VA's $21.3M software renewal for alert system highlights need for competitive sourcing
Contract Overview
Contract Amount: $21,366,760 ($21.4M)
Contractor: Four Points Technology, L.L.C.
Awarding Agency: Department of Veterans Affairs
Start Date: 2015-09-27
End Date: 2019-04-09
Contract Duration: 1,290 days
Daily Burn Rate: $16.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::OT::IGF THIS CONTRACT IS FOR SOFTWARE LICENSES AND MAINTENANCE SUPPORT. THIS EFFORT IS TO RENEW THE ANNUAL LICENSES AND MAINTENANCE SUPPORT FOR BRAND NAME ATHOC INTERACTIVE WARNING SYSTEM (IWS) ALERT SOFTWARE IN SUPPORT OF THE VA NOTIFICATION SYSTEM (VANS).
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20420
Plain-Language Summary
Department of Veterans Affairs obligated $21.4 million to FOUR POINTS TECHNOLOGY, L.L.C. for work described as: IGF::OT::IGF THIS CONTRACT IS FOR SOFTWARE LICENSES AND MAINTENANCE SUPPORT. THIS EFFORT IS TO RENEW THE ANNUAL LICENSES AND MAINTENANCE SUPPORT FOR BRAND NAME ATHOC INTERACTIVE WARNING SYSTEM (IWS) ALERT SOFTWARE IN SUPPORT OF THE VA NOTIFICATION SYSTEM (VANS). Key points: 1. The contract renews licenses and maintenance for a specific brand-name alert software, raising questions about potential vendor lock-in. 2. A single award for a significant sum suggests limited competition or a focus on a specialized, proprietary solution. 3. The duration of the contract (over 3 years) indicates a long-term reliance on this particular software. 4. The contract's value, while substantial, needs benchmarking against similar software maintenance agreements to assess value for money. 5. The 'full and open competition after exclusion of sources' indicates a complex procurement history, possibly involving prior sole-source justifications. 6. The reliance on a specific brand name may limit opportunities for cost savings through alternative or open-source solutions.
Value Assessment
Rating: fair
The contract value of approximately $21.3 million over roughly 3.5 years for software licenses and maintenance is substantial. Without specific benchmarks for the 'ATHOC Interactive Warning System (IWS) Alert Software,' it's difficult to definitively assess value for money. However, brand-name renewals often carry a premium compared to competitively sourced, multi-vendor solutions. The 'full and open competition after exclusion of sources' suggests a history that may not have started with optimal competition, potentially impacting the pricing.
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 procurement type is unusual and typically implies that a previous sole-source or limited competition award was made, and then the agency opened it up more broadly. However, the fact that it resulted in a single award to Four Points Technology, L.L.C. for a specific brand-name product warrants further investigation into the extent of actual competition and whether other vendors could have offered comparable solutions.
Taxpayer Impact: While the 'full and open' designation is positive, the single award for a brand-name product suggests that taxpayers may not have benefited from the full potential of market competition, potentially leading to higher costs than if a more open approach to software selection had been taken.
Public Impact
Veterans and VA staff benefit from a reliable notification system for alerts. The software supports the VA Notification System (VANS), crucial for disseminating important information. The primary geographic impact is within the District of Columbia, where the contract is registered. The contract supports the IT workforce involved in maintaining and operating the VANS.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in due to reliance on a specific brand-name software.
- Limited transparency into the 'exclusion of sources' aspect of the competition.
- Risk of overpaying for software licenses and maintenance compared to market alternatives.
- Lack of information on whether alternative solutions were considered.
- The substantial contract value could be subject to budget fluctuations or reallocations.
Positive Signals
- The contract ensures continuity of a critical alert system for the VA.
- The renewal process indicates the software is meeting the agency's needs.
- The 'full and open' competition, even with a single award, suggests an attempt at broader market engagement.
- The fixed-price contract type provides cost certainty for the agency.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on software licensing and maintenance. The market for specialized alert and notification systems can be niche, often dominated by a few key providers. The value of this contract, over $21 million, places it in the mid-to-large tier for software renewals within federal agencies. Comparable spending benchmarks would typically look at annual recurring costs for enterprise-level software solutions, including support and maintenance agreements, across various government departments.
Small Business Impact
There is no indication that this contract involved small business set-asides. The award was made to Four Points Technology, L.L.C., which may or may not be a small business. Without further information on subcontracting plans, the direct impact on the small business ecosystem is unclear, though large software renewals often involve prime contractors who may then engage smaller specialized service providers.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Veterans Affairs' contracting officers and program managers. Transparency is facilitated by contract databases like FPDS, which provide basic award details. Further oversight could be provided by the VA's Office of Inspector General if specific concerns regarding waste, fraud, or abuse arise. The 'full and open competition after exclusion of sources' suggests a level of review was already applied during the procurement process.
Related Government Programs
- VA Notification System (VANS)
- Software Licensing and Maintenance
- Emergency Alert Systems
- IT Infrastructure Support
- Brand Name Justification Contracts
Risk Flags
- Brand Name Justification
- Limited Competition Indication
- Potential for Vendor Lock-in
- High Contract Value for Software Renewal
Tags
it, software-licensing, maintenance-support, va, department-of-veterans-affairs, district-of-columbia, full-and-open-competition, firm-fixed-price, delivery-order, brand-name, notification-system
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $21.4 million to FOUR POINTS TECHNOLOGY, L.L.C.. IGF::OT::IGF THIS CONTRACT IS FOR SOFTWARE LICENSES AND MAINTENANCE SUPPORT. THIS EFFORT IS TO RENEW THE ANNUAL LICENSES AND MAINTENANCE SUPPORT FOR BRAND NAME ATHOC INTERACTIVE WARNING SYSTEM (IWS) ALERT SOFTWARE IN SUPPORT OF THE VA NOTIFICATION SYSTEM (VANS).
Who is the contractor on this award?
The obligated recipient is FOUR POINTS TECHNOLOGY, L.L.C..
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $21.4 million.
What is the period of performance?
Start: 2015-09-27. End: 2019-04-09.
What is the specific functionality and criticality of the ATHOC Interactive Warning System (IWS) Alert Software to the VA Notification System (VANS)?
The ATHOC Interactive Warning System (IWS) Alert Software is crucial for the VA Notification System (VANS) by providing a platform for disseminating critical alerts and warnings. While the exact nature of these alerts isn't detailed, VANS typically handles communications regarding emergencies, facility status, or other time-sensitive information vital to VA operations, staff, and potentially beneficiaries. The criticality lies in ensuring timely and reliable communication during potentially disruptive events, maintaining operational continuity and safety. The renewal of licenses and maintenance for this specific software underscores its integral role in the VA's communication infrastructure, suggesting that alternative systems may not offer the same specialized functionality or integration capabilities required by VANS.
How does the 'full and open competition after exclusion of sources' procurement method impact the perceived value for money?
The 'full and open competition after exclusion of sources' method is a complex procurement strategy. It implies that while the competition was ultimately open, there was a prior justification to exclude certain sources, possibly due to proprietary technology, existing infrastructure integration, or previous sole-source awards. This can limit the pool of potential bidders and may result in less aggressive pricing than a truly open competition from the outset. For taxpayers, this method can mean paying a premium if the excluded sources could have offered a more cost-effective solution. While it aims to ensure fairness after an initial limitation, it raises questions about whether the government secured the best possible price and value compared to a scenario with broader, earlier competition.
What are the potential risks associated with renewing a brand-name software license and maintenance contract for over $21 million?
Renewing a brand-name software license and maintenance contract for a significant amount like $21.3 million carries several risks. Firstly, there's the risk of vendor lock-in, where the agency becomes heavily reliant on a single vendor's proprietary technology, making it difficult and costly to switch to alternatives in the future. This can lead to escalating costs over time as the vendor may increase prices, knowing the agency has limited options. Secondly, there's the risk of paying a premium for the brand name itself, potentially exceeding the cost of comparable, non-proprietary, or less established solutions. Lastly, without robust performance metrics and service level agreements tied to the maintenance, there's a risk that the support provided may not fully meet the agency's evolving needs, yet the contract locks them into that specific vendor.
Can the VA leverage this contract to encourage competition or explore alternative solutions in the future?
The VA could potentially leverage future contract actions related to this software to encourage competition, although the current contract structure presents challenges. As this is a renewal for a specific brand-name product, the immediate opportunity for broad competition is limited. However, as the contract nears its end, the VA could conduct market research to identify potential alternative solutions or vendors that offer similar functionalities. They could also explore opportunities for integrating open-source components or seeking proposals that allow for greater interoperability. If the 'exclusion of sources' was based on specific technical requirements, the VA could re-evaluate those requirements to see if they can be broadened to allow more vendors to compete in subsequent procurements, thereby potentially driving down costs and increasing innovation.
What is the historical spending pattern for this specific software or similar alert systems within the VA?
Historical spending data for this specific software, the ATHOC Interactive Warning System (IWS) Alert Software, within the VA is not detailed in the provided information. However, the current award of $21,366,759.88 represents a significant investment over its duration (approximately 1290 days or 3.5 years). To understand historical patterns, one would need to examine prior contracts for this software or its predecessors, noting award amounts, durations, and competition levels. Analyzing spending on similar alert and notification systems across the VA would also provide context. A consistent pattern of single-award, brand-name renewals might indicate a long-standing reliance or a lack of proactive market research for alternatives. Conversely, a history of competitive bidding for similar functionalities would highlight this contract as an outlier.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related 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: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 14900 CONFERENCE CENTER DR STE 100, CHANTILLY, VA, 20151
Business Categories: Category Business, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $21,366,760
Exercised Options: $21,366,760
Current Obligation: $21,366,760
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Parent Contract
Parent Award PIID: NNG15SD22B
IDV Type: GWAC
Timeline
Start Date: 2015-09-27
Current End Date: 2019-04-09
Potential End Date: 2019-04-09 00:00:00
Last Modified: 2019-01-10
More Contracts from Four Points Technology, L.L.C.
- Enterprise Cloud Capacity - Amazon WEB Services — $448.7M (Department of Veterans Affairs)
- Intersystems Maintenance and Software Licenses — $303.6M (Department of Veterans Affairs)
- This Contract IS for Requires Cloud Services From an Authorized Public Sector Reseller in Support of ALL Service Levels: Infrastructure AS a Service, Platform AS a Service, and Software AS a Service. These Cloud Services ARE Required to Allocate Memory, Processing, Storage, and Networking on Demand to Gain Access to a Suite of Secure, Scalable and Flexible Information Technology Capabilities to Enable Creation, Deletion, and Flexible Sizing of Virtual Data Centers and Virtual Machines — $236.7M (Department of Veterans Affairs)
- Cache Licensing and Maintenance Option Year 2. This Entry Represents the Total Award Value to Date — $188.8M (Department of Veterans Affairs)
- Call Order for Amazon WEB Services (AWS) Connect for Contact Center AS a Service (ccaas) - Blanket Purchase Agreement 28321321A00040003 — $150.4M (Social Security Administration)
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)