Commerce Department's NOAA awards $943K for Intelex software, raising questions on competition and value
Contract Overview
Contract Amount: $94,329 ($94.3K)
Contractor: Intelex Technologies ULC
Awarding Agency: Department of Commerce
Start Date: 2025-07-28
End Date: 2027-05-31
Contract Duration: 672 days
Daily Burn Rate: $140/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: INTELEX LICENSE AND SUPPORT RENEWAL BASE YEAR
Plain-Language Summary
Department of Commerce obligated $94,328.53 to INTELEX TECHNOLOGIES ULC for work described as: INTELEX LICENSE AND SUPPORT RENEWAL BASE YEAR Key points: 1. The contract's value appears reasonable for enterprise software licensing and support, but a lack of competition limits definitive value assessment. 2. The sole-source nature of this award warrants scrutiny regarding potential overpricing and missed opportunities for cost savings. 3. Performance risk is low given the renewal nature of the contract, but long-term vendor lock-in is a potential concern. 4. This contract supports critical data management and compliance functions within NOAA, aligning with its operational needs. 5. The IT services sector is characterized by high demand for specialized software, making vendor selection crucial. 6. The absence of small business set-asides or subcontracting plans is noted, with no direct impact on the small business ecosystem evident from this award alone.
Value Assessment
Rating: fair
The award of $943,285.53 for a 2-year period (including option periods) for Intelex software licensing and support appears within a typical range for enterprise-level software solutions. However, without competitive bidding, it is difficult to benchmark the pricing against market alternatives or assess if the government secured the best possible value. The firm fixed-price contract type provides cost certainty, but the lack of competition prevents a robust value-for-money analysis.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, Intelex Technologies ULC, was solicited. This approach is typically justified when a unique product or service is required, or when there is a lack of viable alternatives. The limited competition means that price discovery through market forces was not utilized, potentially leading to higher costs than if multiple vendors had competed.
Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive pressure. Without a competitive process, there is less assurance that the pricing reflects fair market value, and potential cost savings were likely forgone.
Public Impact
The primary beneficiaries are NOAA personnel who rely on the Intelex platform for data management, compliance, and operational efficiency. The services delivered include software licensing and ongoing technical support for the Intelex system. The geographic impact is national, supporting NOAA's operations across its various facilities and programs. There are no direct workforce implications mentioned, as this is a software renewal rather than a new service acquisition.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potential for cost savings.
- Lack of transparency in the justification for sole-source procurement.
- Potential for vendor lock-in with specialized software solutions.
- No indication of performance metrics or service level agreements in the provided data.
Positive Signals
- Renewal of existing software likely ensures continuity of essential operations.
- Firm fixed-price contract provides budget certainty.
- Intelex software is likely critical for NOAA's specific data management needs.
Sector Analysis
The Information Technology (IT) sector, particularly software licensing and support, is a significant area of federal spending. This contract falls under the 'Other Computer Related Services' NAICS code (541519), which encompasses a broad range of IT services. The market for specialized compliance and data management software can be concentrated, sometimes leading to sole-source or limited competition awards. Comparable spending benchmarks for enterprise software licenses vary widely based on the specific software, user base, and support levels required.
Small Business Impact
This contract does not appear to include any small business set-aside provisions, nor is there information suggesting subcontracting opportunities for small businesses. The award is made directly to Intelex Technologies ULC, a company whose size is not specified in the provided data. Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Commerce's internal procurement regulations and NOAA's program management. As a sole-source award, the justification for this procurement method would be subject to review. Transparency is limited by the lack of competitive bidding. There is no specific mention of an Inspector General's direct involvement in this particular award, but the IG's office generally oversees federal spending for waste, fraud, and abuse.
Related Government Programs
- NOAA IT Modernization Efforts
- Federal Civilian Agency Software Procurement
- Data Management and Analytics Solutions
- Compliance Software Contracts
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Potential for non-competitive pricing
- Limited transparency in procurement justification
Tags
it-services, software-licensing, software-support, department-of-commerce, noaa, sole-source, firm-fixed-price, purchase-order, national, existing-contract, renewal
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $94,328.53 to INTELEX TECHNOLOGIES ULC. INTELEX LICENSE AND SUPPORT RENEWAL BASE YEAR
Who is the contractor on this award?
The obligated recipient is INTELEX TECHNOLOGIES ULC.
Which agency awarded this contract?
Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).
What is the total obligated amount?
The obligated amount is $94,328.53.
What is the period of performance?
Start: 2025-07-28. End: 2027-05-31.
What is the track record of Intelex Technologies ULC with the federal government, specifically with NOAA?
Information regarding Intelex Technologies ULC's specific track record with the federal government, and particularly with NOAA, is not detailed in the provided data. However, the nature of this award as a renewal suggests a pre-existing relationship and likely past performance. To fully assess the contractor's track record, a review of past performance evaluations, contract history, and any documented issues or successes related to previous awards would be necessary. This would provide insight into their reliability, quality of service, and adherence to contract terms.
How does the per-unit cost of this Intelex license compare to similar enterprise software solutions in the federal market?
A direct per-unit cost comparison is challenging without knowing the exact number of users, modules licensed, and the specific support level included in this $943,285.53 award. Enterprise software pricing varies significantly based on these factors. Generally, specialized compliance and data management platforms can command substantial license and support fees. The absence of competitive bidding prevents a definitive benchmark against market rates or other federal contracts for similar solutions. A thorough analysis would require detailed feature and user count comparisons.
What are the primary risks associated with a sole-source award for essential software like Intelex?
The primary risks associated with a sole-source award for essential software include potential overpricing due to the lack of competitive pressure, limited negotiation leverage for the government, and the risk of vendor lock-in. Without competition, the government may not be securing the most cost-effective solution available in the market. Furthermore, reliance on a single vendor can create dependencies that are difficult and costly to break, potentially hindering future technology modernization efforts or the adoption of more innovative solutions.
How critical is the Intelex platform to NOAA's mission, and what would be the impact of its disruption?
The Intelex platform is described as supporting 'Other Computer Related Services' for the National Oceanic and Atmospheric Administration (NOAA). While specific details of its function are not provided, such platforms often handle critical data management, regulatory compliance, environmental monitoring, or operational workflow processes. Disruption to this software could potentially impede NOAA's ability to fulfill its core mission related to weather, climate, oceans, and coasts, potentially affecting data collection, analysis, reporting, and regulatory adherence.
What is the historical spending trend for Intelex software or similar services at NOAA or the Department of Commerce?
The provided data only details a single award for the base year of a renewal contract. To understand historical spending trends, one would need to examine previous contract awards for Intelex software or comparable services to NOAA and the Department of Commerce over several fiscal years. Analyzing this historical data would reveal patterns in spending, identify potential increases or decreases in costs, and provide context for the current award amount relative to past investments.
Are there any alternative software solutions that could meet NOAA's needs, and why was Intelex chosen on a sole-source basis?
The justification for awarding this contract on a sole-source basis implies that alternative solutions were either not identified, not deemed suitable, or that Intelex possesses unique capabilities essential for NOAA's operations. Typically, sole-source justifications require demonstrating that only one responsible source can provide the required supplies or services. Without access to the specific justification documentation, it is difficult to ascertain the precise reasons. However, common justifications include proprietary software, unique technical requirements, or essential compatibility with existing systems.
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 › IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140802-25-0155
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 70 UNIVERSITY AVENUE, SUITE 900, TORONTO
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $216,487
Exercised Options: $94,329
Current Obligation: $94,329
Actual Outlays: $60,141
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-07-28
Current End Date: 2027-05-31
Potential End Date: 2030-05-31 00:00:00
Last Modified: 2026-04-10
Other Department of Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)