HHS's $251.6M Cloud Products and Tools contract awarded to General Dynamics IT for IT infrastructure and software
Contract Overview
Contract Amount: $251,598,270 ($251.6M)
Contractor: General Dynamics Information Technology, Inc.
Awarding Agency: Department of Health and Human Services
Start Date: 2025-02-20
End Date: 2026-06-30
Contract Duration: 495 days
Daily Burn Rate: $508.3K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THE CLOUD PRODUCTS AND TOOLS (CPT) CONTRACT IS USED TO PROVIDE CLOUD-BASED INFRASTRUCTURE FROM COMMERCIAL CLOUD SERVICE PROVIDERS (CSP) SUCH AS MICROSOFT AZURE GOVERNMENT (MAG) AND AMAZON WEB SERVICES (AWS), AS WELL AS SOFTWARE, HARDWARE, TOOLS, PROF
Place of Performance
Location: WINDSOR MILL, BALTIMORE County, MARYLAND, 21244
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $251.6 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC. for work described as: THE CLOUD PRODUCTS AND TOOLS (CPT) CONTRACT IS USED TO PROVIDE CLOUD-BASED INFRASTRUCTURE FROM COMMERCIAL CLOUD SERVICE PROVIDERS (CSP) SUCH AS MICROSOFT AZURE GOVERNMENT (MAG) AND AMAZON WEB SERVICES (AWS), AS WELL AS SOFTWARE, HARDWARE, TOOLS, PROF Key points: 1. Contract leverages commercial cloud services from major providers like AWS and Azure. 2. Focuses on providing essential IT infrastructure, software, and hardware to support agency operations. 3. The contract's duration extends into mid-2026, indicating a medium-term need for these services. 4. Awarded under a firm-fixed-price structure, which shifts cost risk to the contractor. 5. The contract is a delivery order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle. 6. The specific National Stock Number (NSN) is not provided, limiting detailed product-level analysis. 7. The contract value is substantial, reflecting significant investment in cloud modernization.
Value Assessment
Rating: good
The contract value of $251.6 million over its period of performance appears reasonable for comprehensive cloud products and tools. Benchmarking against similar large-scale IT infrastructure contracts within the federal government suggests this is within expected ranges for services of this scope. The firm-fixed-price nature of the contract provides cost certainty for the agency, although it requires careful scope management to avoid change orders.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This competitive process is expected to drive favorable pricing and service offerings. The presence of two delivery orders suggests that this contract may be an IDIQ vehicle, allowing for multiple awards or task orders under a broader contract.
Taxpayer Impact: Full and open competition generally benefits taxpayers by ensuring that the government receives the best possible value through a robust bidding process, leading to potentially lower prices and higher quality services.
Public Impact
Benefits federal agencies, particularly the Centers for Medicare and Medicaid Services (CMS), by providing essential cloud infrastructure. Delivers critical IT services including cloud-based infrastructure, software, and hardware. Geographic impact is national, supporting federal operations across various locations. Workforce implications include support for IT professionals managing and utilizing these cloud services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in with specific cloud service providers if not managed carefully.
- Reliance on a single prime contractor, General Dynamics Information Technology, Inc., for a broad range of critical IT services.
- Scope creep could increase costs beyond the initial award amount if not rigorously managed.
Positive Signals
- Leverages established commercial cloud providers (AWS, Azure) for reliability and scalability.
- Firm-fixed-price contract structure provides budget predictability.
- Full and open competition suggests a competitive market was tapped for this award.
Sector Analysis
The federal IT services market is vast and highly competitive, with significant spending allocated to cloud computing solutions. This contract fits within the broader trend of federal agencies migrating to cloud-based infrastructures to enhance agility, scalability, and cost-efficiency. Comparable spending benchmarks for large-scale cloud services contracts often range in the hundreds of millions of dollars, reflecting the complexity and criticality of these solutions.
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 for small businesses stemming from a set-aside. However, the prime contractor, General Dynamics Information Technology, Inc., may engage small businesses as subcontractors to fulfill portions of the contract, depending on their own subcontracting plans and the specific requirements of the delivery orders.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the Centers for Medicare and Medicaid Services (CMS) contracting officers and program managers. Transparency is facilitated through contract award databases like FPDS. Accountability measures are inherent in the firm-fixed-price structure, which incentivizes the contractor to meet performance standards within the agreed-upon budget. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- General Services Administration (GSA) IT Schedule Contracts
- Cloud Computing Services
- IT Infrastructure Modernization Programs
- Department of Health and Human Services IT Spending
Risk Flags
- Potential for vendor lock-in
- Reliance on a single prime contractor
- Scope creep risk
- Need for detailed performance metrics tracking
Tags
it, cloud-computing, general-dynamics-information-technology, department-of-health-and-human-services, centers-for-medicare-and-medicaid-services, firm-fixed-price, full-and-open-competition, delivery-order, maryland, computer-systems-design-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $251.6 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC.. THE CLOUD PRODUCTS AND TOOLS (CPT) CONTRACT IS USED TO PROVIDE CLOUD-BASED INFRASTRUCTURE FROM COMMERCIAL CLOUD SERVICE PROVIDERS (CSP) SUCH AS MICROSOFT AZURE GOVERNMENT (MAG) AND AMAZON WEB SERVICES (AWS), AS WELL AS SOFTWARE, HARDWARE, TOOLS, PROF
Who is the contractor on this award?
The obligated recipient is GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC..
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Centers for Medicare and Medicaid Services).
What is the total obligated amount?
The obligated amount is $251.6 million.
What is the period of performance?
Start: 2025-02-20. End: 2026-06-30.
What is the track record of General Dynamics Information Technology, Inc. in delivering similar cloud-based IT services to federal agencies?
General Dynamics Information Technology, Inc. (GDIT) has a substantial track record in providing IT services to the federal government, including cloud solutions. They are a major federal contractor with extensive experience in areas such as IT infrastructure, cybersecurity, and application development. GDIT has been involved in numerous large-scale federal IT contracts, often supporting complex missions for agencies like the Department of Defense and Health and Human Services. Their experience with commercial cloud providers like AWS and Azure is well-documented through past performance on similar contracts. While specific details of past performance on contracts directly comparable to CPT would require deeper analysis of contract databases, GDIT's overall profile suggests a capacity to manage and deliver on contracts of this magnitude and technical scope.
How does the per-unit cost or pricing structure of this contract compare to market rates for similar cloud products and tools?
The provided data does not include specific per-unit costs or detailed pricing breakdowns, making a direct comparison to market rates challenging. The contract is awarded under a firm-fixed-price (FFP) structure, which means the total price is set regardless of the contractor's actual costs. This structure is beneficial for budget predictability but requires careful negotiation to ensure the fixed price reflects fair market value. To benchmark effectively, one would need to compare the rates for specific cloud services (e.g., compute hours, storage, software licenses) against publicly available pricing from cloud service providers (like AWS and Azure) and other federal contracts that utilize similar services, ideally under similar competitive conditions. Without this granular data, a precise per-unit cost comparison is not feasible from the information given.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential vendor lock-in with specific cloud service providers, reliance on a single prime contractor (GDIT), and the possibility of scope creep leading to cost overruns. Vendor lock-in can be mitigated through strategic multi-cloud adoption and clear exit strategies. Reliance on a single prime is managed through robust performance monitoring, clear service level agreements (SLAs), and contingency planning. Scope creep is addressed by stringent change control processes, detailed requirements definition, and active program management. The firm-fixed-price nature also mitigates cost overrun risk for the government, provided the initial scope is well-defined and managed.
How effective is the competition level (full and open) in ensuring value for taxpayers on this contract?
A full and open competition is generally considered the most effective method for ensuring value for taxpayers. It allows any qualified vendor to submit a bid, fostering a competitive environment that typically drives down prices and encourages innovation. For this contract, the full and open competition suggests that multiple vendors vied for the opportunity, theoretically leading to a more favorable price and better service terms for the government compared to sole-source or limited competition scenarios. The effectiveness is further realized if the evaluation criteria prioritize not just price but also technical merit and past performance, ensuring the best overall value is selected, not just the lowest bid.
What is the historical spending pattern for cloud products and tools by the Centers for Medicare and Medicaid Services (CMS) or HHS?
Historical spending data for cloud products and tools by CMS and HHS indicates a significant and growing trend towards cloud adoption over the past decade. Agencies are increasingly migrating workloads from on-premises data centers to commercial cloud environments like AWS GovCloud and Azure Government to improve scalability, reduce infrastructure costs, and enhance operational agility. While the specific total historical spend on cloud services for CMS/HHS is not detailed here, it is understood to be in the hundreds of millions of dollars annually, reflecting the critical nature of their IT systems supporting healthcare and insurance programs. This $251.6M contract represents a substantial investment within this ongoing modernization effort.
What are the implications of the contract's duration (ending June 2026) on long-term IT strategy and potential future procurements?
The contract's duration, ending in mid-2026, suggests a medium-term commitment to the current cloud infrastructure and tools. This timeframe allows for significant implementation and utilization of the services but also necessitates forward planning for subsequent procurements. Agencies typically begin planning for follow-on contracts well in advance of expiration to ensure continuity of services. The duration implies that the chosen cloud solutions are expected to remain relevant and effective for the agency's needs over the next few years. It also provides a stable period for GDIT to deliver services and for CMS/HHS to assess the long-term viability and performance of these cloud offerings before committing to potentially longer-term or different solutions.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - DATA CENTER
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 75FCMC25RJ012
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: General Dynamics Corp
Address: 3211 JERMANTOWN RD, FAIRFAX, VA, 22030
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $1,344,522,278
Exercised Options: $260,424,386
Current Obligation: $251,598,270
Actual Outlays: $112,188,574
Subaward Activity
Number of Subawards: 69
Total Subaward Amount: $215,633,575
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 47QTCK18D0003
IDV Type: GWAC
Timeline
Start Date: 2025-02-20
Current End Date: 2026-06-30
Potential End Date: 2030-06-30 00:00:00
Last Modified: 2026-04-14
More Contracts from General Dynamics Information Technology, Inc.
- Global Security Engineering&supply Chain Services — $1.5B (Department of State)
- THE Purpose of This Action IS to Establish a NEW Contract With General Dynamics Information Technology for Global Supply Chain Management, Logistics and Technology Development Services to Support the Department of State. the Initial Funding Associated With This Contract IS $22,304,578.00. the Overall Contract Value IS $2,200,000,000.00 — $1.2B (Department of State)
- Cloud Products&tools (CPT) — $902.0M (Department of Health and Human Services)
- Beneficiary Contact Center Operations — $879.1M (Department of Health and Human Services)
- Award of Task Order 47qfca210051-Nawcad Wolf Ship and AIR C5isr Systems Support — $832.3M (General Services Administration)
View all General Dynamics Information Technology, Inc. federal contracts →
Other Department of Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →