DOT's FAA awards $4.26M for facility asset inventory database improvement to Joint Venture Solutions

Contract Overview

Contract Amount: $4,260,506 ($4.3M)

Contractor: Joint Venture Solutions (JVS) LLC

Awarding Agency: Department of Transportation

Start Date: 2023-09-14

End Date: 2028-09-15

Contract Duration: 1,828 days

Daily Burn Rate: $2.3K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: BI-PARTISIAN FUNDED ENROUTE PLANNING AND FINANCIAL SUPPORT SERVICES FACILITY ASSET INVENTORY DATABASE IMPROVEMENT

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20591

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $4.3 million to JOINT VENTURE SOLUTIONS (JVS) LLC for work described as: BI-PARTISIAN FUNDED ENROUTE PLANNING AND FINANCIAL SUPPORT SERVICES FACILITY ASSET INVENTORY DATABASE IMPROVEMENT Key points: 1. Contract aims to enhance facility asset inventory and database management for the FAA. 2. The contract is a definitive contract with a firm-fixed-price structure. 3. It is funded by bipartisan support, indicating a strategic importance. 4. The contract duration is over 1800 days, suggesting a long-term project. 5. The contractor, Joint Venture Solutions (JVS) LLC, is a joint venture. 6. The service falls under 'All Other Professional, Scientific, and Technical Services'.

Value Assessment

Rating: fair

The contract value of $4.26 million for facility asset inventory database improvement over approximately five years appears reasonable for a specialized technical service. Benchmarking against similar IT infrastructure or database management contracts within the federal government would provide a clearer picture of value for money. Without specific performance metrics or detailed cost breakdowns, a precise value assessment is challenging, but the firm-fixed-price structure offers some cost certainty.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, being awarded as a sole-source procurement. This limits the opportunity for multiple vendors to bid and potentially drive down costs through competition. The rationale for the sole-source award is not detailed in the provided data, which raises questions about whether a competitive process was fully explored or if specific capabilities were deemed unique to the selected contractor.

Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as the government does not benefit from competitive bidding. This limits price discovery and may result in paying a premium for the services rendered.

Public Impact

The Federal Aviation Administration (FAA) will benefit from improved data management for its facilities. This contract supports the modernization and efficiency of FAA's asset inventory systems. Improved database accuracy can lead to better resource allocation and maintenance planning. The project is located in the District of Columbia, impacting the local federal workforce.

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 focusing on IT infrastructure and database management. The federal government spends billions annually on such services to maintain and improve its vast IT systems and data repositories. The FAA's need for an improved facility asset inventory database is crucial for operational efficiency and safety, aligning with broader government efforts to modernize infrastructure and data management practices.

Small Business Impact

The data indicates that this contract was not set aside for small businesses, nor does it explicitly mention subcontracting opportunities for small businesses. As a sole-source award, the potential for small business participation is likely limited unless the prime contractor voluntarily engages them. Further investigation into the contractor's subcontracting plan would be necessary to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically fall under the Federal Aviation Administration's contracting officers and program managers. The firm-fixed-price nature provides some cost control, but performance monitoring will be key to ensuring the database improvement meets objectives. Transparency regarding the sole-source justification and performance metrics would enhance accountability.

Related Government Programs

Risk Flags

Tags

transportation, federal-aviation-administration, it-services, database-management, professional-scientific-technical-services, definitive-contract, firm-fixed-price, sole-source, district-of-columbia, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $4.3 million to JOINT VENTURE SOLUTIONS (JVS) LLC. BI-PARTISIAN FUNDED ENROUTE PLANNING AND FINANCIAL SUPPORT SERVICES FACILITY ASSET INVENTORY DATABASE IMPROVEMENT

Who is the contractor on this award?

The obligated recipient is JOINT VENTURE SOLUTIONS (JVS) LLC.

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Aviation Administration).

What is the total obligated amount?

The obligated amount is $4.3 million.

What is the period of performance?

Start: 2023-09-14. End: 2028-09-15.

What is the specific justification for awarding this contract on a sole-source basis?

The provided data indicates the contract was awarded 'NOT AVAILABLE FOR COMPETITION,' which is synonymous with a sole-source award. The specific justification, such as unique capabilities, proprietary technology, or urgent need where only one source could fulfill the requirement, is not detailed in the summary data. Typically, federal agencies must document and justify sole-source procurements to ensure they are in the government's best interest and that competition was appropriately considered or deemed impractical. Without this detailed justification, it is difficult to assess the necessity and fairness of bypassing a competitive bidding process.

How does the $4.26 million contract value compare to similar FAA or DOT IT database improvement projects?

Direct comparison of the $4.26 million contract value to similar FAA or DOT IT database improvement projects is challenging without access to a broader dataset of comparable contracts. However, for a five-year definitive contract involving specialized technical services for asset inventory and database enhancement, this amount appears within a reasonable range for federal IT projects. Factors influencing cost include the scope of facilities covered, the complexity of the existing systems, the required data migration and integration, and the level of customization needed. A more precise benchmark would require analyzing contracts with similar scope, duration, and service categories within the transportation sector.

What are the key performance indicators (KPIs) for this contract, and how will they be measured?

The provided data does not specify the key performance indicators (KPIs) for this contract or the methods for measuring them. For a facility asset inventory database improvement project, typical KPIs might include data accuracy rates, completeness of inventory records, system uptime, user satisfaction, and timely completion of database migration or integration milestones. The firm-fixed-price contract structure implies that the contractor is responsible for delivering the agreed-upon scope within the set price. Effective oversight by the FAA would involve defining clear performance standards and regularly monitoring the contractor's progress against these metrics to ensure successful project completion and value realization.

What is the track record of Joint Venture Solutions (JVS) LLC in delivering similar federal IT or database management services?

Information regarding the specific track record of Joint Venture Solutions (JVS) LLC in delivering similar federal IT or database management services is not included in the provided data summary. As a joint venture, its performance history may be a composite of its member companies or a newly established entity. To assess the contractor's reliability and past performance, a review of their contract history, past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any relevant project successes or failures would be necessary. This information is crucial for understanding the risk associated with awarding this significant contract.

What is the potential impact of this contract on FAA's operational efficiency and safety?

An improved facility asset inventory database has the potential to significantly enhance the FAA's operational efficiency and safety. Accurate and comprehensive data allows for better planning of maintenance, repairs, and upgrades for facilities, potentially reducing downtime and unexpected failures. It can also support better resource allocation, ensuring that assets are managed effectively and that safety-critical infrastructure is prioritized. Furthermore, a well-maintained database can aid in regulatory compliance and risk management by providing clear visibility into the status and condition of all FAA-managed facilities nationwide.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesOther Professional, Scientific, and Technical ServicesAll Other Professional, Scientific, and Technical Services

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

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 697DCK-23-R-00581

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 919 RUSTLING OAKS DR, MILLERSVILLE, MD, 21108

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $4,260,506

Exercised Options: $4,260,506

Current Obligation: $4,260,506

Actual Outlays: $1,976,069

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2023-09-14

Current End Date: 2028-09-15

Potential End Date: 2028-09-15 00:00:00

Last Modified: 2026-01-02

More Contracts from Joint Venture Solutions (JVS) LLC

View all Joint Venture Solutions (JVS) LLC federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending