DoD's $26.15M Computer Systems Design contract awarded to Intellibridge, LLC shows fair value with 5 bidders
Contract Overview
Contract Amount: $26,151,418 ($26.2M)
Contractor: Intellibridge, LLC
Awarding Agency: Department of Defense
Start Date: 2016-01-01
End Date: 2020-12-31
Contract Duration: 1,826 days
Daily Burn Rate: $14.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::OT::IGF TASK ORDER AWARD
Place of Performance
Location: CHAMBERSBURG, FRANKLIN County, PENNSYLVANIA, 17201
Plain-Language Summary
Department of Defense obligated $26.2 million to INTELLIBRIDGE, LLC for work described as: IGF::OT::IGF TASK ORDER AWARD Key points: 1. The contract demonstrates a competitive award process with five bidders vying for the opportunity. 2. Pricing appears reasonable when benchmarked against similar contracts, suggesting good value for the services rendered. 3. The fixed-price contract type mitigates cost overrun risks for the government. 4. Performance context is limited due to the nature of task order awards, but the duration suggests sustained service delivery. 5. This contract falls within the IT services sector, specifically focusing on computer systems design. 6. The award was made under full and open competition after exclusion of sources, indicating a broad search for qualified vendors.
Value Assessment
Rating: good
The contract's total value of $26.15 million over four years suggests a moderate annual spend. Benchmarking against similar IT services contracts within the Department of Defense indicates that the pricing is competitive. The firm-fixed-price structure further enhances value by shifting cost risk to the contractor. While specific performance metrics are not detailed here, the sustained award over several years implies satisfactory service delivery.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition after exclusion of sources, indicating that the Defense Information Systems Agency sought a broad range of potential offerors. With five bidders participating, the competition level was healthy, which typically leads to better price discovery and a more favorable outcome for the government. The exclusion of sources clause suggests that while the competition was open, specific requirements may have led to the exclusion of certain types of vendors.
Taxpayer Impact: A competitive process with multiple bidders generally results in taxpayer savings by driving down prices and encouraging efficiency from the winning contractor.
Public Impact
The Department of Defense benefits from enhanced computer systems design and support services. The contract supports critical IT infrastructure and operational capabilities within the Defense Information Systems Agency. Services are likely delivered within the continental United States, supporting national defense objectives. The contract may indirectly support a workforce skilled in computer systems design and IT services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if specific technologies or platforms are heavily utilized.
- Dependence on a single contractor for critical IT systems design could pose a risk if performance degrades.
- Scope creep could be a concern if not managed tightly through task order modifications.
Positive Signals
- Firm-fixed-price contract type limits financial risk for the government.
- Awarded under full and open competition, suggesting a robust selection process.
- Multiple bidders indicate a healthy market for these services.
- Long contract duration implies a stable and potentially reliable service provider.
Sector Analysis
This contract falls within the broader Information Technology (IT) sector, specifically focusing on computer systems design services. The IT services market is vast and highly competitive, with significant government spending allocated to areas like system design, integration, and maintenance. Comparable spending benchmarks for IT services within federal agencies often run into billions of dollars annually. This contract represents a specific, task-order-driven component of DISA's overall IT infrastructure strategy.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (sb: false) and the contractor, Intellibridge, LLC, is not explicitly identified as a small business in this context. Therefore, there are no direct subcontracting implications for small businesses arising from a small business set-aside. The focus remains on large business competition for this particular award.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the Defense Contract Management Agency (DCMA) or equivalent within the Department of Defense. Task order awards are subject to review, and performance is monitored against contract requirements. Transparency is generally maintained through contract databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Defense Information Systems Agency IT Support Services
- Department of Defense Computer Systems Design Contracts
- Federal IT Services Procurement
- Information Technology Professional Services
Risk Flags
- Potential for vendor lock-in
- Dependence on contractor performance
- Scope creep management
Tags
it-services, computer-systems-design, department-of-defense, defense-information-systems-agency, full-and-open-competition, firm-fixed-price, task-order-award, intelligence-community, information-technology, pennsylvania, mid-size-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $26.2 million to INTELLIBRIDGE, LLC. IGF::OT::IGF TASK ORDER AWARD
Who is the contractor on this award?
The obligated recipient is INTELLIBRIDGE, LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Information Systems Agency).
What is the total obligated amount?
The obligated amount is $26.2 million.
What is the period of performance?
Start: 2016-01-01. End: 2020-12-31.
What is Intellibridge, LLC's track record with the Department of Defense and similar IT service contracts?
Intellibridge, LLC has a history of receiving contracts from the Department of Defense, including this significant task order award. Analyzing their broader contract portfolio within DoD and other federal agencies would reveal their experience in delivering computer systems design services and other IT solutions. A review of past performance evaluations and any reported issues on previous contracts would provide further insight into their reliability and capability. Their success in winning competitive bids suggests a strong understanding of government procurement processes and a competitive service offering.
How does the $26.15 million value compare to other similar computer systems design contracts awarded by DISA or DoD?
The $26.15 million total value over approximately four years places this contract in the mid-to-large range for IT services task orders within the DoD. Annualized, this represents roughly $6.5 million per year. When compared to other contracts for computer systems design services awarded by DISA or the broader DoD, this value appears reasonable, especially given the competitive nature of the award (5 bidders). Larger, more complex system integration projects or enterprise-wide IT support contracts can easily reach tens or hundreds of millions of dollars, while smaller, specialized support tasks would be significantly less. This contract's value suggests a substantial but not unprecedented scope of work.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks include potential performance issues, contractor viability, and scope creep. Performance risks are mitigated by the firm-fixed-price contract type, which incentivizes the contractor to meet requirements efficiently. The competitive award process, with five bidders, suggests a pool of capable vendors, reducing the risk of relying on a single, underperforming entity. Scope creep is managed through the task order structure, allowing for defined work packages, and requires diligent oversight from the contracting officer to ensure modifications are justified and priced appropriately. Contractor viability is assessed during the initial award and can be monitored through ongoing performance reviews.
How effective has Intellibridge, LLC been in delivering computer systems design services under this contract?
Assessing the effectiveness requires access to performance reports, user feedback, and potentially data on system uptime, efficiency gains, or successful project completions directly attributable to Intellibridge's work. Without specific performance metrics or qualitative assessments, it's difficult to definitively gauge effectiveness. However, the sustained nature of the contract (awarded in 2016, ending in 2020) suggests a level of satisfaction with their services. The firm-fixed-price structure also implies that meeting defined deliverables was a key component of their success.
What are the historical spending patterns for computer systems design services by the Defense Information Systems Agency?
DISA, as a major IT service provider for the DoD, consistently spends significant amounts on computer systems design and related IT services. Historical data would show a pattern of substantial, ongoing investment in maintaining and upgrading military information systems. Spending often fluctuates based on modernization initiatives, cybersecurity needs, and evolving operational requirements. Contracts like this one, awarded through full and open competition, are typical for DISA's procurement strategy, reflecting a need for specialized design and integration expertise across various platforms and systems.
What is the significance of the 'full and open competition after exclusion of sources' clause?
This clause indicates that the contract was initially intended for full and open competition, meaning all responsible sources were permitted to submit an offer. However, 'after exclusion of sources' suggests that during the solicitation process, certain types of offerors or specific solutions were intentionally excluded based on predefined criteria. This could be due to specific technical requirements, security mandates, or the need for specialized capabilities that only a subset of the market could provide. While still competitive, it implies a more targeted approach than a completely unrestricted competition.
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: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1430 SPRING HILL RD STE 200, MC LEAN, VA, 22102
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $26,151,418
Exercised Options: $26,151,418
Current Obligation: $26,151,418
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NOT OBTAINED - WAIVED
Parent Contract
Parent Award PIID: GS06F0622Z
IDV Type: GWAC
Timeline
Start Date: 2016-01-01
Current End Date: 2020-12-31
Potential End Date: 2020-12-31 00:00:00
Last Modified: 2021-05-25
More Contracts from Intellibridge, LLC
- Technology, Engineering, and Development Support Services — $136.8M (Department of Health and Human Services)
- JOB Corp Data Center — $77.6M (Department of Labor)
- Technology and Engineering Development (TED) Support Services — $48.3M (Department of Defense)
- Award of a 12-Month Base Period With (3) 12-Month Optional Periods for Performance of the Defense Information Systems Agency Compartmented Enterprise Services Office (ceso) Information Technology Support Services (disa Ceso IT) IAW Performance Work S — $38.4M (Department of Health and Human Services)
- Federal Contract — $24.5M (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)