HHS awarded $21.4M for custom computer programming, with a 3-year duration

Contract Overview

Contract Amount: $21,402,632 ($21.4M)

Contractor: ICF Incorporated, L.L.C.

Awarding Agency: Department of Health and Human Services

Start Date: 2018-09-16

End Date: 2021-09-15

Contract Duration: 1,095 days

Daily Burn Rate: $19.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: BIOSENSE 2018-2020

Place of Performance

Location: ATLANTA, DEKALB County, GEORGIA, 30345

State: Georgia Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $21.4 million to ICF INCORPORATED, L.L.C. for work described as: BIOSENSE 2018-2020 Key points: 1. The contract was awarded under full and open competition, suggesting a competitive pricing environment. 2. The primary contractor, ICF Incorporated, L.L.C., has a significant presence in government contracting. 3. The contract type is Time and Materials, which can pose cost control risks if not managed diligently. 4. The NAICS code 541511 indicates a focus on custom computer programming services. 5. The contract duration of 1095 days (3 years) provides a stable period for service delivery. 6. The award was made to a single entity, ICF Incorporated, L.L.C.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging without specific performance metrics or comparable contract data. The Time and Materials (T&M) pricing structure, while common for custom development, can lead to higher costs if not closely monitored for efficiency and scope creep. The total award amount of $21.4 million over three years averages to approximately $7.13 million annually, which needs to be assessed against the complexity and criticality of the custom programming services delivered.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'FULL AND OPEN COMPETITION,' indicating that all responsible sources were permitted to submit a bid. The presence of 3 bids suggests a moderate level of competition for this contract. While more bidders could potentially drive prices lower, three offers generally provide a reasonable basis for price comparison and selection.

Taxpayer Impact: A competitive bidding process helps ensure that taxpayer funds are used efficiently by encouraging contractors to offer competitive pricing.

Public Impact

The Centers for Disease Control and Prevention (CDC) benefits from custom computer programming services to support its mission. The services delivered are likely related to software development, data management, or IT infrastructure enhancement for public health initiatives. The geographic impact is primarily within the United States, supporting federal agency operations. The contract supports the IT workforce, potentially including software developers, programmers, and IT specialists.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology (IT) sector, specifically custom computer programming services. The market for such services is vast and highly competitive, with numerous firms offering specialized development capabilities. The total federal spending on IT services is in the hundreds of billions annually, making this contract a small component within a much larger ecosystem. Comparable spending benchmarks would depend on the specific nature of the custom programming required, such as data analytics platforms, public health surveillance systems, or internal agency IT modernization.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside provision. However, the prime contractor, ICF Incorporated, L.L.C., may engage small businesses as subcontractors, depending on their own subcontracting plans and the nature of the services required. Analysis of ICF's historical subcontracting performance would be necessary to determine the actual impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically be managed by the Centers for Disease Control and Prevention (CDC) contracting officers and program managers. Accountability measures would be defined within the contract's statement of work and performance standards. Transparency is generally facilitated through contract award databases like FPDS.gov. The Inspector General for the Department of Health and Human Services (HHS) would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

it-services, custom-computer-programming, department-of-health-and-human-services, centers-for-disease-control-and-prevention, time-and-materials, full-and-open-competition, icf-incorporated-llc, georgia, delivery-order, medium-contract-value

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $21.4 million to ICF INCORPORATED, L.L.C.. BIOSENSE 2018-2020

Who is the contractor on this award?

The obligated recipient is ICF INCORPORATED, L.L.C..

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Centers for Disease Control and Prevention).

What is the total obligated amount?

The obligated amount is $21.4 million.

What is the period of performance?

Start: 2018-09-16. End: 2021-09-15.

What is the track record of ICF Incorporated, L.L.C. with federal contracts, particularly within HHS?

ICF Incorporated, L.L.C. is a significant federal contractor with a substantial history of awards across various agencies, including the Department of Health and Human Services (HHS). Their portfolio often includes IT services, program management, and research support. Analyzing their past performance on similar Time and Materials contracts within HHS would provide insight into their ability to manage costs and deliver effectively. A review of their contract history might reveal patterns in contract modifications, cost overruns, or successful project completions. For instance, examining their performance on contracts with the Centers for Disease Control and Prevention (CDC) specifically could highlight their expertise in public health-related IT solutions. Understanding their overall federal contract performance, including any past performance issues or commendations, is crucial for assessing the risk associated with this award.

How does the $21.4 million award compare to similar custom computer programming contracts awarded by the CDC or HHS?

Comparing the $21.4 million award for custom computer programming services over three years requires context regarding the scope and complexity of the work. The average annual value of approximately $7.13 million needs to be benchmarked against similar contracts for IT development and programming within the federal government, particularly at the CDC. If this contract involves developing complex public health data systems or critical IT infrastructure, the cost might be within a reasonable range. However, if the services are more routine or less complex, the price could be considered high. Accessing detailed contract data for comparable awards, including their duration, specific services, and final costs, is essential for a robust value-for-money assessment. Without such comparative data, it's difficult to definitively state whether this award represents excellent, good, or fair value.

What are the primary risks associated with a Time and Materials (T&M) contract for custom programming services?

The primary risk with Time and Materials (T&M) contracts, especially for custom programming, is the potential for cost escalation due to a lack of a fixed ceiling on the total expenditure. Unlike fixed-price contracts, T&M agreements reimburse the contractor for the actual labor hours and material costs incurred. This structure can incentivize longer project durations or less efficient work if not managed rigorously. For custom programming, risks include scope creep, where project requirements expand beyond the initial agreement, leading to increased hours and costs. Additionally, accurately estimating the labor hours needed for novel or complex software development can be challenging, potentially resulting in unforeseen expenses. Effective oversight, clear task definitions, and regular progress monitoring are critical to mitigate these risks and ensure the government receives good value.

How effective are the oversight mechanisms for this contract, given its Time and Materials nature?

The effectiveness of oversight for this Time and Materials contract hinges on the diligence of the contracting officer's representatives (CORs) and program managers at the CDC. Robust oversight requires meticulous tracking of labor hours, verification of work performed against task orders, and strict management of any scope changes. Regular progress reviews, detailed reporting requirements, and clear communication channels between the government and ICF Incorporated, L.L.C. are essential. The government must ensure that the hours billed are reasonable and allocable to the contract's objectives and that the work is progressing efficiently. Without strong oversight, T&M contracts are susceptible to cost overruns and potential inefficiencies, making proactive and detailed monitoring paramount for success and accountability.

What is the historical spending pattern for custom computer programming services at the CDC or HHS?

Analyzing historical spending patterns for custom computer programming services at the CDC and HHS is crucial for contextualizing the $21.4 million award. This involves examining trends in contract awards, average contract values, and the number of competitors over several fiscal years. Understanding whether spending in this category has been increasing, decreasing, or remaining stable can indicate agency priorities and market dynamics. Furthermore, identifying the primary contractors and the types of services most frequently procured can reveal patterns in agency needs and contractor capabilities. For instance, a consistent high volume of spending on custom programming might suggest a reliance on external expertise for developing and maintaining critical IT systems supporting public health initiatives. This historical perspective helps in assessing if the current award aligns with past procurement strategies and budget allocations.

What does the 'Custom Computer Programming Services' (NAICS 541511) category entail, and how does it relate to the CDC's mission?

NAICS code 541511, 'Custom Computer Programming Services,' encompasses establishments primarily engaged in writing, modifying, testing, and supporting software to meet the needs of a particular customer. This includes developing custom applications, database programming, and integrating software components. For the Centers for Disease Control and Prevention (CDC), such services are vital for creating and maintaining sophisticated IT systems that support public health surveillance, data analysis, outbreak investigation, research, and communication. Custom programming allows the CDC to develop tailored solutions for managing vast amounts of health data, building predictive models, enhancing data security, and improving the efficiency of its operations. The ability to procure custom software ensures that the CDC has the precise technological tools needed to address complex public health challenges effectively.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSADP AND TELECOMMUNICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 2018Q67895

Offers Received: 3

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: ICF International, Inc.

Address: 1902 RESTON METRO PLAZA, RESTON, VA, 20190

Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $22,260,335

Exercised Options: $21,653,288

Current Obligation: $21,402,632

Actual Outlays: $4,943,051

Subaward Activity

Number of Subawards: 9

Total Subaward Amount: $641,045

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS35F328DA

IDV Type: FSS

Timeline

Start Date: 2018-09-16

Current End Date: 2021-09-15

Potential End Date: 2021-09-15 00:00:00

Last Modified: 2025-06-03

More Contracts from ICF Incorporated, L.L.C.

View all ICF Incorporated, L.L.C. federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending