GSA Awards $53M Engineering Services Contract to Peraton Inc. for DC3GS Sustainment
Contract Overview
Contract Amount: $53,095,184 ($53.1M)
Contractor: Peraton Inc.
Awarding Agency: General Services Administration
Start Date: 2017-03-30
End Date: 2025-01-31
Contract Duration: 2,864 days
Daily Burn Rate: $18.5K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::OT::IGF DC3GS SUSTAINMENT SERVICES II
Place of Performance
Location: COLORADO SPRINGS, EL PASO County, COLORADO, 80906
State: Colorado Government Spending
Plain-Language Summary
General Services Administration obligated $53.1 million to PERATON INC. for work described as: IGF::OT::IGF DC3GS SUSTAINMENT SERVICES II Key points: 1. Contract awarded to Peraton Inc. for $53.1M. 2. Services fall under Engineering Services (NAICS 541330). 3. Contract is a Purchase Order with a Firm Fixed Price. 4. No indication of small business participation. 5. Contract duration is over 23 years.
Value Assessment
Rating: questionable
The contract value of $53.1M over nearly 24 years suggests a high per-year cost. Without specific deliverables or benchmarks, it's difficult to assess value for money. The long duration raises concerns about potential cost overruns or outdated services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not competed, indicating a sole-source or limited competition award. This lack of competition may have led to a higher price than could have been achieved through a competitive bidding process.
Taxpayer Impact: The absence of competition could result in taxpayers paying more than necessary for these engineering services.
Public Impact
Citizens may be paying a premium due to the lack of competition. Long-term sustainment contracts require careful monitoring for efficiency. Transparency in sole-source awards is crucial for public trust.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Long contract duration
- Potential for cost creep
Positive Signals
- Specific vendor selected for sustainment
Sector Analysis
This contract falls within the Engineering Services sector. Spending in this sector can vary widely based on project scope and duration. The significant value and long term suggest a critical, ongoing need for these services.
Small Business Impact
There is no indication that small businesses were involved in this contract, either as prime contractors or subcontractors. This represents a missed opportunity to support small business growth within the federal contracting landscape.
Oversight & Accountability
The long duration of this contract necessitates robust oversight from the General Services Administration to ensure Peraton Inc. is delivering services effectively and at a fair price. Regular performance reviews and cost audits are essential.
Related Government Programs
- Engineering Services
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Lack of competition
- Extended contract duration
- Potential for cost overruns
- No small business participation noted
- Unclear service specifics
Tags
engineering-services, general-services-administration, co, purchase-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $53.1 million to PERATON INC.. IGF::OT::IGF DC3GS SUSTAINMENT SERVICES II
Who is the contractor on this award?
The obligated recipient is PERATON INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $53.1 million.
What is the period of performance?
Start: 2017-03-30. End: 2025-01-31.
What specific engineering services are being provided under this contract, and how do they align with current technological needs?
The provided data does not specify the exact engineering services. Given the contract's long duration (2017-2025), there's a risk that the services may become outdated. A detailed review of the contract's statement of work is needed to assess its relevance and ensure it meets evolving technological requirements and agency objectives.
What justification was provided for not competing this contract, and what steps were taken to ensure a fair and reasonable price?
The data indicates the contract was 'NOT COMPETED.' Typically, sole-source awards require a justification, such as unique capabilities or urgent needs. Without this justification, it's impossible to assess the rationale. The General Services Administration should have conducted a price analysis to ensure the negotiated price was fair and reasonable, but this information is not available.
How will the government ensure accountability and value for money over the nearly 24-year contract term?
Ensuring accountability and value over such an extended period requires proactive contract management. This includes regular performance reviews, milestone tracking, and potentially periodic re-evaluations of pricing or service scope. The contracting officer must actively manage the contract, ensuring deliverables are met and that the services remain relevant and cost-effective throughout its lifespan.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: ID08170002
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 12975 WORLDGATE 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: $56,411,559
Exercised Options: $53,116,949
Current Obligation: $53,095,184
Actual Outlays: $10,457,292
Subaward Activity
Number of Subawards: 11
Total Subaward Amount: $915,416
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Timeline
Start Date: 2017-03-30
Current End Date: 2025-01-31
Potential End Date: 2025-01-31 00:00:00
Last Modified: 2025-04-22
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 General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)