DOT awards $1.1M IT support contract to JMA SOLUTIONS LLC for FAA's AJI-2 program
Contract Overview
Contract Amount: $1,118,425 ($1.1M)
Contractor: JMA Solutions LLC
Awarding Agency: Department of Transportation
Start Date: 2024-08-28
End Date: 2026-08-31
Contract Duration: 733 days
Daily Burn Rate: $1.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: TO 693KA8-24-F-00287_TORFP 2410_ AJI-2 INFORMATION TECHNOLOGY AND TOOLS SUPPORT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20591
Plain-Language Summary
Department of Transportation obligated $1.1 million to JMA SOLUTIONS LLC for work described as: TO 693KA8-24-F-00287_TORFP 2410_ AJI-2 INFORMATION TECHNOLOGY AND TOOLS SUPPORT Key points: 1. Contract value appears reasonable for IT and tools support services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. No immediate risk indicators are apparent from the provided data. 4. The contract duration of approximately two years provides a stable support period. 5. This contract falls within the broader IT services sector for the federal government.
Value Assessment
Rating: good
The contract value of $1.12 million for approximately two years of IT and tools support seems aligned with market rates for similar services. Benchmarking against other federal IT support contracts of comparable scope and duration would provide a more precise value assessment. However, without specific details on the scope of work, a definitive value-for-money judgment is challenging. The Time and Materials pricing structure suggests flexibility but requires careful monitoring to ensure cost efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was intended to be open, specific sources were excluded prior to the solicitation. The exact reasons for exclusion are not detailed, which could limit the breadth of competition. The number of bidders is not specified, making it difficult to assess the intensity of the competition and its impact on price discovery.
Taxpayer Impact: The exclusion of certain sources, even in an otherwise open competition, may have limited the potential for the most competitive pricing for taxpayers. Further transparency on the exclusion criteria would be beneficial.
Public Impact
The Federal Aviation Administration (FAA) will benefit from enhanced IT and tools support. Services delivered are expected to improve the operational efficiency of the AJI-2 program. The contract's impact is primarily within the District of Columbia, where the services are likely performed. The contract supports IT professionals and potentially other technical staff involved in the AJI-2 program.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns due to Time and Materials pricing structure if not closely managed.
- Lack of clarity on the specific reasons for excluding certain sources in the competition.
Positive Signals
- Awarded through a competitive process, indicating some level of market vetting.
- Contract duration provides stability for essential IT support services.
- Contractor JMA SOLUTIONS LLC is a known entity in the federal contracting space.
Sector Analysis
This contract operates within the Information Technology (IT) services sector, a significant area of federal spending. The market for IT support and tools is vast, encompassing software development, system maintenance, cybersecurity, and general IT infrastructure management. Federal agencies consistently procure these services to maintain and modernize their technological capabilities. Comparable spending benchmarks would involve analyzing other IT support contracts awarded by agencies like the Department of Transportation or other civilian agencies for similar functions.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside requirement. The prime contractor, JMA SOLUTIONS LLC, is not specified as a small business in the provided data.
Oversight & Accountability
Oversight for this contract would typically fall under the Federal Aviation Administration's contracting officers and program managers. Accountability measures would be embedded in the contract's performance work statement and delivery order terms. Transparency is generally maintained through contract databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Federal Aviation Administration IT Support Services
- Department of Transportation Information Technology Contracts
- AJI-2 Program Support
- IT and Tools Support Services
Risk Flags
- Potential for cost creep due to Time and Materials pricing.
- Ambiguity in the 'exclusion of sources' rationale for competition.
Tags
it-services, transportation-agency, federal-aviation-administration, delivery-order, time-and-materials, full-and-open-competition, district-of-columbia, it-support, engineering-services, professional-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $1.1 million to JMA SOLUTIONS LLC. TO 693KA8-24-F-00287_TORFP 2410_ AJI-2 INFORMATION TECHNOLOGY AND TOOLS SUPPORT
Who is the contractor on this award?
The obligated recipient is JMA SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $1.1 million.
What is the period of performance?
Start: 2024-08-28. End: 2026-08-31.
What is the specific scope of 'IT and Tools Support' for the AJI-2 program?
The provided data does not detail the specific scope of work for 'IT and Tools Support' under the AJI-2 program. Typically, such services can encompass a wide range of activities including help desk support, software installation and maintenance, hardware troubleshooting, network administration, cybersecurity measures, and the provision or management of specialized IT tools required for the program's operations. A comprehensive understanding of the scope is crucial for evaluating the contract's value and performance effectiveness. Further details would likely be found in the contract's Performance Work Statement (PWS) or Statement of Objectives (SOO).
How does JMA SOLUTIONS LLC's past performance compare to this contract's requirements?
Information regarding JMA SOLUTIONS LLC's past performance is not included in the provided data snippet. A thorough assessment would require reviewing their contract history, client feedback, and any performance evaluations from previous federal contracts. Agencies typically consider past performance as a significant factor in award decisions, especially for competitive procurements. Without this data, it's difficult to ascertain their track record in delivering similar IT and tools support services effectively and efficiently. Accessing the full contract file or relevant performance databases would be necessary for a complete analysis.
What are the potential risks associated with the 'Time and Materials' pricing structure for this contract?
The 'Time and Materials' (T&M) pricing structure, indicated by 'pt': 'TIME AND MATERIALS', carries inherent risks, primarily related to cost control. Unlike fixed-price contracts, T&M contracts reimburse the contractor for direct labor hours at specified rates and for the actual cost of materials. This can lead to cost overruns if the scope of work expands unexpectedly or if labor hours are not diligently managed and monitored by the government. Effective oversight, detailed tracking of hours and expenses, and clear definition of work requirements are essential to mitigate these risks and ensure the government receives good value for its investment.
What does 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' imply for taxpayer value?
The designation 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' suggests a competitive process was initiated, which generally benefits taxpayers by fostering price reductions and innovation. However, the 'exclusion of sources' element introduces a caveat. If legitimate justifications for excluding certain potential bidders were not thoroughly documented or if the exclusions were overly broad, it could have inadvertently limited the competitive landscape. This might have resulted in fewer bids than theoretically possible, potentially impacting the final price achieved. A review of the justification for exclusion would be needed to fully assess the impact on taxpayer value.
How does the contract duration of 733 days impact the overall program and spending?
A contract duration of 733 days, approximately two years, provides a stable period for the Federal Aviation Administration (FAA) to receive consistent IT and tools support for the AJI-2 program. This duration allows the contractor, JMA SOLUTIONS LLC, to become familiar with the program's specific needs and potentially achieve efficiencies through continuity. From a spending perspective, this duration allows for predictable budgeting over the period. However, it also means that the agency is committed to this specific contractor and scope for the duration, potentially missing out on market shifts or more competitive opportunities that might arise sooner if the contract were shorter.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering 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: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 600 MARYLAND AVE SW, WASHINGTON, DC, 20024
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $3,009,261
Exercised Options: $1,118,425
Current Obligation: $1,118,425
Actual Outlays: $421,413
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 693KA823D00004
IDV Type: IDC
Timeline
Start Date: 2024-08-28
Current End Date: 2026-08-31
Potential End Date: 2029-02-28 00:00:00
Last Modified: 2026-04-09
More Contracts from JMA Solutions LLC
- "provide Program Mgmt, Engineering and Technical Sustainment Support to the Tfms&catmt Programs" Igf::ot::igf — $48.8M (Department of Transportation)
- Efast Fin&anc Igf::ot::igf — $37.3M (Department of Transportation)
- NEW Task Order for Operational Support and Engineering Services — $33.9M (Department of Transportation)
- Efast PA 20-056-NV System Operations Staff and Mission Support — $6.9M (Department of Transportation)
- Efast PA 24-036-NV "professional Engineer and Maintenance Technical Support Services" — $5.4M (Department of Transportation)
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)