DOT awards $3.55M for NCAP Database and ERG support, with 5 bidders indicating strong competition
Contract Overview
Contract Amount: $3,553,946 ($3.6M)
Contractor: Spatial Front Inc
Awarding Agency: Department of Transportation
Start Date: 2024-03-01
End Date: 2027-02-28
Contract Duration: 1,094 days
Daily Burn Rate: $3.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: LABOR HOURS
Sector: IT
Official Description: DME AND O&M FOR NCAP DB AND ERG
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590
Plain-Language Summary
Department of Transportation obligated $3.6 million to SPATIAL FRONT INC for work described as: DME AND O&M FOR NCAP DB AND ERG Key points: 1. Contract value appears reasonable given the scope of IT services for critical transportation safety databases. 2. Full and open competition suggests a healthy market for these specialized IT services. 3. Potential risks include contractor performance and the long-term sustainment of the databases. 4. This contract supports essential functions for the National Highway Traffic Safety Administration (NHTSA). 5. The services fall within the custom computer programming sector, a key area for government IT modernization.
Value Assessment
Rating: good
The contract value of $3.55 million over approximately three years for custom computer programming services seems aligned with market rates for specialized IT support. Benchmarking against similar contracts for database management and IT support within federal agencies suggests this is a competitive price point. The labor hours pricing mechanism allows for flexibility, but requires diligent oversight to ensure efficiency and prevent cost overruns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, with five bidders participating. This level of competition is a positive indicator, suggesting that multiple vendors were capable of meeting the government's requirements and that the solicitation process was accessible. The presence of five bidders likely contributed to price discovery and ensured that the government received competitive proposals.
Taxpayer Impact: The robust competition for this contract is beneficial for taxpayers as it likely drove down the overall cost and ensured the government secured services at a fair market price.
Public Impact
The primary beneficiaries are the National Highway Traffic Safety Administration (NHTSA) and its mission to improve road safety. Services delivered include maintenance and operations for the National Crash Analysis Center (NCAP) Database and the Emergency Response Guidebook (ERG). The geographic impact is national, supporting data collection and dissemination across the United States. Workforce implications include the need for skilled IT professionals specializing in database management and custom programming.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if requirements are not clearly defined and managed.
- Reliance on a single contractor for critical database operations could pose a risk if performance falters.
- Ensuring data integrity and security for sensitive crash and emergency response information is paramount.
Positive Signals
- Awarded under full and open competition, indicating a competitive marketplace.
- The contract duration of approximately three years allows for stability in service delivery.
- The specific nature of the services supports critical safety functions for NHTSA.
Sector Analysis
This contract falls within the Information Technology sector, specifically Custom Computer Programming Services (NAICS 541511). The market for these services is large and competitive, with many firms offering specialized expertise. This contract supports the government's need for maintaining and operating critical data infrastructure, which is a common requirement across many federal agencies. Comparable spending benchmarks for IT support services vary widely based on complexity, but the value here appears moderate for the described scope.
Small Business Impact
The contract was awarded under full and open competition and does not indicate any specific small business set-aside. While the prime contractor, Spatial Front Inc., may be a small business, the data provided does not confirm this. There is no explicit information regarding subcontracting plans for small businesses. Further analysis would be needed to determine the extent of small business participation in this contract.
Oversight & Accountability
Oversight for this contract will likely be managed by the National Highway Traffic Safety Administration (NHTSA) contracting officers and program managers. Accountability measures would be embedded in the contract's performance work statement and deliverables. Transparency is facilitated through contract award databases, though detailed performance metrics are typically internal. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- National Crash Analysis Center (NCAP) Program
- Emergency Response Guidebook (ERG)
- Federal Information Technology Acquisition Reform Act (FITARA) initiatives
- Department of Transportation IT Modernization Efforts
Risk Flags
- Performance Risk
- Data Security Risk
- Long-term System Sustainment Risk
Tags
it, transportation, dot, nhtsa, custom-computer-programming-services, full-and-open-competition, labor-hours, bpa-call, district-of-columbia, medium-contract-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $3.6 million to SPATIAL FRONT INC. DME AND O&M FOR NCAP DB AND ERG
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 $3.6 million.
What is the period of performance?
Start: 2024-03-01. End: 2027-02-28.
What is the track record of Spatial Front Inc. in delivering similar IT services to federal agencies?
Spatial Front Inc. has a history of providing IT services to various federal agencies, including support for data management, software development, and system integration. Their contract portfolio often includes work related to transportation and public safety. A detailed review of their past performance evaluations, contract history, and any reported issues or successes on similar projects would be necessary to fully assess their track record for this specific contract. This includes examining their ability to meet deadlines, manage budgets, and deliver quality technical solutions in complex environments. Information from sources like the Federal Procurement Data System (FPDS) and contractor performance assessment reporting (CPARS) would be crucial for this analysis.
How does the awarded amount compare to the estimated cost or previous spending on similar services?
The awarded amount of $3.55 million for approximately three years of support for the NCAP Database and ERG is a key data point. To benchmark this value, one would compare it to the agency's independent government cost estimate (IGCE) for this requirement, if available. Additionally, analyzing historical spending on the NCAP Database and ERG maintenance and operations, or similar IT support contracts at NHTSA or other transportation-related agencies, would provide context. Factors such as the scope of work, service level agreements, and the specific technologies involved would need to be considered for a fair comparison. Without access to the IGCE or detailed historical spending data, a precise comparison is difficult, but the number of bidders suggests the price was competitive.
What are the primary risks associated with this contract and how are they being mitigated?
Key risks for this contract include potential contractor underperformance, leading to disruptions in critical safety data systems like the NCAP Database and ERG. Another risk is the long-term sustainability and modernization of these systems, as technology evolves rapidly. Data security and integrity are also paramount concerns, given the sensitive nature of crash data. Mitigation strategies typically involve robust performance monitoring, clearly defined service level agreements (SLAs), regular technical reviews, and strong cybersecurity protocols. The contract's structure, including performance incentives or penalties, and the agency's oversight capabilities play a crucial role in managing these risks. The competitive nature of the award also serves as a baseline mitigation, as underperforming contractors can be replaced.
How effective is the current IT infrastructure (NCAP DB and ERG) in supporting NHTSA's mission?
The effectiveness of the NCAP Database and ERG in supporting NHTSA's mission is directly tied to the quality and reliability of the IT services provided under this contract. The NCAP Database is crucial for collecting, analyzing, and disseminating comprehensive crash data, which informs safety research, policy development, and vehicle safety standards. The ERG is a vital resource for first responders dealing with hazardous materials incidents. The continued operation and potential enhancement of these systems through this contract are essential for NHTSA to fulfill its mandate of reducing traffic fatalities and injuries. The performance of the contractor will directly impact the availability, accuracy, and usability of the data and resources these systems provide.
What are the historical spending patterns for IT services related to the NCAP Database and ERG?
Analyzing historical spending patterns for IT services related to the NCAP Database and ERG would reveal trends in investment and resource allocation for these critical systems. This would involve examining contract awards over previous years for maintenance, operations, upgrades, and development related to these databases. Understanding these patterns can highlight whether spending has been consistent, increasing, or decreasing, and whether it aligns with technological advancements or changes in NHTSA's priorities. Significant deviations from historical spending could indicate a need for increased investment, potential cost-saving opportunities, or a shift in the program's strategic direction. This analysis is crucial for long-term budget planning and ensuring adequate resources are allocated.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: QUALITY CONTROL, TEST, INSPECTION › EQUIPMENT AND MATERIALS TESTING
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 5
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: $4,192,409
Exercised Options: $3,553,946
Current Obligation: $3,553,946
Actual Outlays: $2,065,919
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 693JJ319A000015
IDV Type: BPA
Timeline
Start Date: 2024-03-01
Current End Date: 2027-02-28
Potential End Date: 2028-09-19 00:00:00
Last Modified: 2026-03-06
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)