Spatial Front Inc. awarded $15.8M for FMCSA application operations, highlighting custom programming services
Contract Overview
Contract Amount: $15,765,521 ($15.8M)
Contractor: Spatial Front Inc
Awarding Agency: Department of Transportation
Start Date: 2021-04-28
End Date: 2026-04-28
Contract Duration: 1,826 days
Daily Burn Rate: $8.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: FEDERAL MOTOR CARRIER SAFETY ADMINISTRATION (FMCSA)APPLICATION OPERATIONS.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590
Plain-Language Summary
Department of Transportation obligated $15.8 million to SPATIAL FRONT INC for work described as: FEDERAL MOTOR CARRIER SAFETY ADMINISTRATION (FMCSA)APPLICATION OPERATIONS. Key points: 1. Contract focuses on essential IT services for the Federal Motor Carrier Safety Administration. 2. Awarded under a broad agency announcement (BPA Call) with full and open competition. 3. The contract duration of 1826 days suggests a long-term need for these services. 4. Firm Fixed Price contract type aims to control costs and provide predictable spending. 5. The North American Industry Classification System (NAICS) code 541511 indicates custom computer programming. 6. The contractor, Spatial Front Inc., is based in the District of Columbia. 7. No small business set-aside was utilized for this procurement.
Value Assessment
Rating: good
The contract value of $15.8 million over approximately five years for custom computer programming services for a federal agency appears reasonable. Benchmarking against similar IT service contracts for application operations within government agencies suggests this pricing is within expected ranges. The firm fixed-price structure provides cost certainty for the government, which is a positive indicator of value.
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 presence of 7 bidders suggests a healthy level of competition for this requirement. This broad competition is generally favorable for price discovery and ensures the government receives offers from a diverse range of qualified vendors.
Taxpayer Impact: The full and open competition likely resulted in a more competitive price for taxpayers by allowing multiple companies to bid on the contract.
Public Impact
Benefits the Federal Motor Carrier Safety Administration by ensuring the continued operation and development of its applications. Services delivered include custom computer programming, supporting critical IT infrastructure. Geographic impact is primarily federal, supporting agency operations nationwide. Workforce implications include potential employment for IT professionals in custom programming and application support.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Awarded through full and open competition, indicating a robust bidding process.
- Firm Fixed Price contract type helps manage and predict costs.
- The contract duration suggests a stable, ongoing need for these services.
Sector Analysis
The IT services sector, particularly custom computer programming, is a significant area of federal spending. Agencies rely heavily on these services to maintain and modernize their IT systems. This contract for application operations fits within the broader category of IT support and development, where numerous companies compete for government contracts. Comparable spending benchmarks for similar IT services can vary widely based on scope and complexity, but this contract's value is within a typical range for specialized application support.
Small Business Impact
This contract was not set aside for small businesses, as indicated by the 'ss' field being false. The absence of a small business set-aside means that large businesses were eligible to compete and potentially win. There is no explicit information provided regarding subcontracting plans for small businesses, which could be a missed opportunity to engage the small business ecosystem.
Oversight & Accountability
Oversight for this contract would typically fall under the Federal Motor Carrier Safety Administration's program management and contracting offices. Accountability measures are inherent in the firm fixed-price structure, requiring the contractor to deliver specified services within the agreed budget. Transparency is generally maintained through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Federal IT Modernization Programs
- Custom Software Development Contracts
- Application Maintenance and Support Services
- Federal Agency IT Operations
Risk Flags
- Potential for vendor lock-in due to specialized nature of services.
- Risk of performance degradation if contractor resources are diverted.
- Cybersecurity vulnerabilities if not adequately managed.
Tags
it-services, custom-computer-programming, federal-motor-carrier-safety-administration, department-of-transportation, firm-fixed-price, full-and-open-competition, bpa-call, district-of-columbia, application-operations, spatial-front-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $15.8 million to SPATIAL FRONT INC. FEDERAL MOTOR CARRIER SAFETY ADMINISTRATION (FMCSA)APPLICATION OPERATIONS.
Who is the contractor on this award?
The obligated recipient is SPATIAL FRONT INC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Motor Carrier Safety Administration).
What is the total obligated amount?
The obligated amount is $15.8 million.
What is the period of performance?
Start: 2021-04-28. End: 2026-04-28.
What is the track record of Spatial Front Inc. with federal contracts, particularly in IT services?
Spatial Front Inc. has a history of securing federal contracts, primarily within the IT services domain. Analysis of their contract awards would reveal their experience with various agencies and contract types. For this specific contract, the award to Spatial Front Inc. suggests they met the technical and financial qualifications required by the FMCSA. Further investigation into their past performance ratings on similar contracts would provide deeper insight into their reliability and capability in delivering custom computer programming and application operations services.
How does the $15.8 million value compare to similar FMCSA IT contracts?
Comparing the $15.8 million value to similar FMCSA IT contracts requires access to historical spending data for the agency. However, as a general benchmark, this amount for a five-year contract for custom computer programming and application operations is within a reasonable range for a specialized IT function supporting a federal agency. The firm fixed-price nature of the contract helps in assessing value by providing a clear ceiling. Without direct comparative data on contracts of identical scope and duration within FMCSA, a precise value comparison is difficult, but the competitive bidding process suggests a fair market price was likely achieved.
What are the primary risks associated with this contract for the government?
The primary risks associated with this contract include potential performance issues if Spatial Front Inc. fails to deliver the custom programming and application operations as specified, leading to disruptions in FMCSA's services. Cost overruns are mitigated by the firm fixed-price structure, but scope creep could still lead to increased costs if not managed effectively. There's also a risk related to contractor dependency; if Spatial Front Inc. becomes critical to operations, transitioning to a new vendor could be challenging. Security risks related to data access and system integrity are also present, requiring robust oversight.
How effective is the firm fixed-price contract type in ensuring program effectiveness for FMCSA?
The firm fixed-price (FFP) contract type is generally effective in ensuring program effectiveness by clearly defining the scope of work and the total price. This incentivizes the contractor to perform efficiently to maintain profitability. For FMCSA's application operations, an FFP contract means Spatial Front Inc. is responsible for delivering the agreed-upon services within the set budget, promoting cost control and predictable outcomes. However, the effectiveness hinges on a well-defined Performance Work Statement (PWS); if the PWS is ambiguous, it can lead to disputes or subpar performance, potentially hindering program effectiveness despite the FFP structure.
What are the historical spending patterns for FMCSA's IT application operations?
Historical spending patterns for FMCSA's IT application operations would reveal trends in investment in this area. Analyzing past contracts for similar services would indicate whether spending has been consistent, increasing, or decreasing. This contract's value of $15.8 million over five years represents an average annual spend of approximately $3.16 million. Understanding if this aligns with or deviates from historical averages would provide context on the agency's commitment to maintaining and developing its application infrastructure. Significant deviations might warrant further investigation into the reasons behind the change in spending.
What is the potential impact of this contract on FMCSA's mission accomplishment?
This contract is directly tied to the mission accomplishment of the FMCSA by ensuring the reliable operation and potential enhancement of its critical IT applications. These applications likely support the agency's core functions, such as regulating commercial motor vehicles, improving safety, and reducing crashes. By outsourcing these services to Spatial Front Inc., FMCSA aims to leverage specialized expertise and maintain operational continuity. The success of this contract directly impacts the agency's ability to execute its safety and regulatory mandates effectively.
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: 693JJ421Q000008
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6550 ROCK SPRING DR, BETHESDA, MD, 20817
Business Categories: 8(a) Program Participant, Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $17,405,991
Exercised Options: $15,765,521
Current Obligation: $15,765,521
Actual Outlays: $14,961,812
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 693JJ319A000015
IDV Type: BPA
Timeline
Start Date: 2021-04-28
Current End Date: 2026-04-28
Potential End Date: 2026-10-28 00:00:00
Last Modified: 2025-10-24
More Contracts from Spatial Front Inc
- Geography Support and Project Management Services Call Order 0006 — $57.3M (Department of Commerce)
- This Task Order Provides Ongoing Technical and Program/ Administrative Support Services for the ATO NEO Directorate, Including Aim-I Support, Aisr Workstations Support, Naimes/Aim-I II Support, and LE Igf::ot::igf — $56.8M (Department of Transportation)
- ELM-4 Call Order Prometheus ART the Initial Goals ARE to Develop, Enhance, Modernize and Maintain Nrcs Tools for Internal Users to Design Conservation Practices, Systems That Support Conservation Practice Standard Development Processes and Provide — $49.3M (Department of Agriculture)
- Artemis-Investigations, Recalls, O&M, and Closeout (iroc) — $39.1M (Department of Transportation)
- Usda Fpac HAS an On-Going Need for the Continuation of Conservation Mission Delivery Automation and Tools - Prometheus — $31.8M (Department of Agriculture)
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)