Industry Classification System (NAICS) code 541611 points to management consulting services.

Value Assessment

Rating: good

The total award amount of $2.86 million over approximately four years suggests a moderate investment for administrative support services. Benchmarking against similar contracts for management consulting within federal agencies is necessary for a precise value-for-money assessment. However, the firm-fixed-price structure is a positive indicator for cost control. Without specific performance metrics or comparison data, it's challenging to definitively assess if this represents excellent value, but it appears reasonable for the scope.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'full and open competition after exclusion of sources,' which implies that the solicitation was broadly advertised, and all responsible sources were permitted to submit offers. The specific exclusion of sources suggests a pre-existing contract vehicle or a specific set of circumstances that led to this particular award method. The level of competition is not explicitly detailed by the number of bidders, but the 'full and open' designation generally promotes price discovery and encourages multiple bids.

Taxpayer Impact: A competitive bidding process like 'full and open' typically leads to better pricing for taxpayers by fostering a marketplace where contractors vie for the contract based on price and quality.

Public Impact

The Securities and Exchange Commission (SEC) benefits from enhanced administrative management and general management consulting services. Services provided are crucial for the efficient operation and strategic planning of the SEC. The contract's impact is primarily within the District of Columbia, where the SEC is headquartered. The contract supports specialized consulting roles, potentially impacting the federal workforce in administrative and management capacities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically management consulting. This sector is a significant component of federal spending, supporting a wide array of agency functions from strategic planning to operational efficiency. The market for such services is competitive, with numerous firms offering expertise. The SEC's spending on administrative management aligns with the broader trend of federal agencies outsourcing specialized support functions to leverage external expertise and manage workload.

Small Business Impact

The data indicates that small business participation was not a primary focus for this specific award, as the 'small business set-aside' flag is false. There is no explicit mention of subcontracting requirements for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem from this particular contract appears limited, unless C2 Alaska, LLC voluntarily engages small businesses as subcontractors.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and program managers within the Securities and Exchange Commission. Accountability is established through the firm-fixed-price contract terms, requiring delivery of specified services. Transparency is facilitated by the public nature of federal contract awards, though detailed performance reports are often internal. The Inspector General of the SEC would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

administrative-support, management-consulting, sec, firm-fixed-price, full-and-open-competition, delivery-order, district-of-columbia, professional-services, naics-541611, c2-alaska-llc

Frequently Asked Questions

What is this federal contract paying for?

Securities and Exchange Commission awarded $2.9 million to C2 ALASKA, LLC. IPASS 2.0 SERVICES IN SUPPORT OF IM

Who is the contractor on this award?

The obligated recipient is C2 ALASKA, LLC.

Which agency awarded this contract?

Awarding agency: Securities and Exchange Commission (Securities and Exchange Commission).

What is the total obligated amount?

The obligated amount is $2.9 million.

What is the period of performance?

Start: 2022-06-15. End: 2026-08-09.

What is the specific nature of the 'IPASS 2.0 SERVICES' and how do they relate to administrative management?

IPASS 2.0 likely refers to an 'Integrated Program and Administrative Support System' or a similar platform/service suite. The 'SERVICES IN SUPPORT OF IM' suggests it aids in the 'Information Management' or 'Integrated Management' functions of the SEC. These services would typically encompass tasks such as workflow management, document processing, data analysis support, strategic planning assistance, and general administrative operations. The '2.0' indicates it's likely an updated or second-generation version of a previously used system or service, implying enhancements or modernizations. The contract's NAICS code (541611) confirms the focus on management consulting, suggesting the services involve advising on or improving these administrative processes rather than just providing raw IT infrastructure.

How does the $2.86 million award compare to typical spending on similar administrative consulting services by federal agencies?

The $2.86 million award for approximately four years of service represents an average annual expenditure of roughly $715,000. This figure is within a common range for federal contracts supporting administrative and management consulting functions. Many agencies procure similar services, with contract values varying significantly based on scope, duration, and complexity. For instance, larger agencies might award multi-million dollar contracts for enterprise-wide management consulting, while smaller or more focused needs could be met with contracts in the hundreds of thousands. Without knowing the specific deliverables and the SEC's internal structure, a direct comparison is difficult, but the amount suggests a substantial, ongoing need for specialized support rather than a minor, short-term engagement.

What are the key performance indicators (KPIs) or deliverables expected under this contract?

The provided data does not specify the key performance indicators (KPIs) or detailed deliverables for this contract. However, given the NAICS code (541611 - Administrative Management and General Management Consulting Services) and the contract title ('IPASS 2.0 SERVICES IN SUPPORT OF IM'), typical deliverables would likely include strategic planning support, process improvement recommendations, operational efficiency analyses, project management assistance, and potentially the development or refinement of administrative systems and protocols. Performance would likely be evaluated based on the quality of advice provided, the successful implementation of recommendations (if applicable), adherence to project timelines, and overall contribution to the SEC's administrative objectives. The firm-fixed-price nature suggests that specific, measurable outputs are expected.

What is the track record of C2 Alaska, LLC in performing similar federal contracts?

Assessing the track record of C2 Alaska, LLC requires access to a broader federal procurement database. However, as a contractor awarded a 'full and open competition' contract by the Securities and Exchange Commission, it implies they met the qualifications and demonstrated capability to perform the required services. Federal procurement systems often track past performance, which is a key evaluation factor in competitive bidding. Without specific data on their past performance ratings, prior contract values, or the types of agencies they have served, it's difficult to provide a detailed assessment. Generally, winning competitive bids suggests a level of competence, but a deeper dive into their contract history would be needed for a comprehensive view.

Are there any potential risks associated with the 'exclusion of sources' clause in the contract's competition type?

The competition type 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' is unusual and warrants careful consideration. It suggests that while the competition was intended to be open, certain sources were specifically excluded from bidding. This exclusion could be based on various factors, such as the use of a specific contract vehicle (e.g., a Government-Wide Acquisition Contract or GWAC) where only certain pre-qualified vendors could participate, or it might relate to specific security requirements or proprietary technology. The primary risk is that this exclusion might have inadvertently limited the pool of potential bidders, potentially leading to less competitive pricing or fewer innovative solutions than a truly unrestricted 'full and open' competition. Transparency regarding the justification for excluding sources is crucial for ensuring fairness and maximizing value for taxpayers.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: TWO STEP

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 5253 PRUE RD STE 230, SAN ANTONIO, TX, 78240

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $5,665,011

Exercised Options: $2,868,404

Current Obligation: $2,868,404

Actual Outlays: $2,592,324

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 50310221D0010

IDV Type: IDC

Timeline

Start Date: 2022-06-15

Current End Date: 2026-08-09

Potential End Date: 2031-08-09 00:00:00

Last Modified: 2026-02-13

More Contracts from C2 Alaska, LLC

View all C2 Alaska, LLC federal contracts →

Other Securities and Exchange Commission Contracts

View all Securities and Exchange Commission contracts →

Explore Related Government Spending