DoD's $2.96M Platform One Design Studio Task Order Awarded to Skylight Inc

Contract Overview

Contract Amount: $2,964,403 ($3.0M)

Contractor: Skylight Inc.

Awarding Agency: Department of Defense

Start Date: 2025-07-29

End Date: 2026-04-28

Contract Duration: 273 days

Daily Burn Rate: $10.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: DESIGN STUDIO TASK ORDER NUMBER 22 - PLATFORM ONE - SOLUTION DESIGN SERVICES OFF OF THE DESIGN STUDIO SBIR III IDIQ, FA8771-22-D-0003.

Place of Performance

Location: MONTGOMERY, MONTGOMERY County, ALABAMA, 36116

State: Alabama Government Spending

Plain-Language Summary

Department of Defense obligated $3.0 million to SKYLIGHT INC. for work described as: DESIGN STUDIO TASK ORDER NUMBER 22 - PLATFORM ONE - SOLUTION DESIGN SERVICES OFF OF THE DESIGN STUDIO SBIR III IDIQ, FA8771-22-D-0003. Key points: 1. This task order focuses on solution design services for Platform One, a key DoD initiative. 2. The contract was awarded under a Full and Open Competition after Exclusion of Sources, indicating a specific justification for the procurement method. 3. The fixed-price contract type aims to control costs for the 273-day duration. 4. The NAICS code 541511 points to Custom Computer Programming Services, a common area for federal IT spending.

Value Assessment

Rating: fair

The contract is a firm-fixed-price delivery order, which is a standard pricing structure for defined scopes of work. Without specific benchmarks for 'Solution Design Services' under the Design Studio SBIR III IDIQ, a direct comparison is difficult, but the price appears reasonable for a 9-month engagement.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract states 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting that while competition was sought, specific criteria or prior exclusions limited the pool of eligible bidders. This method can impact price discovery if the eligible pool is small.

Taxpayer Impact: The firm-fixed-price nature of the contract helps ensure taxpayer funds are used predictably for the defined services.

Public Impact

Enhances the capabilities of Platform One, a critical DoD cloud environment. Supports the development of innovative solutions for the Air Force. Leverages specialized design services to improve user experience and functionality. Contributes to the modernization of DoD IT infrastructure.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT services sector, specifically custom computer programming. Federal IT spending is substantial, and contracts like this contribute to the ongoing modernization and operationalization of critical government platforms.

Small Business Impact

The contract was awarded under the Design Studio SBIR III IDIQ, which often aims to foster small business innovation. However, this specific task order does not indicate if Skylight Inc. is a small business, nor does it detail any small business subcontracting requirements.

Oversight & Accountability

The use of an IDIQ contract and a firm-fixed-price delivery order suggests a structured procurement process. Oversight will be crucial to ensure the delivered design services meet the requirements and stay within budget.

Related Government Programs

Risk Flags

Tags

custom-computer-programming-services, department-of-defense, al, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $3.0 million to SKYLIGHT INC.. DESIGN STUDIO TASK ORDER NUMBER 22 - PLATFORM ONE - SOLUTION DESIGN SERVICES OFF OF THE DESIGN STUDIO SBIR III IDIQ, FA8771-22-D-0003.

Who is the contractor on this award?

The obligated recipient is SKYLIGHT INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $3.0 million.

What is the period of performance?

Start: 2025-07-29. End: 2026-04-28.

What specific criteria led to the 'Exclusion of Sources' in this full and open competition, and how did this impact the final price?

The justification for excluding sources typically involves unique capabilities, prior development, or specific program requirements that limit the pool of potential offerors. Understanding these criteria is key to assessing if the competition was truly maximized. If the exclusion significantly narrowed the field, it could have limited competitive pressure, potentially impacting the final price achieved compared to a broader competition.

How does the cost of these solution design services compare to similar contracts for Platform One or other DoD cloud initiatives?

Benchmarking this $2.96 million contract requires access to data on comparable solution design services for cloud platforms within the DoD. Factors like contract duration (273 days), specific deliverables, and the vendor's expertise influence cost. Without specific comparative data, assessing value for money is challenging, though the firm-fixed-price structure provides cost certainty.

What are the measurable outcomes or effectiveness metrics for the solution design services provided under this task order?

Effectiveness is measured by the successful delivery of design artifacts that meet Platform One's requirements and facilitate future development or implementation. Key metrics could include adherence to design specifications, user feedback on proposed solutions, and the clarity and completeness of the design documentation, ultimately contributing to the platform's usability and mission support.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesCustom Computer Programming Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1226 N TAMIAMI TRL STE 201-13, SARASOTA, FL, 34236

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $10,102,848

Exercised Options: $2,964,403

Current Obligation: $2,964,403

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $139,287

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA877122D0003

IDV Type: IDC

Timeline

Start Date: 2025-07-29

Current End Date: 2026-04-28

Potential End Date: 2028-04-28 00:00:00

Last Modified: 2026-01-02

More Contracts from Skylight Inc.

View all Skylight Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending