ITEGRITY INC awarded $5.9M for NOAA IT support, highlighting custom programming services

Contract Overview

Contract Amount: $5,915,867 ($5.9M)

Contractor: Itegrity Inc

Awarding Agency: Department of Commerce

Start Date: 2025-03-17

End Date: 2026-03-16

Contract Duration: 364 days

Daily Burn Rate: $16.3K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: PROVIDE FINANCIAL SYSTEM SUPPORT SERVICES IN ACCORDANCE WITH THE SOW.

Place of Performance

Location: SILVER SPRING, MONTGOMERY County, MARYLAND, 20910

State: Maryland Government Spending

Plain-Language Summary

Department of Commerce obligated $5.9 million to ITEGRITY INC for work described as: PROVIDE FINANCIAL SYSTEM SUPPORT SERVICES IN ACCORDANCE WITH THE SOW. Key points: 1. Value for money assessed through firm-fixed-price structure, aiming for cost control. 2. Competition dynamics indicate a full and open process, potentially driving competitive pricing. 3. Risk indicators include reliance on a single delivery order for the full period. 4. Performance context relies on successful delivery of financial system support as per SOW. 5. Sector positioning within custom computer programming services, a critical area for NOAA.

Value Assessment

Rating: good

The contract's firm-fixed-price structure suggests an effort to control costs. Benchmarking against similar custom computer programming services contracts for federal agencies indicates that the average cost for such services can vary significantly based on complexity and duration. Without specific details on the scope of 'financial system support,' a precise per-unit cost comparison is challenging. However, the total award amount appears within a reasonable range for a one-year IT support contract of this nature.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, suggesting that multiple vendors had the opportunity to bid. The presence of two bidders, as indicated by the 'no' field, implies a moderate level of competition. While more bidders could potentially lead to lower prices, a two-bidder scenario often still provides sufficient price discovery and encourages competitive proposals.

Taxpayer Impact: A full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to more cost-effective solutions and better value for public funds.

Public Impact

NOAA's National Oceanic and Atmospheric Administration benefits from enhanced financial system support. Services delivered include crucial financial system support, ensuring operational continuity. Geographic impact is primarily within the operational scope of NOAA's Maryland-based activities. Workforce implications may involve IT professionals supporting financial systems, potentially including contractor personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for scope creep if 'financial system support' is not clearly defined in the SOW.
  • Reliance on a single delivery order for the entire contract duration could pose a risk if performance issues arise.
  • Vendor lock-in is a potential concern if transition to a new vendor is complex.

Positive Signals

  • Firm-fixed-price contract type helps manage cost uncertainty for the government.
  • Full and open competition suggests a robust bidding process.
  • Contract award to ITEGRITY INC indicates a selection based on perceived capability and price.

Sector Analysis

The IT services sector, particularly custom computer programming, is a significant area of federal spending. Agencies like NOAA rely heavily on sophisticated IT infrastructure to manage vast amounts of data and complex operations. This contract fits within the broader category of IT support services, which encompasses a wide range of activities from software development to system maintenance. Comparable spending benchmarks for custom programming services can vary widely, but contracts in the multi-million dollar range for a year of support are common for specialized agency needs.

Small Business Impact

This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. The award to ITEGRITY INC, without specific size information, suggests it may be a larger entity. This means the direct economic impact on the small business ecosystem from this specific contract is likely minimal, though larger prime contractors often engage small businesses for subcontracting opportunities on other projects.

Oversight & Accountability

Oversight for this contract will likely be managed by the contracting officer and program managers within NOAA. The firm-fixed-price nature of the contract provides a degree of accountability for the contractor to deliver services within the agreed budget. Transparency is facilitated by the public nature of contract awards. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.

Related Government Programs

  • Financial System Modernization Programs
  • Custom Software Development Contracts
  • IT Infrastructure Support Services
  • NOAA IT Services Contracts

Risk Flags

  • Single Delivery Order for Full Contract Duration
  • Potential for Undefined Scope in 'Financial System Support'

Tags

it-services, custom-programming, financial-systems, noaa, department-of-commerce, firm-fixed-price, full-and-open-competition, delivery-order, maryland, it-support, software-development

Frequently Asked Questions

What is this federal contract paying for?

Department of Commerce awarded $5.9 million to ITEGRITY INC. PROVIDE FINANCIAL SYSTEM SUPPORT SERVICES IN ACCORDANCE WITH THE SOW.

Who is the contractor on this award?

The obligated recipient is ITEGRITY 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 $5.9 million.

What is the period of performance?

Start: 2025-03-17. End: 2026-03-16.

What is the specific scope of 'financial system support' required by NOAA under this contract?

The Statement of Work (SOW) is critical for defining the precise nature of the financial system support. This could range from routine maintenance and bug fixes to more complex tasks such as system upgrades, data migration, or the development of new financial reporting modules. Without access to the SOW, it's difficult to ascertain the full extent of services. However, the NAICS code 541511 (Custom Computer Programming Services) suggests a focus on software development and modification rather than general IT maintenance. The contract's duration of 364 days and firm-fixed-price structure imply a defined set of deliverables or service levels expected within that timeframe and budget.

How does the $5.9 million award compare to historical spending on similar financial system support services by NOAA or other agencies?

Comparing this $5.9 million award requires an analysis of similar contracts for custom computer programming services (NAICS 541511) within NOAA or comparable agencies like NASA, NSF, or other scientific/data-intensive organizations. Historical data suggests that contracts for specialized IT support, especially those involving financial systems, can range from hundreds of thousands to tens of millions of dollars annually, depending on the complexity, scope, and duration. A one-year contract for approximately $5.9 million for custom programming services appears to be within a typical range for a significant, but not exceptionally large, federal IT support requirement. Factors like the number of users supported, the criticality of the financial systems, and the specific technical requirements heavily influence pricing.

What are the key performance indicators (KPIs) or metrics used to evaluate ITEGRITY INC's performance under this contract?

Performance evaluation for this contract would typically be outlined in the Statement of Work (SOW) and the Performance Work Statement (PWS), if applicable. Key Performance Indicators (KPIs) for financial system support services often include metrics such as system uptime, response time for issue resolution, successful completion of development tasks (e.g., bug fixes, new feature implementation) within agreed-upon timelines, and adherence to security protocols. For custom programming, metrics might also involve code quality, successful testing phases, and user acceptance. The firm-fixed-price nature of the contract incentivizes the contractor to meet these KPIs efficiently to ensure profitability.

What is the track record of ITEGRITY INC in delivering similar IT support or custom programming services to the federal government?

Assessing ITEGRITY INC's track record involves reviewing their past performance on federal contracts. This includes examining contract تاريخ (history), past performance evaluations (if publicly available), and any reported issues or successes. A search of federal procurement databases (like SAM.gov or FPDS) would reveal previous awards, contract types, and agencies served. Positive indicators would include a history of successful contract completions, positive past performance reviews, and experience with similar types of IT services, particularly financial systems. Conversely, a history of contract disputes, performance failures, or significant overruns on comparable projects would raise concerns.

What are the potential risks associated with this contract, and what mitigation strategies are in place?

Potential risks include the contractor failing to meet performance standards, cost overruns (though mitigated by FFP), security breaches, or the need for services beyond the initial scope. Given this is a single delivery order for the full duration, a key risk is the contractor's ability to sustain performance over the entire period. Mitigation strategies typically involve robust government oversight, clearly defined SOWs, regular performance reviews, and contingency planning. The firm-fixed-price structure itself acts as a primary risk mitigation tool for the government regarding cost. Security requirements and background checks for personnel would also be standard mitigation measures.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - PLATFORM

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 1305M425Q0029

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 8380 COLESVILLE RD, SILVER SPRING, MD, 20910

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

Financial Breakdown

Contract Ceiling: $9,996,129

Exercised Options: $5,915,867

Current Obligation: $5,915,867

Actual Outlays: $3,415,030

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS35F049DA

IDV Type: FSS

Timeline

Start Date: 2025-03-17

Current End Date: 2026-03-16

Potential End Date: 2027-09-16 00:00:00

Last Modified: 2026-03-02

More Contracts from Itegrity Inc

View all Itegrity Inc federal contracts →

Other Department of Commerce Contracts

View all Department of Commerce contracts →

Explore Related Government Spending