GSA's $56M Windows 10 Migration Contract Awarded to Agile Defense, LLC for IT Services
Contract Overview
Contract Amount: $56,003,592 ($56.0M)
Contractor: Agile Defense, LLC
Awarding Agency: General Services Administration
Start Date: 2017-09-27
End Date: 2018-05-24
Contract Duration: 239 days
Daily Burn Rate: $234.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::OT::IGF IT SERVICES TASK ORDER FOR WINDOWS 10 MIGRATION&DEPLOYMENT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20330
Plain-Language Summary
General Services Administration obligated $56.0 million to AGILE DEFENSE, LLC for work described as: IGF::OT::IGF IT SERVICES TASK ORDER FOR WINDOWS 10 MIGRATION&DEPLOYMENT Key points: 1. Contract awarded for IT services related to Windows 10 migration and deployment. 2. Agile Defense, LLC secured this contract, indicating a focus on specific IT capabilities. 3. The contract type is Firm Fixed Price, suggesting clear cost expectations. 4. The duration of the contract is 239 days, indicating a focused, short-term project. 5. The contract was awarded under full and open competition after exclusion of sources. 6. This task order falls under Computer Systems Design Services, a key IT sector.
Value Assessment
Rating: fair
Benchmarking the value of this specific task order is challenging without comparable data for Windows 10 migration projects of this scope and duration. The firm fixed-price nature provides some cost certainty. However, the per-unit cost cannot be assessed without more granular data on the number of users or devices migrated. Further analysis would require understanding the specific deliverables and the complexity of the deployment.
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.' This suggests that while the competition was intended to be broad, specific sources may have been excluded for defined reasons. The presence of 3 bidders indicates some level of competition, but the exclusion of other potential sources warrants further investigation into the justification.
Taxpayer Impact: This level of competition, while not entirely unrestricted, likely provided a reasonable opportunity for price discovery and ensured that taxpayer funds were sought from multiple qualified vendors.
Public Impact
Federal employees in the District of Columbia benefit from updated operating systems, potentially improving productivity and security. The service delivered is the migration and deployment of Windows 10 across government systems. The geographic impact is concentrated in the District of Columbia. Workforce implications include IT personnel involved in the deployment and end-users adapting to the new operating system.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'exclusion of sources' clause in the competition type requires scrutiny to ensure it was justified and did not unduly limit competition.
- Lack of detailed performance metrics makes it difficult to assess the true value for money beyond the fixed price.
- The short duration might indicate a pilot or a specific phase, raising questions about the overall Windows 10 modernization strategy.
Positive Signals
- Awarded under a competitive process, suggesting multiple vendors had the opportunity to bid.
- Firm Fixed Price contract type provides cost certainty for the government.
- The contract addresses a critical IT modernization need (Windows 10 migration).
Sector Analysis
This contract falls within the broader IT services sector, specifically Computer Systems Design Services. The market for IT modernization and operating system deployment is substantial, with numerous government contractors offering these capabilities. The spending benchmark for similar IT modernization efforts can vary widely based on scope, complexity, and the number of users. This contract represents a specific task order within a larger IT services category.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside. However, the prime contractor, Agile Defense, LLC, may engage small businesses as subcontractors, which would be detailed in their subcontracting plan, if applicable.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the General Services Administration (GSA), specifically the Federal Acquisition Service. Accountability measures are inherent in the Firm Fixed Price contract type, requiring delivery of specified services. Transparency is generally maintained through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- IT Modernization Programs
- Operating System Deployment Contracts
- Computer Systems Design Services
- General Services Administration IT Contracts
Risk Flags
- Competition Limitation
- Scope Definition
- Performance Measurement
- Cybersecurity Risk
Tags
it-services, computer-systems-design, windows-10-migration, firm-fixed-price, general-services-administration, district-of-columbia, full-and-open-competition, delivery-order, it-modernization
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $56.0 million to AGILE DEFENSE, LLC. IGF::OT::IGF IT SERVICES TASK ORDER FOR WINDOWS 10 MIGRATION&DEPLOYMENT
Who is the contractor on this award?
The obligated recipient is AGILE DEFENSE, LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $56.0 million.
What is the period of performance?
Start: 2017-09-27. End: 2018-05-24.
What is the track record of Agile Defense, LLC in delivering similar IT migration and deployment services to the federal government?
Agile Defense, LLC has a history of securing federal contracts, often in the IT services domain. To assess their track record specifically for Windows 10 migration and deployment, a deeper dive into their past performance on similar task orders and contracts would be necessary. This would involve reviewing contract performance reports, any past performance questionnaires, and any documented issues or successes on prior engagements. Without access to these specific performance details for this contract and others like it, it's difficult to provide a definitive assessment of their track record beyond their general presence in the federal IT contracting space.
How does the total contract value of $56 million compare to other federal Windows 10 migration projects?
Comparing the $56 million total value requires context regarding the scope, duration, and number of users or endpoints involved. Federal Windows 10 migration projects can range significantly in cost. Smaller agencies or specific departments might undertake migrations costing a few million dollars, while large-scale, multi-year agency-wide efforts could reach tens or even hundreds of millions. This particular contract, with a duration of 239 days, suggests a focused effort. To truly benchmark its value, we would need to compare it against projects of similar scale and timeline, considering factors like the complexity of the existing IT infrastructure and the specific deployment strategy employed.
What are the primary risks associated with this Windows 10 migration contract?
Key risks include potential delays in deployment, which could impact user productivity and security if systems remain on older, unsupported operating systems. Technical challenges during migration, such as compatibility issues with legacy software or hardware, could arise and increase costs or extend timelines. There's also a risk of cybersecurity vulnerabilities if the migration process itself is not adequately secured or if endpoints are not properly configured post-migration. Furthermore, user adoption and training challenges could hinder the intended benefits of the upgrade. The short duration also presents a risk if the scope is underestimated, leading to rushed implementation.
How effective was the 'full and open competition after exclusion of sources' in achieving competitive pricing?
The effectiveness of 'full and open competition after exclusion of sources' in achieving competitive pricing is nuanced. While it implies a broader reach than a sole-source award, the exclusion of specific sources means the competition pool was intentionally narrowed. The fact that three bids were received suggests some level of competition existed. However, without knowing which sources were excluded and the rationale behind it, it's impossible to definitively state whether the exclusion prevented potentially lower bids from other qualified vendors. Ideally, full and open competition without exclusions yields the most competitive pricing.
What is the historical spending trend for Computer Systems Design Services by the General Services Administration?
The General Services Administration (GSA) is a significant procurer of IT services, including Computer Systems Design Services. Historical spending trends for this category by GSA have generally shown consistent demand, reflecting the government's ongoing need for IT modernization, system integration, and support. GSA often utilizes large IDIQ (Indefinite Delivery/Indefinite Quantity) contracts and task orders under these vehicles to procure such services. Specific spending figures fluctuate year-to-year based on agency needs, budget allocations, and the initiation of new large-scale IT projects. Analyzing GSA's overall IT spending portfolio would reveal Computer Systems Design Services as a substantial component.
What are the potential long-term implications of this Windows 10 migration for federal IT infrastructure?
This migration represents a step towards modernizing federal IT infrastructure by moving users to a more current and supported operating system. This can enhance security posture by enabling access to the latest security patches and features, and potentially reduce the support burden associated with maintaining older systems. It also lays the groundwork for adopting newer technologies and cloud-based services that may have specific OS requirements. However, the long-term implications also depend on the agency's broader IT strategy, including plans for future OS upgrades, endpoint management, and cybersecurity measures beyond the initial migration.
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 AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 11600 SUNRISE VALLEY DR STE 440, RESTON, VA, 20191
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Other Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $65,099,996
Exercised Options: $65,099,996
Current Obligation: $56,003,592
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS06F0626Z
IDV Type: GWAC
Timeline
Start Date: 2017-09-27
Current End Date: 2018-05-24
Potential End Date: 2018-05-24 00:00:00
Last Modified: 2024-09-11
More Contracts from Agile Defense, LLC
- Darpa Mission Systems Office Information Technology Directorate IT Systems Services and Support Task Order — $225.2M (Department of Defense)
- IT Service Operations — $109.0M (Department of Defense)
- Reserved — $105.9M (Department of Defense)
- Caoc Communications Support "igf::ot::igf" — $84.3M (General Services Administration)
- Global Application Delivery Network — $56.2M (Department of Defense)
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)