GSA Awards $40.6M for IT Security Operations Support to Valiant Solutions, LLC
Contract Overview
Contract Amount: $40,590,753 ($40.6M)
Contractor: Valiant Solutions, LLC
Awarding Agency: General Services Administration
Start Date: 2014-07-22
End Date: 2018-08-06
Contract Duration: 1,476 days
Daily Burn Rate: $27.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: IGF::CL::IGF SECURITY OPERATIONS SUPPORT AWARD FOR OCISO
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20405
Plain-Language Summary
General Services Administration obligated $40.6 million to VALIANT SOLUTIONS, LLC for work described as: IGF::CL::IGF SECURITY OPERATIONS SUPPORT AWARD FOR OCISO Key points: 1. Contract awarded for IT security operations support. 2. VALIANT SOLUTIONS, LLC is the primary contractor. 3. Competition was full and open, suggesting potential for competitive pricing. 4. The sector is Computer Systems Design Services (NAICS 541512).
Value Assessment
Rating: fair
The contract is a Time and Materials (T&M) type, which can lead to cost overruns if not managed closely. Benchmarking against similar T&M contracts for IT security support is difficult without more granular data on labor categories and hours.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which generally allows for a wide range of potential bidders and can lead to better price discovery. However, the T&M pricing structure may limit the effectiveness of this competition in controlling final costs.
Taxpayer Impact: The use of T&M pricing for a significant contract duration raises concerns about potential overspending by taxpayers if not rigorously monitored and controlled.
Public Impact
Citizens rely on secure federal IT systems for essential services. This contract supports the operational security of government computer systems. Transparency in IT spending is crucial for public trust.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials pricing structure
- Long contract duration (1476 days)
- Lack of specific performance metrics in provided data
Positive Signals
- Full and open competition
- Awarded by GSA, a central procurement agency
Sector Analysis
This contract falls within the IT services sector, specifically Computer Systems Design Services. Spending in this area is substantial across the federal government, with significant variation based on complexity and duration. Benchmarks for similar security operations support contracts would typically consider labor rates, service levels, and technology integration.
Small Business Impact
The data indicates that the awardee, VALIANT SOLUTIONS, LLC, is not listed as a small business (ss: false). Therefore, this specific award does not appear to directly benefit small businesses through subcontracting opportunities based on the provided information.
Oversight & Accountability
Oversight would typically involve regular performance reviews, audits of billing and hours, and adherence to contract terms by the contracting officer's representative (COR) and the agency's procurement office. The GSA's Federal Acquisition Service is responsible for managing this contract.
Related Government Programs
- Computer Systems Design Services
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Potential for cost overruns due to T&M pricing
- Lack of specific performance metrics
- Long contract duration without clear break clauses
- No indication of small business subcontracting goals
Tags
computer-systems-design-services, general-services-administration, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $40.6 million to VALIANT SOLUTIONS, LLC. IGF::CL::IGF SECURITY OPERATIONS SUPPORT AWARD FOR OCISO
Who is the contractor on this award?
The obligated recipient is VALIANT SOLUTIONS, LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $40.6 million.
What is the period of performance?
Start: 2014-07-22. End: 2018-08-06.
What specific IT security operations are covered under this contract, and how are their effectiveness measured?
The provided data does not detail the specific IT security operations supported. Effectiveness is typically measured through performance metrics like incident response times, system uptime, vulnerability remediation rates, and compliance with security standards. Without these details, a full assessment of value is challenging.
What is the potential risk associated with the Time and Materials pricing model for this contract?
The primary risk of a T&M contract is the potential for cost escalation, as the government pays for the actual labor hours and materials used. This necessitates robust oversight to ensure efficiency and prevent contractor overbilling. Without clear ceilings and diligent monitoring, costs can exceed initial estimates significantly.
How does this contract contribute to the overall cybersecurity posture of the agencies it serves?
This contract directly contributes to the cybersecurity posture by providing essential support for the operation and maintenance of federal IT security systems. Effective execution ensures that systems are protected against threats, vulnerabilities are managed, and compliance with security regulations is maintained, thereby safeguarding sensitive data and critical infrastructure.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 208 N. GARNETT ST SUITE F, HENDERSON, NC, 27536
Business Categories: Category Business, HUBZone Firm, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $41,616,252
Exercised Options: $40,590,753
Current Obligation: $40,590,753
Subaward Activity
Number of Subawards: 7
Total Subaward Amount: $20,824,816
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS35F290AA
IDV Type: FSS
Timeline
Start Date: 2014-07-22
Current End Date: 2018-08-06
Potential End Date: 2018-08-06 00:00:00
Last Modified: 2020-02-27
More Contracts from Valiant Solutions, LLC
- Secopsii Security Engineering and Operations Support 2 Igf::ot::igf — $87.0M (General Services Administration)
- THE Purpose of This Requirement IS for Security Support Services for the Office of the Chief Information Security Officer — $71.4M (General Services Administration)
- Oaqps Information Technology Support Contract — $24.9M (Environmental Protection Agency)
- Purpose of the BPA Call Order IS to Provide Ciso Support Services for the Office of the Chief Information Security Officer — $19.0M (General Services Administration)
- Security Operations Center (SOC) Support Services — $9.6M (Department of Homeland Security)
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)