DOT's $39.1M Artemis IROC contract awarded to Spatial Front Inc. for custom programming services
Contract Overview
Contract Amount: $39,120,874 ($39.1M)
Contractor: Spatial Front Inc
Awarding Agency: Department of Transportation
Start Date: 2022-09-15
End Date: 2026-09-19
Contract Duration: 1,465 days
Daily Burn Rate: $26.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 6
Pricing Type: LABOR HOURS
Sector: IT
Official Description: ARTEMIS-INVESTIGATIONS, RECALLS, O&M, AND CLOSEOUT (IROC)
Place of Performance
Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102
State: Virginia Government Spending
Plain-Language Summary
Department of Transportation obligated $39.1 million to SPATIAL FRONT INC for work described as: ARTEMIS-INVESTIGATIONS, RECALLS, O&M, AND CLOSEOUT (IROC) Key points: 1. Contract awarded to Spatial Front Inc. for custom computer programming services. 2. The contract has a total value of $39.1 million. 3. Competition was full and open, indicating a competitive bidding process. 4. The contract duration is 1465 days, ending in September 2026.
Value Assessment
Rating: good
The contract's value of $39.1 million for custom computer programming services appears reasonable given the duration and scope. Benchmarking against similar large-scale IT service contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a robust price discovery process. This method typically leads to more competitive pricing as multiple vendors vie for the contract.
Taxpayer Impact: The full and open competition likely resulted in a fair market price, maximizing taxpayer value for the services rendered.
Public Impact
Enhances NHTSA's capabilities in vehicle safety investigations and recalls. Supports critical operations and maintenance for existing systems. Ensures efficient closeout of past projects and programs. Impacts vehicle owners through improved safety recall processes.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in custom programming.
- Reliance on a single awardee for critical services.
Positive Signals
- Full and open competition ensures market-driven pricing.
- Long-term contract provides stability for service delivery.
Sector Analysis
This contract falls within the IT services sector, specifically custom computer programming. Spending in this area is substantial across government agencies, supporting a wide range of digital infrastructure and operational needs.
Small Business Impact
While the contract was awarded under full and open competition, there is no specific indication of small business participation in the provided data. Further analysis would be needed to determine if small businesses were involved as subcontractors.
Oversight & Accountability
The contract is managed by the National Highway Traffic Safety Administration (NHTSA) under the Department of Transportation. Oversight would involve monitoring performance, adherence to contract terms, and financial expenditures to ensure accountability.
Related Government Programs
- Custom Computer Programming Services
- Department of Transportation Contracting
- National Highway Traffic Safety Administration Programs
Risk Flags
- Potential for vendor lock-in.
- Dependency on specific technical expertise.
- Risk of cost overruns if scope is not well-managed.
- Cybersecurity vulnerabilities in custom-developed software.
Tags
custom-computer-programming-services, department-of-transportation, va, bpa-call, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $39.1 million to SPATIAL FRONT INC. ARTEMIS-INVESTIGATIONS, RECALLS, O&M, AND CLOSEOUT (IROC)
Who is the contractor on this award?
The obligated recipient is SPATIAL FRONT INC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (National Highway Traffic Safety Administration).
What is the total obligated amount?
The obligated amount is $39.1 million.
What is the period of performance?
Start: 2022-09-15. End: 2026-09-19.
What specific custom programming services are included in the IROC contract?
The IROC contract likely encompasses a range of custom software development, system integration, database management, and IT support services tailored to NHTSA's needs for investigations, recalls, operations, maintenance, and project closeout. Specific deliverables would be detailed in the contract's statement of work.
What are the key performance indicators (KPIs) for this contract?
Key performance indicators would likely focus on the timeliness and accuracy of investigation support, the efficiency of recall processing, system uptime and performance for O&M tasks, and the successful completion of project closeouts. Adherence to budget and security protocols would also be critical.
How does this contract align with NHTSA's strategic goals for vehicle safety?
This contract directly supports NHTSA's mission by providing the technological infrastructure and custom programming necessary to effectively manage vehicle safety investigations, execute recall campaigns, maintain critical systems, and ensure proper closure of past initiatives, ultimately contributing to safer vehicles on the road.
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 - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 6
Pricing Type: LABOR HOURS (Z)
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: $39,770,439
Exercised Options: $39,120,874
Current Obligation: $39,120,874
Actual Outlays: $33,221,866
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 693JJ319A000015
IDV Type: BPA
Timeline
Start Date: 2022-09-15
Current End Date: 2026-09-19
Potential End Date: 2026-12-15 00:00:00
Last Modified: 2025-09-25
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)
- Usda Fpac HAS an On-Going Need for the Continuation of Conservation Mission Delivery Automation and Tools - Prometheus — $31.8M (Department of Agriculture)
- Enterprise Initiatives Support and Modernization (eism) — $31.7M (Department of Commerce)
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)