HHS awards $16.4M contract for Immunology Database and Analysis Portal (IMMPORT) to Peraton Inc
Contract Overview
Contract Amount: $16,365,617 ($16.4M)
Contractor: Peraton Inc.
Awarding Agency: Department of Health and Human Services
Start Date: 2022-09-30
End Date: 2026-09-29
Contract Duration: 1,460 days
Daily Burn Rate: $11.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: THE IMMUNOLOGY DATABASE AND ANALYSIS PORTAL (IMMPORT)
Place of Performance
Location: HERNDON, FAIRFAX County, VIRGINIA, 20170
State: Virginia Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $16.4 million to PERATON INC. for work described as: THE IMMUNOLOGY DATABASE AND ANALYSIS PORTAL (IMMPORT) Key points: 1. Contract awarded to Peraton Inc. for critical immunology data analysis. 2. Competition method was full and open, suggesting potential for competitive pricing. 3. Risk is moderate due to the fixed-fee structure, requiring careful performance monitoring. 4. Sector is IT services, specifically computer systems design, a common area for federal spending.
Value Assessment
Rating: good
The contract value of $16.4M over approximately 4 years appears reasonable for a specialized IT service like the IMMPORT. Benchmarking against similar large-scale database and analysis portal contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which typically fosters competitive pricing and allows for a wide range of qualified vendors to bid. This method is generally effective in achieving fair market value.
Taxpayer Impact: The use of full and open competition aims to ensure taxpayer funds are used efficiently by securing the best value through a competitive process.
Public Impact
Supports critical research in immunology, potentially leading to advancements in disease understanding and treatment. Ensures continued availability and functionality of a vital data resource for scientists. Impacts researchers and public health officials who rely on the IMMPORT for data access and analysis.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if scope creep occurs with fixed-fee contract.
- Dependence on a single vendor for a critical IT system.
- Need for robust performance metrics to ensure service delivery quality.
Positive Signals
- Awarded through full and open competition, indicating a competitive process.
- Supports a vital scientific research infrastructure.
- Long-term contract duration provides stability for service provision.
Sector Analysis
This contract falls within the Information Technology sector, specifically computer systems design services. Federal spending in this area is substantial, with agencies consistently investing in data management, analysis, and IT infrastructure to support their missions.
Small Business Impact
The data does not indicate whether small businesses were involved as subcontractors. Further analysis would be needed to determine the extent of small business participation in this contract.
Oversight & Accountability
Oversight will be crucial to ensure Peraton Inc. meets the performance requirements of the IMMPORT contract. The National Institutes of Health (NIH) will be responsible for monitoring contract performance and managing any potential issues.
Related Government Programs
- Computer Systems Design Services
- Department of Health and Human Services Contracting
- National Institutes of Health Programs
Risk Flags
- Potential for scope creep impacting cost and schedule.
- Reliance on a single vendor for a critical system.
- Need for robust performance monitoring and quality assurance.
- Ensuring data security and privacy compliance.
Tags
computer-systems-design-services, department-of-health-and-human-services, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $16.4 million to PERATON INC.. THE IMMUNOLOGY DATABASE AND ANALYSIS PORTAL (IMMPORT)
Who is the contractor on this award?
The obligated recipient is PERATON INC..
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (National Institutes of Health).
What is the total obligated amount?
The obligated amount is $16.4 million.
What is the period of performance?
Start: 2022-09-30. End: 2026-09-29.
What is the specific scope of work for the IMMPORT contract and how does it align with NIH's research priorities?
The IMMPORT contract likely encompasses the maintenance, development, and support of the Immunology Database and Analysis Portal. This includes ensuring data integrity, accessibility, and potentially adding new analytical features. Its alignment with NIH's priorities would be evident in its contribution to advancing immunological research, facilitating data sharing among researchers, and supporting the development of new diagnostics and therapeutics.
What are the key performance indicators (KPIs) for this contract and how will they be measured?
Key performance indicators would likely focus on system uptime, data accuracy and completeness, response times for data retrieval and analysis, user satisfaction, and timely delivery of any new features or updates. These KPIs would be measured through regular system monitoring, user feedback surveys, and performance reports submitted by the contractor, ensuring the portal remains a reliable and effective resource.
How does the cost-plus-fixed-fee (CPFF) structure balance cost control with the need for flexibility in IT development?
The CPFF structure aims to provide a degree of cost control by setting a fixed fee for the contractor's profit, while allowing for reimbursement of allowable costs. This can offer flexibility for evolving IT requirements, but requires diligent oversight to prevent cost overruns. The fixed fee incentivizes the contractor to manage costs efficiently to maximize their profit margin within the agreed-upon fee.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: RESEARCH AND DEVELOPMENT › N – Health R&D Services
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 12975 WORLDGATE DR STE 7322, HERNDON, VA, 20170
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $16,365,617
Exercised Options: $16,365,617
Current Obligation: $16,365,617
Actual Outlays: $13,800,644
Subaward Activity
Number of Subawards: 5
Total Subaward Amount: $7,576,414
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HHSN316201200036W
IDV Type: GWAC
Timeline
Start Date: 2022-09-30
Current End Date: 2026-09-29
Potential End Date: 2027-09-29 00:00:00
Last Modified: 2025-12-09
More Contracts from Peraton Inc.
- 200107!000034!5700!GZ80 !smc/Pks !F0470101C0001 !A!N!*!Y! !20001103!20061031!052819732!052819732!001216845!n!itt Industries, Inc , Systems !4410 E Fountain Blvd !colorado Sprin !co!80916!16000!041!08!colorado Springs !EL Paso !colorado !+000016429445!n!n!000000000000!ac26!rdte/Missile and Space Systems-Mgmt Support !A2 !missile and Space Systems !3000!NOT Discernable or Classified !541710!*!*!3! ! ! !*!*!*!B!*!*!B! !A !Y!R!2!003!B! !A!N!Z! ! !N!C!N! ! ! !c!c!a!a!000!a!c!n! ! ! !Y! ! !0001! — $1.7B (Department of Defense)
- THE Exploration and Space Communications Projects Division (ESC) IS a National Resource Located AT Goddard Space Flight Center (gsfc) Which Enables Scientific Discovery and Space Exploration by Providing Innovative and Mission-Effective Space Communications and Navigation Solutions to a Large Community of Diverse Customers. ESC Manages Operational Geostationary Communications Relay Satellites and Ground Systems for the Space Communications and Navigation (scan) Program AT Nasa Headquarters. Today, Scan Network Systems Consist of the Space Network (SN), the Near Earth Network (NEN), and the Deep Space Network (DSN). the Day-To-Day Management of These Three Networks IS Currently NOT Fully Consistent. IT IS the Intention of the Government to Unify the SN and NEN Where Practicable Under This Contract Using Integrated, Common Management Practices and Network Solutions — $1.5B (National Aeronautics and Space Administration)
- Nasa Goddard Space Flight Center's (gsfc) Goal for the Space Communications Networks Services Contract (scns) IS to Enable Mission Success for Every Customer Using Scns Services. KEY Objectives of the Scns Contract ARE to Decrease Cost and Maintain or Improve Operational Efficiency and Reliability, While Maintaining an Acceptable Level of Risk and Providing for Safe Operation of the Missions. the Contractor Shall Implement a Safety, Health, and Mission Assurance Program That Provides a Safe and Healthy Work Environment, Minimizes Program Risk, and Maximizes Nasa Mission Success. the Contractor Shall BE Responsible and Accountable for Achieving the Required Results. Core Requirement Functions, Such AS Configuration Management, Quality Assurance, ETC. ARE Required to Support Idiq Task Orders. the Space Network (SN) IS Comprised of a Fleet of On-Orbit Tracking and Data Relay Satellites (tdrs) and Associated Ground Systems That Provide Telecommunications Services. the Nature of the SN Architecture, I.E., Extremely Large Capital Investment, Contractor Operated Facilities, Continuous 24X7 Requirements, ETC., Lends Itself to a Core Requirements Approach. the Ground Network (GN) Consists of an Orbital Tracking Network and the Satellite Laser Ranging Network. the Nature of the Ground Network Architecture, I.E., Diverse MIX of Commercial and Government Assets, Evolving Geographic and Technical Customer Requirements, and Legacy Systems, ETC. Lends Itself to an Idiq Approach. Other Activities, I.E., Very Long Baseline Interferometry Network Operations and Maintenance (O&M), Electronic System Test Laboratory, Requirements Development, Hardware and Software Development, ETC. ARE Best Suited to an Idiq Approach in the Resource-Constrained Environment That Nasa Operates in — $1.2B (National Aeronautics and Space Administration)
- Operational Planning Implementation and Assessment Services (opias) Base Award — $800.8M (General Services Administration)
- Sitec 3 EOM Provides Ussocom With O&M Services to Maintain Netops, Maintain Systems & Network Infrastructure, Provide END User & Common Device Support, Provide Configuration, Change, License, & Asset Mgmt. Conduct Training and Perform Imacs Services — $651.0M (General Services Administration)
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 →