DOT's $17M Actionet contract for IT infrastructure management awarded via full and open competition
Contract Overview
Contract Amount: $17,062,213 ($17.1M)
Contractor: Actionet Inc
Awarding Agency: Department of Transportation
Start Date: 2009-11-10
End Date: 2017-09-30
Contract Duration: 2,881 days
Daily Burn Rate: $5.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 6
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: ACTIONET TASK ORDER: INFRASTRUCTURE MANAGEMENT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590
Plain-Language Summary
Department of Transportation obligated $17.1 million to ACTIONET INC for work described as: ACTIONET TASK ORDER: INFRASTRUCTURE MANAGEMENT Key points: 1. Contract awarded to Actionet Inc. for IT infrastructure management services. 2. The contract utilized full and open competition, suggesting a competitive bidding process. 3. The duration of the contract was approximately 8 years, indicating a long-term need. 4. The contract type was Time and Materials, which can pose cost control challenges. 5. The contract was a Delivery Order under a larger contract vehicle. 6. The primary service code (NAICS) points to Computer Facilities Management Services.
Value Assessment
Rating: fair
The total value of $17.1 million over nearly 8 years averages to approximately $2.2 million per year. Benchmarking this against similar IT infrastructure management contracts is difficult without more specific service details and market rates. The Time and Materials (T&M) pricing structure, while flexible, can lead to cost overruns if not closely managed, making a definitive value-for-money assessment challenging without detailed performance and cost data. The contract's duration suggests a sustained need, but the T&M nature warrants scrutiny of cost efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' While this indicates an initial broad solicitation, the 'after exclusion of sources' clause suggests specific conditions or limitations were applied during the process. The presence of 6 bids (no) indicates a degree of competition, which is generally positive for price discovery. However, the specifics of the exclusion could impact the breadth of competition and potentially the final pricing.
Taxpayer Impact: The use of full and open competition generally benefits taxpayers by fostering a competitive environment that can drive down prices and improve service quality. The fact that multiple bids were received suggests that taxpayers likely received a reasonably competitive price for the services rendered.
Public Impact
The Department of Transportation (DOT) benefits from managed IT infrastructure, ensuring operational continuity. Services provided include computer facilities management, crucial for the agency's IT operations. The contract's impact is primarily within the District of Columbia, where DOT is headquartered. The contract supports IT professionals and potentially other roles involved in infrastructure management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type can lead to cost escalation if not properly managed.
- The 'after exclusion of sources' clause in the competition type warrants further investigation into potential limitations on competition.
- Lack of specific performance metrics makes it difficult to assess the effectiveness and efficiency of the services provided.
- The long duration of the contract (nearly 8 years) requires ongoing monitoring to ensure continued value and relevance.
Positive Signals
- Awarded through full and open competition, indicating a structured procurement process.
- Received multiple bids (6), suggesting interest and a competitive element in the award.
- The contract addresses a core IT infrastructure management need for the agency.
- The contract was a delivery order, implying it was part of a pre-existing, potentially competitive, contract vehicle.
Sector Analysis
The IT infrastructure management sector is a critical component of government operations, encompassing the maintenance and support of essential computing resources. This contract falls within the broader IT services market, which is characterized by a wide range of specialized providers. Government spending in this area is substantial, driven by the need to maintain secure, reliable, and up-to-date technological systems. Comparable spending benchmarks would depend heavily on the specific scope of 'infrastructure management,' but IT services contracts for federal agencies often range from hundreds of thousands to tens of millions of dollars annually.
Small Business Impact
There is no indication that this contract included small business set-asides (ss=false, sb=false). Therefore, the primary impact on small businesses would be through potential subcontracting opportunities, which are not detailed in the provided data. Without specific subcontracting plans or goals, it's difficult to assess the extent to which small businesses benefited from this particular contract award.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Transportation's contracting officers and program managers. As a Delivery Order under a larger contract, oversight might also be influenced by the terms of the parent contract. Transparency is generally facilitated through contract databases like FPDS, where basic award information is available. Specific Inspector General jurisdiction would depend on the nature of any potential issues or investigations related to contract performance or compliance.
Related Government Programs
- IT Operations and Support Services
- Computer Facilities Management
- Information Technology Services
- Cloud Computing Services
- Network Infrastructure Management
Risk Flags
- Potential for cost overruns due to Time and Materials pricing.
- Limited transparency on the 'exclusion of sources' impacting competition.
- Lack of specific performance metrics hinders value assessment.
- Long contract duration requires continuous oversight.
Tags
it-services, infrastructure-management, department-of-transportation, actionet-inc, time-and-materials, full-and-open-competition, delivery-order, computer-facilities-management, district-of-columbia, naics-541513
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $17.1 million to ACTIONET INC. ACTIONET TASK ORDER: INFRASTRUCTURE MANAGEMENT
Who is the contractor on this award?
The obligated recipient is ACTIONET INC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Immediate Office of the Secretary of Transportation).
What is the total obligated amount?
The obligated amount is $17.1 million.
What is the period of performance?
Start: 2009-11-10. End: 2017-09-30.
What was the specific nature of the 'exclusion of sources' in the 'Full and Open Competition After Exclusion of Sources' award?
The designation 'Full and Open Competition After Exclusion of Sources' suggests that while the procurement was intended to be broadly competitive, certain potential sources were deliberately excluded from consideration. The reasons for such exclusions can vary, including specific technical requirements, past performance issues, or national security concerns. Without further documentation from the procurement process (e.g., Justification for Other Than Full and Open Competition or a detailed synopsis), it is impossible to determine the exact nature of the exclusion. This clause warrants a closer look to understand if it limited competition unduly and potentially impacted the final price or selection of the contractor.
How does the Time and Materials (T&M) pricing structure compare to other IT infrastructure management contracts at DOT?
Time and Materials (T&M) contracts are often used when the scope of work is not clearly defined or is expected to change frequently. While T&M offers flexibility, it carries a higher risk of cost overruns compared to fixed-price contracts, as the government pays for the actual labor hours and materials used. For IT infrastructure management, which often involves predictable maintenance and support, fixed-price or cost-plus-fixed-fee structures might offer better cost control. Comparing this T&M contract to others at DOT would require analyzing the specific services rendered, the level of definition in the SOW, and the overall cost performance of similar contracts. A T&M contract for a long-duration, potentially stable service like infrastructure management might indicate less rigorous upfront scope definition or a higher tolerance for cost uncertainty.
What was Actionet Inc.'s track record with the Department of Transportation prior to this award?
The provided data does not include specific details on Actionet Inc.'s prior contract history with the Department of Transportation. However, the fact that this was a Delivery Order (aw='DELIVERY ORDER') suggests it was likely placed under a larger, pre-existing contract vehicle. To assess Actionet's track record, one would need to examine their performance on previous contracts, including any past performance evaluations, awards, or disputes. A review of FPDS or other federal procurement databases for Actionet's history with DOT and other agencies would provide insights into their reliability, quality of service, and overall performance.
What are the key performance indicators (KPIs) used to measure the success of this IT infrastructure management contract?
The provided data does not specify the Key Performance Indicators (KPIs) used to measure the success of this contract. For IT infrastructure management, typical KPIs might include system uptime percentages, response times for issue resolution, security incident rates, patch management compliance, and user satisfaction scores. The absence of this information in the summary data makes it difficult to objectively assess the contractor's performance and the overall value delivered to the Department of Transportation. A thorough review would require accessing the contract's Performance Work Statement (PWS) or Statement of Objectives (SOO) to identify the agreed-upon metrics and service levels.
How has DOT's spending on IT infrastructure management evolved over the years, and where does this contract fit in?
The provided data focuses on a single contract action (a Delivery Order) valued at approximately $17 million over nearly 8 years (2009-2017). It does not provide a historical overview of DOT's total spending on IT infrastructure management. To understand the evolution of DOT's spending in this area, one would need to analyze aggregate spending data across multiple contracts and fiscal years within the relevant NAICS codes (e.g., 541513). This specific contract represents a significant, long-term investment in IT infrastructure management during its period of performance. Its size suggests it was a substantial component of DOT's IT support during those years, but its proportion relative to DOT's total IT budget would require broader spending analysis.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Facilities Management Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 6
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 2600 PARK TOWER DR STE 1000, VIENNA, VA, 22180
Business Categories: 8(a) Program Participant, Asian Pacific American Owned Business, Category Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, Subchapter S Corporation, Woman Owned Business
Financial Breakdown
Contract Ceiling: $17,062,213
Exercised Options: $17,062,213
Current Obligation: $17,062,213
Actual Outlays: $14,235
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: DTOS5909D00467
IDV Type: IDC
Timeline
Start Date: 2009-11-10
Current End Date: 2017-09-30
Potential End Date: 2021-05-20 00:00:00
Last Modified: 2021-05-11
More Contracts from Actionet Inc
- Ocio Operational Information Technology Support Services in Accordance With the Statement of Work in De-Dt0003143 Hereof. (proposal Requirements ARE SET Forth in the Attachments Hereto.) — $925.6M (Department of Energy)
- NEW Award Contract # Dtfawa-09-C-00009. Initial Incremental Funding to Support Contract Award for Clins 2, 3, 4, 5, 6, 7, 8, 9, 10, 14A, 14B, 15, and 16. TAS::69 8107::TAS — $198.7M (Department of Transportation)
- Cmmi Consolidated Innovation Center Development and IT Management (cicdim) — $178.6M (Department of Health and Human Services)
- Data Engineering and Data Managment Services Igf::ot::igf — $123.2M (Department of State)
- IT Services Supporting DOS Diplomatic Security, Chief Technology Officer Igf::ot::igf — $82.7M (Department of State)
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)