DoD's $5.4M Learning Assets Lifecycle Management Support contract awarded to Chronos Operations LLC

Contract Overview

Contract Amount: $5,387,130 ($5.4M)

Contractor: Chronos Operations LLC

Awarding Agency: Department of Defense

Start Date: 2024-12-20

End Date: 2026-12-19

Contract Duration: 729 days

Daily Burn Rate: $7.4K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: LEARNING ASSETS LIFECYCLE MANAGEMENT SUPPORT (LALMS)

Place of Performance

Location: FORT BELVOIR, FAIRFAX County, VIRGINIA, 22060

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $5.4 million to CHRONOS OPERATIONS LLC for work described as: LEARNING ASSETS LIFECYCLE MANAGEMENT SUPPORT (LALMS) Key points: 1. Contract awarded as a definitive contract with a firm-fixed-price structure. 2. Chronos Operations LLC, the sole awardee, has secured this significant IT support contract. 3. The contract duration is 729 days, indicating a medium-term engagement. 4. The primary service category is Computer Systems Design Services, crucial for modern defense operations. 5. Awarded by Washington Headquarters Services, this contract supports a key DoD entity. 6. The contract value of $5.4M is spread over two years, suggesting a steady investment in IT infrastructure.

Value Assessment

Rating: fair

Benchmarking the value of this $5.4M contract requires more detailed cost breakdowns and comparisons to similar IT support services. Without specific performance metrics or a competitive bidding process, it's challenging to definitively assess value for money. The firm-fixed-price structure provides cost certainty for the government, but the absence of competition raises questions about whether the most economical price was achieved. Further analysis of the contractor's historical performance and the specific deliverables would be needed for a more robust valuation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor possesses the necessary specialized capabilities or when urgency dictates a direct award. The lack of competition limits the government's ability to leverage market forces to drive down costs and ensure the best possible pricing. It also means that potential alternative solutions or innovative approaches from other companies were not considered.

Taxpayer Impact: Taxpayers may not be receiving the best possible value due to the absence of a competitive bidding process. Sole-source awards can sometimes lead to higher prices than if multiple vendors had vied for the contract.

Public Impact

The Department of Defense benefits from continuous support for its learning assets lifecycle management. Essential IT services are delivered to ensure the smooth operation of critical defense systems. The contract's impact is primarily within the federal government sector, supporting administrative and operational functions. Workforce implications are likely concentrated within Chronos Operations LLC, with potential for specialized IT roles.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT services sector, specifically Computer Systems Design Services. The federal IT services market is vast, with significant spending allocated to system design, integration, and lifecycle management. This contract represents a small but critical component of the Department of Defense's overall IT spending, focusing on specialized support for learning assets. Comparable spending benchmarks would typically involve analyzing other contracts for similar IT lifecycle management services across various government agencies.

Small Business Impact

This contract does not appear to have a small business set-aside. There is no indication of subcontracting requirements for small businesses within the provided data. This means that opportunities for small businesses to participate in this specific contract are limited, and the primary awardee is not mandated to engage them. The impact on the small business ecosystem for this particular contract is therefore minimal.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the Washington Headquarters Services contracting office and potentially the Department of Defense's Inspector General. Accountability measures are established through the firm-fixed-price definitive contract, which outlines specific deliverables and payment terms. Transparency is limited by the sole-source nature of the award and the lack of publicly detailed performance metrics or cost breakdowns.

Related Government Programs

Risk Flags

Tags

it-services, computer-systems-design, department-of-defense, washington-headquarters-services, definitive-contract, firm-fixed-price, sole-source, lifecycle-management, learning-assets, chronos-operations-llc, virginia, moderate-value

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $5.4 million to CHRONOS OPERATIONS LLC. LEARNING ASSETS LIFECYCLE MANAGEMENT SUPPORT (LALMS)

Who is the contractor on this award?

The obligated recipient is CHRONOS OPERATIONS LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Washington Headquarters Services).

What is the total obligated amount?

The obligated amount is $5.4 million.

What is the period of performance?

Start: 2024-12-20. End: 2026-12-19.

What is the track record of Chronos Operations LLC in delivering similar IT lifecycle management support services to the federal government?

Assessing the track record of Chronos Operations LLC requires a deep dive into federal procurement databases and past performance reviews. While the provided data indicates they were awarded this $5.4M contract, it doesn't detail their history with similar services. Typically, agencies review a contractor's past performance on previous contracts, including their ability to meet deadlines, stay within budget, and deliver quality services. For learning assets lifecycle management, this would involve evaluating their experience with software development, system maintenance, data management, and user support within a federal context. A thorough review would also consider any past performance issues, such as contract disputes or failures to meet key performance indicators. Without specific past performance data for Chronos Operations LLC on comparable contracts, it is difficult to definitively gauge their suitability and reliability for this specific requirement.

How does the $5.4M contract value compare to similar IT lifecycle management support contracts awarded by the Department of Defense or other federal agencies?

The $5.4 million contract value for Learning Assets Lifecycle Management Support (LALMS) awarded to Chronos Operations LLC is a moderate-sized IT services contract. To benchmark this value, one would compare it against other definitive contracts for IT lifecycle management, computer systems design, or similar support services procured by the Department of Defense (DoD) and other federal agencies over the past few years. Factors influencing comparability include contract duration, scope of services (e.g., software development, maintenance, training support, data management), and the specific systems or assets being managed. For instance, larger, more complex IT modernization efforts or enterprise-wide system overhauls typically command significantly higher values, often in the tens or hundreds of millions of dollars. Conversely, smaller, more focused support tasks might be valued in the low millions or less. The $5.4M figure suggests a focused scope of support for a specific set of learning assets over a two-year period, which appears reasonable within the broader context of federal IT spending, provided the scope of work is well-defined and aligns with market rates for such specialized services.

What are the primary risks associated with awarding this contract on a sole-source basis, and how might they be mitigated?

The primary risk associated with awarding this $5.4M IT support contract on a sole-source basis is the potential for suboptimal pricing and reduced innovation. Without competition, Chronos Operations LLC may not have had the same incentive to offer the most cost-effective solution, potentially leading to higher costs for taxpayers. Furthermore, the government misses out on potentially innovative approaches or technologies that other qualified vendors might have offered. Mitigation strategies for sole-source awards often include rigorous justification for the sole-source determination, detailed price analysis to ensure the offered price is fair and reasonable, and robust contract oversight to monitor performance and ensure value is being delivered. Negotiating specific performance metrics and incorporating incentives for efficiency can also help mitigate risks. However, the inherent limitations of a non-competitive award remain.

What is the expected effectiveness of the Learning Assets Lifecycle Management Support (LALMS) under this contract for the Department of Defense?

The expected effectiveness of the LALMS contract hinges on the successful execution of Computer Systems Design Services by Chronos Operations LLC. The contract aims to ensure that the DoD's learning assets are managed efficiently throughout their lifecycle, which likely includes development, deployment, maintenance, and eventual retirement. Effective management should lead to improved accessibility, usability, and relevance of training materials and educational resources for military personnel. This, in turn, can enhance readiness and operational effectiveness. The firm-fixed-price structure provides a degree of cost control, but the ultimate effectiveness will depend on the contractor's technical expertise, adherence to project timelines, and the clarity and completeness of the defined requirements. Without specific performance metrics or a competitive benchmark, assessing the *degree* of expected effectiveness is challenging, but the intent is to maintain and optimize critical educational IT infrastructure.

How has federal spending on Computer Systems Design Services, like those provided under this contract, trended over the past five years?

Federal spending on Computer Systems Design Services (NAICS code 541512) has generally shown a consistent upward trend over the past five years, reflecting the increasing reliance of government agencies on sophisticated IT infrastructure and digital solutions. Agencies across the board, including the Department of Defense, continuously invest in modernizing systems, developing new software, integrating complex networks, and ensuring the lifecycle management of their IT assets. Factors driving this trend include digital transformation initiatives, cybersecurity imperatives, the need for data analytics capabilities, and the ongoing support for legacy systems. While specific figures fluctuate year-to-year based on budget allocations and major program procurements, the overall trajectory indicates sustained demand for these services. Contracts like the $5.4M LALMS award are indicative of this ongoing investment in specialized IT support critical for agency operations.

Industry Classification

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

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

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: HQ003425Q0003

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1155 KELLY JOHNSON BLVD, COLORADO SPRINGS, CO, 80920

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $13,391,883

Exercised Options: $5,387,130

Current Obligation: $5,387,130

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2024-12-20

Current End Date: 2026-12-19

Potential End Date: 2029-12-19 00:00:00

Last Modified: 2025-12-05

More Contracts from Chronos Operations LLC

View all Chronos Operations LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending