Department of the Army awards $8.5M task order to Agile Decision Sciences for software engineering technical assistance
Contract Overview
Contract Amount: $8,519,953 ($8.5M)
Contractor: Agile Decision Sciences, LLC
Awarding Agency: Department of Defense
Start Date: 2025-09-23
End Date: 2026-09-23
Contract Duration: 365 days
Daily Burn Rate: $23.3K/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 $8.5 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. Contract awarded on a cost-plus-fixed-fee basis, which can lead to cost overruns if not managed carefully. 2. The contract is a delivery order under an existing IDIQ, suggesting a pre-established relationship and potentially limited new competition. 3. The duration of one year (365 days) is relatively short, allowing for frequent re-evaluation of needs and contractor performance. 4. The specific task order is for TYAD, Services, and RDIT, indicating a focus on specialized software engineering support. 5. The contract is not set aside for small businesses, potentially limiting opportunities for smaller firms in this sector. 6. The North American Industry Classification System (NAICS) code 541511 points to custom computer programming services.
Value Assessment
Rating: fair
The contract's value of $8.5 million for a one-year period for specialized software engineering services appears within a reasonable range for such support. However, without specific benchmarks for TYAD, Services, and RDIT, a precise value-for-money assessment is difficult. The cost-plus-fixed-fee pricing structure introduces risk, as actual costs could exceed initial estimates if not rigorously monitored. Benchmarking against similar task orders for custom computer programming services would provide a clearer picture of its cost-effectiveness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This task order was awarded under an existing IDIQ contract and is noted as 'NOT AVAILABLE FOR COMPETITION,' implying a sole-source or limited competition award. The specific reasons for this limited competition are not detailed, but it suggests that either Agile Decision Sciences was the only qualified vendor under the IDIQ, or there were specific circumstances that precluded a broader competition for this particular task order. The lack of open competition may limit the government's ability to secure the most competitive pricing.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers compared to fully competed contracts, as the competitive pressure to offer the lowest price is absent.
Public Impact
The primary beneficiaries are the Department of the Army and its specific programs (TYAD, Services, and RDIT) that require specialized software engineering technical assistance. The services delivered will focus on custom computer programming and software engineering support, crucial for the development and maintenance of complex defense systems. The geographic impact is likely concentrated within the areas where the Army's TYAD, Services, and RDIT initiatives are based, potentially within Alabama given the state code. Workforce implications include the direct employment of software engineers and technical specialists by Agile Decision Sciences, LLC, to fulfill the contract requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost-plus-fixed-fee contract type introduces potential for cost overruns if not closely managed.
- Sole-source award limits competitive pricing advantages for the government.
- Lack of specific performance metrics or detailed scope of work in the provided data makes it difficult to assess performance risks.
- The contract is a delivery order under an IDIQ, which may indicate a pre-existing relationship that could influence future competition.
Positive Signals
- Awarded to a single contractor, potentially indicating specialized expertise required for the task.
- The contract is for a defined period, allowing for reassessment of needs and contractor performance.
- The task order is part of a larger IDIQ, suggesting a framework for ongoing support and potential for future task orders.
- The contractor is likely experienced in providing software engineering technical assistance, given the nature of the IDIQ.
Sector Analysis
The contract falls within the custom computer programming services sector, a critical component of the broader Information Technology (IT) industry. This sector is characterized by rapid innovation and a high demand for specialized skills. The Department of Defense is a significant consumer of these services, utilizing them for everything from software development for weapon systems to data analytics and cybersecurity. Comparable spending benchmarks for software engineering technical assistance within the federal government can vary widely based on the complexity and criticality of the systems supported. The market size for IT services to the federal government is substantial, with agencies consistently investing in software development and maintenance.
Small Business Impact
This contract was not set aside for small businesses, nor does it indicate any specific subcontracting requirements for small businesses in the provided data. This means that opportunities for small businesses to participate in this specific task order are limited. The absence of a small business set-aside suggests that the primary contract vehicle (the IDIQ) may not have had specific provisions for small business participation, or that the nature of the required services was deemed more suitable for larger, established firms. This could impact the overall small business ecosystem if such contracts represent a significant portion of federal IT spending.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the program management office within the Department of the Army responsible for TYAD, Services, and RDIT. As a cost-plus-fixed-fee contract, rigorous financial oversight and auditing are crucial to ensure costs are reasonable and allocable. Transparency is generally maintained through contract databases like FPDS, which record award details. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Department of Defense Software Engineering Support Contracts
- Army IT Services Contracts
- Custom Computer Programming Services
- Software Engineering Technical Assistance (SETA) Contracts
- IDIQ Contracts for IT Services
Risk Flags
- Sole-source award may limit competitive pricing.
- Cost-plus-fixed-fee contract type carries inherent risk of cost overruns.
- Limited information on specific performance metrics or past performance.
- No indication of small business participation or set-aside.
Tags
it, department-of-defense, department-of-the-army, custom-computer-programming-services, delivery-order, cost-plus-fixed-fee, sole-source, software-engineering, technical-assistance, alabama, medium-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $8.5 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 $8.5 million.
What is the period of performance?
Start: 2025-09-23. End: 2026-09-23.
What is the track record of Agile Decision Sciences, LLC in performing similar software engineering technical assistance contracts for the Department of the Army or other federal agencies?
Assessing the track record of Agile Decision Sciences, LLC requires a review of their past performance on federal contracts. This would involve examining contract databases (like FPDS) for previous awards, task orders, and any associated performance evaluations or past performance questionnaires. Specifically, looking for contracts with similar scope, such as software engineering, technical assistance, and support for complex systems like TYAD, Services, and RDIT, would be crucial. A history of successful, on-time, and within-budget delivery on comparable projects would indicate a lower performance risk. Conversely, a pattern of cost overruns, missed deadlines, or negative performance reviews would raise concerns about their ability to execute this current task order effectively. Without specific past performance data readily available in the provided summary, a deeper dive into their contract history is necessary for a comprehensive assessment.
How does the $8.5 million value for this one-year task order compare to similar software engineering technical assistance contracts awarded by the Department of the Army?
To benchmark the $8.5 million value, one would need to compare it against similar task orders for software engineering technical assistance (SETA) awarded by the Department of the Army or other Department of Defense components. Key comparison points would include the scope of services (e.g., custom programming, system integration, R&D support), the duration of the contract, and the specific technologies or systems involved (like TYAD, Services, and RDIT). If similar SETA task orders of comparable complexity and duration typically range from $5 million to $10 million, then $8.5 million would be considered within the expected range. However, if comparable contracts are significantly lower, it might suggest this task order is priced higher than market rates, or it involves a more extensive scope. The cost-plus-fixed-fee (CPFF) structure also warrants attention, as it can lead to variations in final costs.
What are the primary risks associated with the 'NOT AVAILABLE FOR COMPETITION' designation for this task order?
The primary risk associated with a 'NOT AVAILABLE FOR COMPETITION' designation, often indicating a sole-source award, is the potential for reduced value for the government. Without the pressure of multiple bidders vying for the contract, the awarded contractor may not be incentivized to offer the most competitive pricing. This can lead to higher costs for taxpayers compared to what might have been achieved through a fully open and competitive process. Additionally, limited competition can restrict the government's access to a wider pool of innovative solutions or specialized expertise that other vendors might offer. It also raises questions about the justification for not competing the requirement, potentially indicating a lack of planning or a failure to identify suitable alternative sources.
What are the implications of the Cost Plus Fixed Fee (CPFF) contract type on program effectiveness and cost control for this software engineering task order?
The Cost Plus Fixed Fee (CPFF) contract type presents a mixed bag for program effectiveness and cost control. On the effectiveness side, CPFF can be beneficial when the scope of work is not precisely defined at the outset, allowing for flexibility and adaptation as the project evolves – often the case in software engineering. It enables the contractor to incur necessary costs while providing a fixed fee for their effort, theoretically incentivizing efficient performance. However, for cost control, CPFF carries inherent risks. The government bears the risk of cost overruns, as the contractor is reimbursed for all allowable costs. While the fee is fixed, the total contract cost can escalate significantly if not managed with stringent oversight, detailed cost tracking, and robust auditing. Effective program management and vigilant monitoring by the government are paramount to mitigate cost escalation and ensure the program remains within budget.
How does this contract fit into the broader context of the Department of the Army's spending on custom computer programming services, and what are historical spending patterns?
This $8.5 million task order represents a specific instance of the Department of the Army's ongoing investment in custom computer programming services, essential for maintaining and advancing its technological capabilities. Historically, the Army, like other major defense agencies, allocates substantial funds to IT services, including software development, system integration, and technical support. Spending patterns in this area are often driven by evolving threats, modernization initiatives, and the need to support complex operational systems. While this single task order is a small fraction of the overall defense IT budget, it reflects a consistent demand for specialized software engineering expertise. Analyzing historical spending data for similar task orders and IDIQs within the Army's software engineering centers would reveal trends in contract values, durations, and the types of services procured, providing context for this award.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom 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: $15,380,297
Exercised Options: $15,380,297
Current Obligation: $8,519,953
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: 2025-09-23
Current End Date: 2026-09-23
Potential End Date: 2026-09-23 00:00:00
Last Modified: 2026-01-06
More Contracts from Agile Decision Sciences, LLC
- CS Support Services of Major Programs — $143.2M (Department of Defense)
- Science Mission Directorate (SMD) Solicitation Peer Review Program Portfolio Support — $102.7M (National Aeronautics and Space Administration)
- Cybersecurity Support Services — $54.5M (Department of Defense)
- Nress-Ii Management and IT Support — $50.1M (National Aeronautics and Space Administration)
- 402 Software Engineering Group (sweg) Software Support Services — $46.7M (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)