DOT Awards $56.8M for ATO NEO Directorate Support to Spatial Front Inc
Contract Overview
Contract Amount: $56,798,756 ($56.8M)
Contractor: Spatial Front Inc
Awarding Agency: Department of Transportation
Start Date: 2016-08-08
End Date: 2023-05-31
Contract Duration: 2,487 days
Daily Burn Rate: $22.8K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 3
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: THIS TASK ORDER PROVIDES ONGOING TECHNICAL AND PROGRAM/ ADMINISTRATIVE SUPPORT SERVICES FOR THE ATO NEO DIRECTORATE, INCLUDING AIM-I SUPPORT, AISR WORKSTATIONS SUPPORT, NAIMES/AIM-I II SUPPORT, AND LE IGF::OT::IGF
Place of Performance
Location: WARRENTON, CULPEPER County, VIRGINIA, 20186
State: Virginia Government Spending
Plain-Language Summary
Department of Transportation obligated $56.8 million to SPATIAL FRONT INC for work described as: THIS TASK ORDER PROVIDES ONGOING TECHNICAL AND PROGRAM/ ADMINISTRATIVE SUPPORT SERVICES FOR THE ATO NEO DIRECTORATE, INCLUDING AIM-I SUPPORT, AISR WORKSTATIONS SUPPORT, NAIMES/AIM-I II SUPPORT, AND LE IGF::OT::IGF Key points: 1. Contract supports critical aviation IT infrastructure and administrative functions. 2. Competition was under SAP, suggesting potential for better price discovery. 3. Risk of vendor lock-in and potential cost overruns exists. 4. Sector is IT services, specifically computer related services.
Value Assessment
Rating: fair
The contract is a Time and Materials type, which can lead to cost overruns if not managed closely. The duration and total value suggest a significant investment, but without specific benchmarks for these niche support services, a precise value assessment is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
Competed under SAP (Simplified Acquisition Procedures), indicating a limited competition pool. While competed, the specific nature of the support may have restricted the number of capable bidders, potentially impacting price discovery.
Taxpayer Impact: Taxpayers are funding essential aviation support services. The limited competition and T&M contract type warrant scrutiny to ensure funds are used efficiently.
Public Impact
Ensures continued operation of vital aviation systems like AIM-I and NAIMES. Supports administrative functions within the ATO NEO Directorate. Potential impact on air traffic control system reliability and efficiency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type
- Limited competition under SAP
- Long contract duration (2487 days)
Positive Signals
- Provides essential support for aviation safety systems
- Ongoing need for these services is clear
Sector Analysis
This contract falls within the IT services sector, specifically 'Other Computer Related Services'. Spending in this area is substantial across government, with benchmarks varying widely based on service complexity and security requirements.
Small Business Impact
The contract was awarded to Spatial Front Inc. Analysis of whether this is a small business is not directly provided by the data, but the contract value suggests it could be a significant award for a small business if applicable.
Oversight & Accountability
Oversight is crucial given the T&M contract type and long duration. The FAA's program management office must actively monitor performance, costs, and scope to ensure accountability and prevent waste.
Related Government Programs
- Other Computer Related Services
- Department of Transportation Contracting
- Federal Aviation Administration Programs
Risk Flags
- Potential for cost overruns due to T&M contract type.
- Limited competition may have resulted in suboptimal pricing.
- Long contract duration increases risk of scope creep and vendor lock-in.
- Dependence on a single vendor for critical IT support.
- Lack of specific performance metrics in the provided data.
Tags
other-computer-related-services, department-of-transportation, va, bpa-call, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $56.8 million to SPATIAL FRONT INC. THIS TASK ORDER PROVIDES ONGOING TECHNICAL AND PROGRAM/ ADMINISTRATIVE SUPPORT SERVICES FOR THE ATO NEO DIRECTORATE, INCLUDING AIM-I SUPPORT, AISR WORKSTATIONS SUPPORT, NAIMES/AIM-I II SUPPORT, AND LE IGF::OT::IGF
Who is the contractor on this award?
The obligated recipient is SPATIAL FRONT INC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $56.8 million.
What is the period of performance?
Start: 2016-08-08. End: 2023-05-31.
What is the specific breakdown of services provided under this task order and how do they align with the ATO NEO Directorate's core mission objectives?
The task order covers technical, program, and administrative support for the ATO NEO Directorate, including specific systems like AIM-I, AISR workstations, NAIMES/AIM-I II, and LE IGF. These services are critical for the operational continuity and effectiveness of air traffic management systems and related administrative functions, directly supporting the directorate's mission.
What are the key performance indicators (KPIs) used to measure the success and effectiveness of Spatial Front Inc.'s support services?
The provided data does not specify the KPIs. Effective oversight would require clearly defined KPIs related to system uptime, response times for technical issues, successful completion of administrative tasks, and adherence to project milestones. These metrics are essential for evaluating contractor performance and ensuring value for taxpayer money.
How does the pricing structure of this Time and Materials contract compare to industry benchmarks for similar IT support services, considering the specific systems supported?
Without detailed service descriptions and specific labor categories, a direct benchmark comparison is challenging. However, Time and Materials contracts inherently carry a higher risk of cost escalation. The FAA should have conducted a thorough price analysis against independent government cost estimates and market research to ensure the rates negotiated were fair and reasonable.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 3
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 1568 SPRING HILL ROAD, SUITE 300, MCLEAN, VA, 22102
Business Categories: 8(a) Program Participant, Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $56,798,756
Exercised Options: $56,798,756
Current Obligation: $56,798,756
Actual Outlays: $36,249,160
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: DTFAWA11A00185
IDV Type: BPA
Timeline
Start Date: 2016-08-08
Current End Date: 2023-05-31
Potential End Date: 2023-05-31 00:00:00
Last Modified: 2025-04-29
More Contracts from Spatial Front Inc
- Geography Support and Project Management Services Call Order 0006 — $57.3M (Department of Commerce)
- ELM-4 Call Order Prometheus ART the Initial Goals ARE to Develop, Enhance, Modernize and Maintain Nrcs Tools for Internal Users to Design Conservation Practices, Systems That Support Conservation Practice Standard Development Processes and Provide — $49.3M (Department of Agriculture)
- Artemis-Investigations, Recalls, O&M, and Closeout (iroc) — $39.1M (Department of Transportation)
- Usda Fpac HAS an On-Going Need for the Continuation of Conservation Mission Delivery Automation and Tools - Prometheus — $31.8M (Department of Agriculture)
- Enterprise Initiatives Support and Modernization (eism) — $31.7M (Department of Commerce)
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)