DoD Awards $6.2M Task Order to Agile Decision Sciences for Software Engineering Technical Assistance

Contract Overview

Contract Amount: $6,238,202 ($6.2M)

Contractor: Agile Decision Sciences, LLC

Awarding Agency: Department of Defense

Start Date: 2024-08-29

End Date: 2025-09-23

Contract Duration: 390 days

Daily Burn Rate: $16.0K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: COST PLUS FIXED FEE

Sector: IT

Official Description: SOFTWARE ENGINEERING CENTER (SEC) CENTERWIDE IDIQ FOR SOFTWARE ENGINEERING TECHNICAL ASSISTANCE (SETA) - TASK ORDER FOR TYAD, SERVICES, AND RDIT

Place of Performance

Location: HUNTSVILLE, MADISON County, ALABAMA, 35806

State: Alabama Government Spending

Plain-Language Summary

Department of Defense obligated $6.2 million to AGILE DECISION SCIENCES, LLC for work described as: SOFTWARE ENGINEERING CENTER (SEC) CENTERWIDE IDIQ FOR SOFTWARE ENGINEERING TECHNICAL ASSISTANCE (SETA) - TASK ORDER FOR TYAD, SERVICES, AND RDIT Key points: 1. The task order focuses on software engineering technical assistance for TYAD, services, and RDIT. 2. Competition was not available for this award, raising potential concerns about price discovery. 3. The contract type is Cost Plus Fixed Fee, which can lead to cost overruns if not managed carefully. 4. The primary NAICS code (541511) indicates custom computer programming services.

Value Assessment

Rating: questionable

The contract is a Cost Plus Fixed Fee type, which offers less price certainty than fixed-price contracts. Without available pricing data, it's difficult to assess if the $6.2M award is competitive or represents good value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This award was not available for competition, indicating a limited competition approach. This lack of competition may have impacted the government's ability to secure the best possible price and terms.

Taxpayer Impact: The absence of competition for a $6.2M contract raises concerns about potential overspending and the efficient use of taxpayer funds.

Public Impact

The Department of the Army is procuring essential software engineering technical assistance. The contract duration is 390 days, suggesting a focused, short-term need. The award supports critical IT services within the Department of Defense. The specific services for TYAD, services, and RDIT are not detailed, limiting public understanding of the exact work performed.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under custom computer programming services, a common area of IT spending within the Department of Defense. Benchmarks for similar IT services contracts vary widely based on scope and complexity.

Small Business Impact

The awardee, Agile Decision Sciences, LLC, is not indicated as a small business. Further analysis would be needed to determine if small business participation goals were met or considered.

Oversight & Accountability

The contract type and limited competition warrant close oversight to ensure cost control and effective service delivery. Publicly available data on performance metrics and cost breakdowns is limited.

Related Government Programs

Risk Flags

Tags

custom-computer-programming-services, department-of-defense, al, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $6.2 million to AGILE DECISION SCIENCES, LLC. SOFTWARE ENGINEERING CENTER (SEC) CENTERWIDE IDIQ FOR SOFTWARE ENGINEERING TECHNICAL ASSISTANCE (SETA) - TASK ORDER FOR TYAD, SERVICES, AND RDIT

Who is the contractor on this award?

The obligated recipient is AGILE DECISION SCIENCES, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Army).

What is the total obligated amount?

The obligated amount is $6.2 million.

What is the period of performance?

Start: 2024-08-29. End: 2025-09-23.

What specific factors led to the determination that this contract was not available for competition?

The data provided does not specify the reasons for the limited competition. Typically, such determinations are based on factors like urgent and compelling needs, unique capabilities of a single source, or specific government requirements that only one contractor can fulfill. Without this information, it's difficult to assess the validity of the limited competition approach.

How will the Cost Plus Fixed Fee structure be managed to prevent cost overruns and ensure value for taxpayers?

Effective management of a Cost Plus Fixed Fee (CPFF) contract requires robust government oversight, detailed cost tracking, and clear performance metrics. The contracting officer must ensure that all costs incurred are reasonable, allocable, and allowable. Regular audits and reviews of the contractor's financial records are crucial to prevent overruns and ensure the government receives fair value for the services rendered.

What are the key performance indicators (KPIs) for this task order, and how will they be measured to ensure effectiveness?

The provided data does not detail the specific Key Performance Indicators (KPIs) for this task order. To ensure effectiveness, the Department of the Army should have established clear, measurable, achievable, relevant, and time-bound (SMART) KPIs related to the software engineering technical assistance provided. These could include metrics on code quality, project delivery timelines, system performance improvements, or successful implementation of new features.

Industry Classification

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

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 350 VOYAGER WAY, HUNTSVILLE, AL, 35806

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $16,064,737

Exercised Options: $16,064,737

Current Obligation: $6,238,202

Subaward Activity

Number of Subawards: 2

Total Subaward Amount: $152,960

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: W56JSR22D0005

IDV Type: IDC

Timeline

Start Date: 2024-08-29

Current End Date: 2025-09-23

Potential End Date: 2025-09-23 00:00:00

Last Modified: 2025-12-16

More Contracts from Agile Decision Sciences, LLC

View all Agile Decision Sciences, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending