OPM's $47.3M INTEGIC BPA Call for IT services shows long-term IT support needs
Contract Overview
Contract Amount: $47,317,157 ($47.3M)
Contractor: Integic
Awarding Agency: Office of Personnel Management
Start Date: 2004-12-17
End Date: 2010-09-30
Contract Duration: 2,113 days
Daily Burn Rate: $22.4K/day
Pricing Type: NOT REPORTED
Sector: IT
Official Description: INTEGIC BPA CALL
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20415
Plain-Language Summary
Office of Personnel Management obligated $47.3 million to INTEGIC for work described as: INTEGIC BPA CALL Key points: 1. Demonstrates sustained demand for IT services over a six-year period. 2. Contract awarded to a single vendor suggests potential for concentrated IT support. 3. Long contract duration may indicate complex or ongoing IT requirements. 4. The award value points to significant investment in IT infrastructure or services. 5. Performance context is limited without specific task order details. 6. Sector positioning within IT services highlights the importance of vendor relationships for agencies.
Value Assessment
Rating: fair
The total award of $47.3 million over approximately six years averages to about $7.8 million annually. Without specific task order details or comparable contracts for similar IT services from OPM, a precise value-for-money assessment is challenging. However, the sustained funding over a long period suggests the services were deemed necessary and provided consistent value to the agency. Benchmarking against market rates for similar IT support contracts would be required for a more definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a sole-source BPA Call under an existing Blanket Purchase Agreement (BPA). This indicates that the agency likely had pre-existing reasons for selecting INTEGIC, possibly due to specialized capabilities, prior performance, or the nature of the IT services required. The lack of broader competition means that price discovery through a competitive bidding process was bypassed.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers if competitive pressures are absent. However, if INTEGIC provided essential services that could not be easily replicated, the cost may have been justified.
Public Impact
Federal employees and agency operations benefit from reliable IT infrastructure and support. Essential IT services, likely including hardware, software, and technical support, were delivered. The geographic impact is centered in Washington D.C., where OPM is headquartered. Workforce implications include support for IT professionals within OPM and potentially at INTEGIC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially increases costs.
- Long contract duration without clear performance metrics raises questions about ongoing necessity and value.
- Lack of transparency on specific services procured hinders detailed analysis.
Positive Signals
- Sustained award over six years suggests consistent delivery of needed IT services.
- Award to a single vendor may indicate a strong, established relationship and understanding of agency needs.
- The significant award value reflects a substantial commitment to IT support.
Sector Analysis
This contract falls within the Information Technology (IT) services sector, specifically related to computer and software stores and general IT support. The IT services market is vast and highly competitive, with numerous vendors offering a wide range of solutions. Agencies often rely on BPAs and task orders to procure IT goods and services efficiently. The $47.3 million awarded over six years represents a moderate investment within the federal IT spending landscape, which often runs into billions annually.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, it did not directly benefit small businesses through set-aside provisions. There is no information provided on subcontracting requirements or performance, so the impact on the small business ecosystem through subcontracting is unknown.
Oversight & Accountability
Oversight for this contract would primarily fall under the Office of Personnel Management (OPM) contracting officers and program managers. As a BPA Call, specific oversight would be detailed within individual task orders. Transparency is limited by the available data; details on performance metrics, deliverables, and specific services procured are not publicly detailed. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- IT Services
- Blanket Purchase Agreements (BPAs)
- Computer Hardware and Software Procurement
- IT Support Services
Risk Flags
- Sole-source award
- Long contract duration
- Limited public performance data
Tags
it-services, office-of-personnel-management, washington-dc, bpa-call, sole-source, large-contract, computer-and-software-stores, information-technology, federal-contract, integic
Frequently Asked Questions
What is this federal contract paying for?
Office of Personnel Management awarded $47.3 million to INTEGIC. INTEGIC BPA CALL
Who is the contractor on this award?
The obligated recipient is INTEGIC.
Which agency awarded this contract?
Awarding agency: Office of Personnel Management (Office of Personnel Management).
What is the total obligated amount?
The obligated amount is $47.3 million.
What is the period of performance?
Start: 2004-12-17. End: 2010-09-30.
What specific IT services were procured under this INTEGIC BPA Call?
The provided data indicates the North American Industry Classification System (NAICS) code is 443120, which corresponds to 'Computer and Software Stores'. This suggests the contract likely involved the procurement of computer hardware, software, and related retail services. However, the specific nature of the IT services, such as installation, maintenance, technical support, or consulting, is not detailed in the summary data. Further analysis of individual task orders issued under this BPA Call would be necessary to understand the full scope of services delivered to the Office of Personnel Management (OPM).
How does the $47.3 million award compare to OPM's typical IT spending?
The $47.3 million awarded to INTEGIC over approximately six years represents an average annual expenditure of about $7.8 million for IT services. To contextualize this, one would need to compare it against OPM's total IT budget and spending across all contracts during the period of 2004-2010. Without access to OPM's historical IT budgets and a broader portfolio of IT contracts, it's difficult to definitively state whether this represents a significant portion of their IT investment or a typical expenditure. Federal IT spending can fluctuate significantly based on agency priorities and modernization efforts.
What are the risks associated with a sole-source award for IT services?
Sole-source awards, like this BPA Call to INTEGIC, carry inherent risks. The primary risk is the potential for inflated pricing due to the lack of competitive pressure. Without multiple vendors vying for the contract, the agency may not achieve the best possible price. Additionally, sole-source awards can limit access to innovative solutions or specialized expertise that other vendors might offer. There's also a risk of vendor lock-in, where the agency becomes overly reliant on a single provider, potentially hindering future flexibility and cost-saving opportunities. Ensuring robust contract management and performance monitoring becomes crucial in sole-source scenarios.
What was INTEGIC's track record prior to or during this contract?
The provided data does not include information on INTEGIC's specific track record, past performance evaluations, or any prior contracts they held with OPM or other federal agencies before or during the period of this BPA Call (2004-2010). A comprehensive assessment of INTEGIC's performance would require accessing contract performance reports (CPARS), other agency databases, or news archives that might detail their history. Understanding their prior experience and success rate is crucial for evaluating the reliability and effectiveness of their service delivery under this contract.
Were there any specific performance metrics or milestones associated with this contract?
The summary data for this contract does not include specific performance metrics, key performance indicators (KPIs), or milestones. As a Blanket Purchase Agreement (BPA) Call, the detailed performance expectations and measurement criteria would typically be outlined within the individual task orders issued against the BPA. Without access to these task orders, it is impossible to assess whether INTEGIC met specific performance standards or achieved defined milestones. Robust performance tracking is essential for ensuring accountability and value for taxpayer money, especially in long-term sole-source agreements.
How does the duration of this contract (2113 days) impact its assessment?
The contract duration of 2113 days, approximately 5.8 years, is quite long for a single award action. This extended period suggests that the IT services procured were intended for long-term, ongoing needs rather than short-term projects. Long durations can be beneficial for establishing stable IT operations and fostering vendor expertise. However, they also increase the risk of technology obsolescence, potential cost overruns if not managed tightly, and reduced flexibility to adapt to changing agency requirements or adopt newer, potentially more cost-effective solutions that emerge over time. Continuous oversight and potential re-competition or review are important for such long-term commitments.
Industry Classification
NAICS: Retail Trade › Electronics and Appliance Stores › Computer and Software Stores
Product/Service Code: INFORMATION TECHNOLOGY EQUIPMENT (INCLD FIRMWARE) SOFTWARE,SUPPLIES& SUPPORT EQUIPMENT
Contractor Details
Parent Company: Titan II Inc. (UEI: 016435559)
Address: 14585 AVION PKWY, CHANTILLY, VA, 90
Business Categories: AbilityOne Program Participant, Category Business, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $566,785,252
Exercised Options: $365,499,908
Current Obligation: $47,317,157
Parent Contract
Parent Award PIID: OPMBPA490400028
IDV Type: BPA
Timeline
Start Date: 2004-12-17
Current End Date: 2010-09-30
Potential End Date: 2010-09-30 00:00:00
Last Modified: 2011-01-25
More Contracts from Integic
- OPM Integic BPA Call — $50.9M (Office of Personnel Management)
- 200606!600288!2100!w81xwh!us Army Medical Research ACQ Act!w74v8h04d0028 !A!N! !Y!B304 !01 !20051104!20060930!603246695!603246695!603246695!n!integic Corporation !14585 Avion Pkwy !chantilly !va!20151!14744!059!51!chantilly !fairfax !virginia !+000008798937!n!n!000000000000!r408!program Management/Support Services !S1 !services !000 !* !541512!E! !5!B!S!D! ! !99990909!B! ! !A! !a!n!z!2!001!b! !Z!N!Z! ! !N!C!N! ! ! !c!c!a!a!000!a!b!n! ! ! ! ! ! !0001! ! — $25.5M (Department of Defense)
- OPM Integic BPA Call — $22.3M (Office of Personnel Management)
- Sustainment Trainer — $20.4M (Department of Defense)
- Sustainment Trainer Part 2 — $12.0M (Department of Defense)
Other Office of Personnel Management Contracts
- 24362018f0106-Task Order #2 11/01/2017-10/30/2018 Background Investigation Services — $622.2M (Peraton Risk Decision Inc.)
- Award of Opm's Credit Monitoring and Identity Protection Services — $414.0M (Identity Theft Guard Solutions, Inc.)
- Data Breach Recovery Services — $340.1M (Identity Theft Guard Solutions, Inc.)
- 24362018f0104-Task Order #2 11/01/2017-10/30/2018 Background Investigation Services — $247.4M (CACI Premier Technology, LLC)
- 24362018f0105-Task Order #2 11/01/2017-10/30/2018 Background Investigation Services — $161.7M (Csra LLC)