SBA's Unified Lending Platform Transition contract awarded to Advanced Technology Leaders for $142.5M over 3 years

Contract Overview

Contract Amount: $142,507,146 ($142.5M)

Contractor: Advanced Technology Leaders, Inc.

Awarding Agency: Small Business Administration

Start Date: 2022-12-15

End Date: 2025-12-14

Contract Duration: 1,095 days

Daily Burn Rate: $130.1K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 8

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: SBA OFFICE OF CAPITAL ACCESS (OCA) UNIFIED LENDING PLATFORM (ULP)/DISASTER LENDING PLATFORM TRANSITION

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20416

State: District of Columbia Government Spending

Plain-Language Summary

Small Business Administration obligated $142.5 million to ADVANCED TECHNOLOGY LEADERS, INC. for work described as: SBA OFFICE OF CAPITAL ACCESS (OCA) UNIFIED LENDING PLATFORM (ULP)/DISASTER LENDING PLATFORM TRANSITION Key points: 1. Contract value represents a significant investment in modernizing SBA's lending infrastructure. 2. The chosen vendor has a history of providing IT services to government agencies. 3. The contract duration of three years allows for phased implementation and testing. 4. Fixed-price contract type aims to control costs and provide budget certainty. 5. The procurement method suggests a competitive process was undertaken. 6. Focus on disaster lending platform transition highlights critical operational needs.

Value Assessment

Rating: good

The contract value of $142.5 million for a three-year IT modernization project appears reasonable given the scope of replacing and integrating critical lending platforms. Benchmarking against similar large-scale government IT system development and integration contracts suggests this figure is within expected ranges. The firm fixed-price structure provides cost predictability for the SBA, though it places the risk of cost overruns on the contractor. Further analysis would require detailed cost breakdowns and comparison to specific system functionalities.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the competition was broad, specific sources may have been excluded based on predefined criteria. The award to Advanced Technology Leaders, Inc. suggests they were the most advantageous offer. The presence of 8 bids indicates a healthy level of competition, which typically drives better pricing and innovation for the government.

Taxpayer Impact: A competitive process with multiple bidders generally leads to better value for taxpayers by ensuring the government receives competitive pricing and high-quality services.

Public Impact

Small businesses seeking disaster relief loans will benefit from a more efficient and modern platform. The contract supports the modernization of critical financial services infrastructure for the SBA. The project is geographically focused within the District of Columbia, where the SBA is headquartered. The successful implementation could lead to improved operational efficiency for SBA staff. This initiative aims to enhance the SBA's capacity to respond to economic crises and disasters.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Computer Systems Design Services sector, a vital part of the IT industry focused on developing and integrating complex software and hardware solutions. The market for government IT modernization is substantial, with agencies continually seeking to upgrade legacy systems to improve efficiency and security. This contract represents a significant investment in modernizing financial platforms, comparable to other large-scale enterprise resource planning (ERP) or core system replacement projects undertaken by federal agencies.

Small Business Impact

This contract was awarded under full and open competition and does not appear to have a specific small business set-aside. However, the prime contractor, Advanced Technology Leaders, Inc., is a small business. This means the primary awardee is itself a small business, which is a positive signal for the small business ecosystem. Further analysis would be needed to determine if subcontracting opportunities are being made available to other small businesses.

Oversight & Accountability

Oversight for this contract will likely be managed by the Small Business Administration's contracting officers and program managers. The firm fixed-price nature of the contract provides a degree of financial oversight by limiting the government's liability. Transparency will depend on the SBA's reporting practices regarding contract performance and any potential modifications. Inspector General involvement would typically occur if performance issues, fraud, or waste are identified.

Related Government Programs

Risk Flags

Tags

it-services, small-business-administration, lending-platform, disaster-relief, it-modernization, full-and-open-competition, firm-fixed-price, contract-award, district-of-columbia, computer-systems-design

Frequently Asked Questions

What is this federal contract paying for?

Small Business Administration awarded $142.5 million to ADVANCED TECHNOLOGY LEADERS, INC.. SBA OFFICE OF CAPITAL ACCESS (OCA) UNIFIED LENDING PLATFORM (ULP)/DISASTER LENDING PLATFORM TRANSITION

Who is the contractor on this award?

The obligated recipient is ADVANCED TECHNOLOGY LEADERS, INC..

Which agency awarded this contract?

Awarding agency: Small Business Administration (Small Business Administration).

What is the total obligated amount?

The obligated amount is $142.5 million.

What is the period of performance?

Start: 2022-12-15. End: 2025-12-14.

What is the track record of Advanced Technology Leaders, Inc. with similar large-scale government IT projects?

Advanced Technology Leaders, Inc. (ATL) has a documented history of providing IT services to various government agencies, including the SBA. While specific details on the scale and complexity of past projects require deeper investigation, their existing relationship with the SBA suggests a level of familiarity with the agency's operational needs. ATL's portfolio often includes system development, integration, and modernization efforts. A thorough review of their past performance, including client testimonials, contract performance reports (CPARs), and any past disputes or challenges, would provide a clearer picture of their capabilities and reliability for a project of this magnitude.

How does the $142.5 million contract value compare to similar IT modernization projects at other federal agencies?

The $142.5 million contract value for a three-year IT modernization project, specifically for lending platforms, is substantial but falls within the expected range for large-scale federal IT initiatives. Projects involving the overhaul or replacement of core financial systems, enterprise resource planning (ERP) systems, or mission-critical operational platforms often run into the tens or hundreds of millions of dollars. For instance, similar modernization efforts at agencies like the IRS, GSA, or Department of Veterans Affairs have involved comparable or even higher expenditures. The key differentiator is the specific scope, complexity, and number of integrated systems, which would need to be detailed to provide a precise benchmark.

What are the primary risks associated with the transition to the Unified Lending Platform/Disaster Lending Platform?

The primary risks associated with this transition include technical challenges related to integrating the new platform with existing SBA systems and data migration complexities. There's also a risk of user adoption issues if the new system is not intuitive or if adequate training is not provided to SBA staff. Schedule delays and cost overruns are inherent risks in large IT projects, especially given the firm fixed-price nature, which shifts cost overrun risk to the contractor but could incentivize cutting corners if not managed closely. Furthermore, cybersecurity vulnerabilities during the transition phase and ensuring the platform's resilience for disaster lending are critical risk areas.

How will the success of the Unified Lending Platform/Disaster Lending Platform transition be measured?

The success of this transition will likely be measured through a combination of performance metrics defined in the contract. Key performance indicators (KPIs) could include system uptime and availability, transaction processing speed and accuracy, reduction in manual processing times, user satisfaction ratings from SBA staff, and successful integration with other relevant SBA databases and external systems. For the disaster lending component, metrics might focus on the speed and efficiency of loan application processing during declared disasters. Meeting defined milestones, staying within budget (as per the fixed-price contract), and achieving security compliance will also be critical measures of success.

What is the historical spending trend for IT modernization at the SBA, and how does this contract fit?

Analyzing historical SBA spending on IT modernization requires access to detailed budget and contract data over several fiscal years. Generally, federal agencies like the SBA face increasing pressure to modernize aging IT infrastructure to improve service delivery, enhance cybersecurity, and comply with government-wide mandates. This $142.5 million contract represents a significant, focused investment in a critical area – lending platforms. It suggests a strategic decision to consolidate and upgrade these specific systems rather than incremental, piecemeal upgrades. Understanding past IT spending patterns would reveal if this is part of a larger, ongoing modernization strategy or a standalone major initiative.

What are the implications of the 'Full and Open Competition After Exclusion of Sources' procurement method?

The 'Full and Open Competition After Exclusion of Sources' (FACA) method, as defined in FAR 6.302-1, is a specific type of competitive procurement. It means that while the competition was intended to be broad, certain sources were intentionally excluded based on specific justifications, often related to unique capabilities, proprietary data, or specific requirements that only a limited number of sources could meet. However, the award here was made under 'Full and Open Competition,' which is typically FAR 6.102. The data provided might be slightly contradictory or refer to different stages. If it was truly 'Full and Open,' it implies maximum practicable competition. If 'Exclusion of Sources' was involved, it suggests a justification was needed for excluding others, which could raise questions about the breadth of competition unless well-documented.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 73351022Q0124

Offers Received: 8

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Advanced Technology Leaders Inc.

Address: 4811 TECHNOLOGY DR, MARTINEZ, GA, 30907

Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $142,507,146

Exercised Options: $142,507,146

Current Obligation: $142,507,146

Actual Outlays: $135,638,165

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QTCB21D0320

IDV Type: GWAC

Timeline

Start Date: 2022-12-15

Current End Date: 2025-12-14

Potential End Date: 2025-12-14 00:00:00

Last Modified: 2025-05-13

More Contracts from Advanced Technology Leaders, Inc.

View all Advanced Technology Leaders, Inc. federal contracts →

Other Small Business Administration Contracts

View all Small Business Administration contracts →

Explore Related Government Spending