DoD awards $20.76M IT support contract to Peraton Inc. for Military Intelligence Center of Excellence

Contract Overview

Contract Amount: $20,757,290 ($20.8M)

Contractor: Peraton Inc.

Awarding Agency: Department of Defense

Start Date: 2025-05-01

End Date: 2026-03-15

Contract Duration: 318 days

Daily Burn Rate: $65.3K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: COST NO FEE

Sector: IT

Official Description: INFORMATION TECHNOLOGY SERVICE AND SUPPORT CONTRACT FOR MILITARY INTELLIGENCE CENTER OF EXCELLENCE

Place of Performance

Location: FORT HUACHUCA, COCHISE County, ARIZONA, 85613

State: Arizona Government Spending

Plain-Language Summary

Department of Defense obligated $20.8 million to PERATON INC. for work described as: INFORMATION TECHNOLOGY SERVICE AND SUPPORT CONTRACT FOR MILITARY INTELLIGENCE CENTER OF EXCELLENCE Key points: 1. Contract value represents a significant investment in specialized IT services for a critical intelligence training facility. 2. Full and open competition suggests a potentially competitive bidding process, though specific bidder numbers are not detailed. 3. The contract duration of 318 days indicates a focused, short-term need for services. 4. The 'Computer Systems Design Services' NAICS code points to a need for expertise in IT infrastructure and support. 5. Awarded as a delivery order, this contract likely fulfills a specific requirement within a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle. 6. The absence of small business set-aside flags indicates the primary award was not specifically targeted to small businesses.

Value Assessment

Rating: good

Benchmarking the value of this $20.76 million contract requires comparison to similar IT support contracts for specialized training facilities. Given the specific nature of military intelligence IT needs, pricing could be higher than general IT support. The 'COST NO FEE' contract type suggests the government will reimburse allowable costs plus a fixed fee, which can be efficient if costs are well-managed. Further analysis would involve comparing Peraton's proposed costs against industry benchmarks for similar services and contract types.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. While the data specifies 'full and open competition,' it does not provide the number of bids received. A robust competition typically involves multiple bidders, which can drive down prices and ensure the government receives the best value. The absence of specific bidder numbers makes it difficult to definitively assess the level of competition achieved.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it promotes a competitive environment that can lead to more cost-effective solutions and better pricing for the government.

Public Impact

The primary beneficiaries are the personnel of the Military Intelligence Center of Excellence, who will receive enhanced IT support for their training and operations. The contract delivers essential IT services and support, ensuring the smooth functioning of computer systems and networks critical for intelligence training. The geographic impact is localized to Arizona, where the Military Intelligence Center of Excellence is situated. Workforce implications may include the need for specialized IT personnel to fulfill the contract requirements, potentially creating opportunities for skilled professionals.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology (IT) sector, specifically focusing on computer systems design and related services. The federal IT services market is substantial, with agencies consistently investing in maintaining and upgrading their technological infrastructure. This contract for the Military Intelligence Center of Excellence represents a specialized segment of that market, requiring expertise tailored to sensitive defense operations. Comparable spending benchmarks would involve analyzing other IT support contracts awarded to defense agencies for similar facilities or intelligence-related functions.

Small Business Impact

The data indicates that this contract was not awarded as a small business set-aside (ss: false, sb: false). This suggests that the primary focus was on obtaining the best value through full and open competition, rather than specifically reserving the opportunity for small businesses. Consequently, there are no direct subcontracting implications mandated by a small business set-aside for this particular award. However, the prime contractor, Peraton Inc., may still engage small businesses as subcontractors based on their own procurement strategies.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of the Army contracting officers and program managers responsible for the Military Intelligence Center of Excellence. Accountability measures would be defined within the contract's terms and conditions, including performance standards and reporting requirements. Transparency is facilitated through contract award announcements and public databases like FPDS. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

it-services, computer-systems-design, department-of-defense, army, military-intelligence, full-and-open-competition, delivery-order, cost-plus-fixed-fee, arizona, intelligence-training

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $20.8 million to PERATON INC.. INFORMATION TECHNOLOGY SERVICE AND SUPPORT CONTRACT FOR MILITARY INTELLIGENCE CENTER OF EXCELLENCE

Who is the contractor on this award?

The obligated recipient is PERATON INC..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $20.8 million.

What is the period of performance?

Start: 2025-05-01. End: 2026-03-15.

What is Peraton Inc.'s track record with the Department of Defense, particularly in IT support for intelligence agencies?

Peraton Inc. has a significant history of contracting with the Department of Defense (DoD) across various IT and mission support services. While specific details on their IT support for intelligence agencies within the DoD would require deeper analysis of their contract portfolio, Peraton is known for providing advanced technology and mission-critical solutions to defense and intelligence communities. Their experience often includes areas like cyber security, enterprise IT, and command and control systems. Examining their past performance ratings and any past performance issues on similar DoD contracts would provide further insight into their reliability and capability for this specific award. The scale and nature of this $20.76 million contract suggest a need for proven expertise in sensitive environments.

How does the awarded price of $20.76 million compare to similar IT support contracts for military intelligence facilities?

Benchmarking the $20.76 million award requires comparing it against IT support contracts for comparable military intelligence facilities or specialized training centers. Factors influencing price include the scope of services (e.g., network management, cybersecurity, system design, user support), contract duration, labor rates, and the specific technological requirements of the intelligence mission. Given the specialized nature of military intelligence IT, costs can be higher than general IT support due to security clearances, specialized software, and stringent operational requirements. Without specific comparable contract data, it's challenging to definitively state if this price is high or low. However, the 'COST NO FEE' structure implies that the government reimburses allowable costs plus a fixed fee, making cost control and oversight crucial to ensure value.

What are the primary risks associated with this 'COST NO FEE' contract type for the government?

The primary risk associated with a 'COST NO FEE' (CNF) contract type for the government is the potential for cost overruns. In a CNF contract, the government reimburses the contractor for all allowable costs incurred in performing the contract, plus a fixed fee. This structure places the cost risk on the government, as the contractor has less incentive to control costs compared to a fixed-price contract. Effective oversight, rigorous cost tracking, and clear definitions of allowable costs are essential to mitigate this risk. Without strong management, the total cost could exceed initial estimates. The fixed fee, however, provides some predictability regarding the contractor's profit margin.

How effective is full and open competition in ensuring value for money for this type of specialized IT service?

Full and open competition is generally considered the most effective method for ensuring value for money, as it allows all responsible sources to compete, fostering a competitive environment that can drive down prices and encourage innovation. For specialized IT services like those required by the Military Intelligence Center of Excellence, a robust competition with multiple qualified bidders is crucial. It increases the likelihood that the government will receive competitive proposals that meet technical requirements at a reasonable price. However, the effectiveness is contingent on the number and quality of bids received. If only a few bidders participate, or if the requirements are so niche that only one or two contractors can realistically compete, the price discovery benefits of competition may be diminished.

What are the potential implications of the short contract duration (318 days) on service continuity and future IT needs?

A short contract duration of 318 days for critical IT support can have several implications. Firstly, it may indicate a short-term, specific need, such as bridging a gap until a larger contract is awarded or a specific project is completed. This can lead to potential inefficiencies if the contractor needs to ramp up and then demobilize quickly. Secondly, it raises concerns about service continuity. If this contract is essential for ongoing operations, the government must ensure a seamless transition to a follow-on contract or internal solution. This requires proactive planning and timely re-solicitation or extension processes. For the contractor, it might mean less incentive for long-term investment in optimizing the client's systems, focusing instead on meeting the immediate requirements within the given timeframe.

How does the 'Computer Systems Design Services' NAICS code (541512) align with the needs of a Military Intelligence Center of Excellence?

The NAICS code 541512, 'Computer Systems Design Services,' is highly relevant to a Military Intelligence Center of Excellence. This code encompasses establishments primarily engaged in planning and designing computer systems that integrate hardware, software, and communication technologies. For an intelligence center, this would involve designing secure and robust IT infrastructures, developing custom software solutions for data analysis and operational support, integrating various intelligence platforms, and ensuring seamless communication networks. The design services are critical for establishing or upgrading the complex technological backbone required for intelligence gathering, processing, and dissemination, ensuring that the systems are tailored to the unique and often classified operational requirements of military intelligence.

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 - DELIVERY

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 4

Pricing Type: COST NO FEE (S)

Evaluated Preference: NONE

Contractor Details

Address: 12975 WORLDGATE DR STE 7322, HERNDON, VA, 20170

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $201,952,989

Exercised Options: $26,533,809

Current Obligation: $20,757,290

Subaward Activity

Number of Subawards: 5

Total Subaward Amount: $887,284

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QTCK18D0011

IDV Type: GWAC

Timeline

Start Date: 2025-05-01

Current End Date: 2026-03-15

Potential End Date: 2030-03-30 00:00:00

Last Modified: 2025-09-17

More Contracts from Peraton Inc.

View all Peraton Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending