Agriculture Dept. Awards $29.3M for DCI Services to Glacier Technologies LLC

Contract Overview

Contract Amount: $29,262,621 ($29.3M)

Contractor: Glacier Technologies LLC

Awarding Agency: Department of Agriculture

Start Date: 2010-02-17

End Date: 2011-12-31

Contract Duration: 682 days

Daily Burn Rate: $42.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: SERVERS DCI SERVICES.

Place of Performance

Location: EL PASO, EL PASO County, TEXAS, 79925

State: Texas Government Spending

Plain-Language Summary

Department of Agriculture obligated $29.3 million to GLACIER TECHNOLOGIES LLC for work described as: SERVERS DCI SERVICES. Key points: 1. Contract awarded to Glacier Technologies LLC for DCI Services. 2. Total contract value is $29,262,620.97. 3. Competition method was 'Full and Open Competition After Exclusion of Sources'. 4. Contract duration was 682 days. 5. The award was made under NAICS code 423430.

Value Assessment

Rating: fair

The contract value of $29.3M for DCI services over 682 days appears within a reasonable range for similar IT infrastructure procurements. However, without specific details on the scope of services and equipment, a precise benchmark is difficult.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract utilized 'Full and Open Competition After Exclusion of Sources,' indicating an initial limited approach that was then opened broadly. This method can lead to competitive pricing, but the exclusion phase might have limited initial bidder pool.

Taxpayer Impact: The competitive nature of the award suggests a reasonable effort to secure fair pricing for taxpayers, though the exclusion of sources warrants further scrutiny for potential missed savings.

Public Impact

Procurement of DCI services supports critical government IT infrastructure. The award to Glacier Technologies LLC impacts the IT services sector. Taxpayer funds are allocated for essential computer equipment and software. The contract duration of nearly two years suggests ongoing operational needs.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT services sector is highly competitive, with significant government spending on hardware, software, and related services. Benchmarks for DCI services vary widely based on scale and complexity, but this award falls within typical mid-to-large scale IT procurements.

Small Business Impact

The data does not indicate if Glacier Technologies LLC is a small business. The contract value suggests it could be awarded to either small or large businesses, and further analysis is needed to determine the impact on small business participation.

Oversight & Accountability

The contract was awarded by the Department of Agriculture's Forest Service. Standard government oversight processes would apply, including contract performance monitoring and financial accountability measures to ensure proper use of funds.

Related Government Programs

Risk Flags

Tags

computer-and-computer-peripheral-equipme, department-of-agriculture, tx, do, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Agriculture awarded $29.3 million to GLACIER TECHNOLOGIES LLC. SERVERS DCI SERVICES.

Who is the contractor on this award?

The obligated recipient is GLACIER TECHNOLOGIES LLC.

Which agency awarded this contract?

Awarding agency: Department of Agriculture (Forest Service).

What is the total obligated amount?

The obligated amount is $29.3 million.

What is the period of performance?

Start: 2010-02-17. End: 2011-12-31.

What specific DCI services were procured, and how do they align with the Forest Service's mission?

The specific DCI services procured are not detailed in the provided data. DCI typically refers to Data Center Infrastructure or similar IT backbone services. Understanding the exact nature of these services is crucial to assess their alignment with the Forest Service's operational needs and mission objectives, ensuring the funds are used effectively for critical IT support.

What was the rationale for excluding sources initially before opening to full and open competition?

The rationale for excluding sources prior to full and open competition is not provided. This could stem from specific technical requirements, prior relationships, or a phased approach to market research. Understanding this decision is key to evaluating whether the exclusion potentially limited competition or was a justified procedural step.

How does the $29.3M contract value compare to industry benchmarks for similar DCI services over a 682-day period?

Without detailed specifications of the DCI services (e.g., hardware, software, maintenance, cloud integration, scale), a precise benchmark is challenging. However, $29.3M for nearly two years of data center infrastructure support is substantial and falls within the range for significant government IT contracts. A detailed comparison would require analyzing contract scope against market rates for comparable services.

Industry Classification

NAICS: Wholesale TradeProfessional and Commercial Equipment and Supplies Merchant WholesalersComputer and Computer Peripheral Equipment and Software Merchant Wholesalers

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Bristol BAY Native Corporation (UEI: 060036357)

Address: 1200 GOLDEN KEY CIR STE 400, EL PASO, TX, 16

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Federally Funded Research and Development Corp, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $29,262,621

Exercised Options: $29,262,621

Current Obligation: $29,262,621

Parent Contract

Parent Award PIID: AG7604C100001

IDV Type: IDC

Timeline

Start Date: 2010-02-17

Current End Date: 2011-12-31

Potential End Date: 2011-12-31 00:00:00

Last Modified: 2014-01-24

More Contracts from Glacier Technologies LLC

View all Glacier Technologies LLC federal contracts →

Other Department of Agriculture Contracts

View all Department of Agriculture contracts →

Explore Related Government Spending