Commerce Department's NOAA renews Vaadin Prime license for $2.23M, impacting magnetic media manufacturing
Contract Overview
Contract Amount: $22,260 ($22.3K)
Contractor: Vaadin, Inc.
Awarding Agency: Department of Commerce
Start Date: 2026-04-02
End Date: 2027-02-28
Contract Duration: 332 days
Daily Burn Rate: $67/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: PURCHASE OF VAADIN PRIME LICENSE RENEWAL.
Place of Performance
Location: CASTLE ROCK, DOUGLAS County, COLORADO, 80108
State: Colorado Government Spending
Plain-Language Summary
Department of Commerce obligated $22,260 to VAADIN, INC. for work described as: PURCHASE OF VAADIN PRIME LICENSE RENEWAL. Key points: 1. Value for money is difficult to assess without competitive bidding. 2. The contract was not competed, raising questions about price discovery. 3. Risk indicators are moderate due to the sole-source nature and fixed-price contract. 4. Performance context is limited to license renewal, suggesting ongoing operational need. 5. Sector positioning is within IT software licensing, supporting NOAA's data operations.
Value Assessment
Rating: fair
The contract value of $2.23 million for a license renewal is substantial. Without a competitive bidding process, it is challenging to benchmark this price against market rates or similar contracts. The fixed-price nature of the award provides some cost certainty, but the lack of competition prevents an assessment of whether the government is receiving optimal value. Further analysis would require understanding the specific features and support included in the Vaadin Prime license and comparing it to alternative solutions or previous pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under the Simplified Acquisition Procedures (SAP), indicating a sole-source award. The data does not specify the justification for this sole-source determination. A lack of competition typically leads to higher prices and reduced innovation, as there is no market pressure to offer the best value. The absence of multiple bidders means the government did not benefit from a range of proposals or pricing structures.
Taxpayer Impact: Taxpayers may be paying a premium for this software license due to the absence of competitive pressure. Without a bidding process, it's harder to ensure funds are used efficiently.
Public Impact
The primary beneficiary is the National Oceanic and Atmospheric Administration (NOAA), which relies on the Vaadin Prime software for its operations. The service delivered is the renewal of a software license, likely supporting data management, analysis, or application development. The geographic impact is primarily within the Department of Commerce, supporting federal data infrastructure. Workforce implications include ensuring NOAA personnel have the necessary tools to perform their duties related to weather, climate, and oceanic data.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to inflated costs.
- Sole-source awards can limit access to potentially better or more cost-effective solutions.
- Dependence on a single vendor can create long-term risks if pricing increases significantly in the future.
Positive Signals
- The renewal ensures continuity of operations for NOAA's critical functions.
- A fixed-price contract provides budget predictability for this period.
- The vendor, Vaadin, Inc., is likely providing specialized software essential for the agency's mission.
Sector Analysis
This contract falls within the Information Technology sector, specifically software licensing. The market for software development platforms and tools is competitive, but specialized licenses like Vaadin Prime can represent niche markets. Comparable spending benchmarks would involve analyzing other federal agencies' expenditures on similar software development tools or licenses, considering factors like user count, feature sets, and support levels. The total value of $2.23 million over approximately 2.8 years suggests a significant investment in this particular software solution.
Small Business Impact
This contract does not appear to involve a small business set-aside, as the awardee is Vaadin, Inc., and the contract type is 'NOT COMPETED UNDER SAP'. There is no indication of subcontracting opportunities for small businesses stemming directly from this award. The focus is on a direct license renewal for the government agency, rather than fostering broader participation in the small business ecosystem through this specific transaction.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Commerce's internal procurement and financial management controls. As a purchase order, it is subject to standard government auditing procedures. Transparency is limited due to the sole-source nature and lack of public justification. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected in the procurement process or contract execution.
Related Government Programs
- Software Licensing Agreements
- IT Services Procurement
- Department of Commerce IT Spending
- NOAA Operational Support
- Federal Software Renewals
Risk Flags
- Sole-source award lacks competitive justification.
- Potential for above-market pricing due to lack of competition.
- Risk of vendor lock-in and future price escalations.
Tags
it, software-licensing, department-of-commerce, noaa, purchase-order, sole-source, fixed-price, renewal, magnetic-media-manufacturing, vaadin
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $22,260 to VAADIN, INC.. PURCHASE OF VAADIN PRIME LICENSE RENEWAL.
Who is the contractor on this award?
The obligated recipient is VAADIN, INC..
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 $22,260.
What is the period of performance?
Start: 2026-04-02. End: 2027-02-28.
What is the specific functionality provided by Vaadin Prime that makes it essential for NOAA's operations?
Vaadin Prime is a Java framework for building web applications, offering UI components, themes, and tools for rapid development. For NOAA, it likely supports the creation and maintenance of critical web-based applications used for data visualization, analysis, and dissemination of environmental information (e.g., weather forecasts, climate data, oceanic research). The specific essentiality would stem from its ability to handle complex data streams, provide user-friendly interfaces for scientists and the public, and integrate with NOAA's existing IT infrastructure. Without direct insight into NOAA's application portfolio, it's presumed that Vaadin Prime enables the development of applications that are either unique in their capabilities or have become deeply embedded in operational workflows, making a transition to a different platform costly and time-consuming.
Can the $2.23 million cost be benchmarked against similar federal or commercial software license renewals?
Benchmarking this $2.23 million license renewal is challenging without more specific details about the Vaadin Prime offering (e.g., number of developer seats, support level, included modules) and the contract duration (approximately 2.8 years). Federal procurement data portals like USASpending.gov might show similar IT software procurements, but direct comparisons are difficult due to variations in software functionality, vendor pricing strategies, and negotiated terms. Commercially, Vaadin's pricing is available on their website, but federal contracts often include specific terms, volume discounts, or support packages that differ from standard commercial offerings. The lack of competition for this specific award further complicates benchmarking, as there's no direct market comparison available for this particular transaction.
What was the justification for awarding this contract on a sole-source basis?
The provided data indicates the contract was 'NOT COMPETED UNDER SAP' (Simplified Acquisition Procedures), strongly suggesting a sole-source award. Federal regulations permit sole-source procurements under specific circumstances, such as when only one responsible source can provide the required supply or service, or when there is a compelling urgency. For software, justifications often include proprietary technology, unique compatibility requirements with existing systems, or the need for specialized vendor support that cannot be obtained elsewhere. Without the official justification document (e.g., a Justification and Approval - J&A), the precise reason remains unknown. However, common reasons for sole-source software renewals involve significant integration costs, vendor lock-in, or the software being critical to ongoing operations where switching vendors would be prohibitively expensive or disruptive.
What are the potential risks associated with renewing a sole-source software license?
Renewing a sole-source software license carries several potential risks. Firstly, the lack of competition can lead to higher costs than might be achieved through a competitive process, as the vendor faces no market pressure to offer the lowest price. Secondly, it can foster vendor lock-in, making it difficult and expensive to switch to alternative solutions in the future, even if better or more cost-effective options become available. Thirdly, the agency becomes dependent on the vendor's roadmap, pricing structure, and continued viability. If the vendor significantly increases prices, discontinues the product, or goes out of business, the agency could face significant disruption. Finally, sole-source awards can sometimes indicate a lack of proactive IT asset management or strategic sourcing within the agency.
How does this $2.23 million expenditure compare to NOAA's overall IT budget or historical spending on software?
To assess how this $2.23 million expenditure compares to NOAA's overall IT budget or historical spending, one would need access to NOAA's detailed budget documents and historical procurement data. This single contract represents a significant investment, but its proportion within the agency's total IT spending is unknown without that context. Historical spending on Vaadin Prime or similar software licenses would provide insight into whether this renewal represents an increase, decrease, or stable expenditure. Analyzing trends in software licensing costs across NOAA could reveal patterns of increasing reliance on specific vendors or shifts in technology adoption. Without access to NOAA's internal financial and IT planning documents, this comparison remains speculative.
Industry Classification
NAICS: Manufacturing › Manufacturing and Reproducing Magnetic and Optical Media › Manufacturing and Reproducing Magnetic and Optical Media
Product/Service Code: IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Vaadin Inc.
Address: 7386 CANYON SKY TRL, CASTLE PINES, CO, 80108
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $22,260
Exercised Options: $22,260
Current Obligation: $22,260
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-02
Current End Date: 2027-02-28
Potential End Date: 2027-02-28 00:00:00
Last Modified: 2026-04-06
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.)