Commerce Dept. awards $5M contract for automated training support to I TECH AG LLC
Contract Overview
Contract Amount: $5,014,148 ($5.0M)
Contractor: I Tech AG LLC
Awarding Agency: Department of Commerce
Start Date: 2025-01-27
End Date: 2027-01-26
Contract Duration: 729 days
Daily Burn Rate: $6.9K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DEC AUTOMATED TRAINING SUPPORT
Place of Performance
Location: SUITLAND, PRINCE GEORGES County, MARYLAND, 20746
State: Maryland Government Spending
Plain-Language Summary
Department of Commerce obligated $5.0 million to I TECH AG LLC for work described as: DEC AUTOMATED TRAINING SUPPORT Key points: 1. Contract awarded on a sole-source basis, limiting price competition. 2. The contract duration of 729 days suggests a need for sustained support. 3. Fixed-price contract type aims to control costs, but sole-source nature raises concerns. 4. The administrative management consulting services sector is broad, requiring specific performance metrics. 5. Geographic focus on Maryland for contract performance. 6. No indication of small business participation or set-asides.
Value Assessment
Rating: questionable
The contract value of $5,014,148 for automated training support over two years appears to be within a reasonable range for specialized consulting services. However, without a competitive bidding process, it is difficult to benchmark the value for money effectively. The fixed-price nature of the contract provides some cost certainty for the government, but the lack of competition may have led to a higher price than could have been achieved through open bidding.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed. This typically occurs when only one vendor is capable of providing the required services or under specific emergency circumstances. The lack of competition means that the U.S. Census Bureau did not solicit bids from multiple vendors, which can limit price discovery and potentially lead to higher costs for the government.
Taxpayer Impact: Sole-source awards mean taxpayers may not be getting the best possible price due to the absence of competitive pressure. This limits opportunities for other qualified businesses to secure government contracts.
Public Impact
The U.S. Census Bureau will benefit from enhanced automated training capabilities. Services delivered will focus on administrative management and general management consulting. Geographic impact is concentrated in Maryland, where the contractor will perform the work. Workforce implications include the potential for specialized training to improve employee efficiency and effectiveness.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and taxpayer value.
- Lack of transparency in the procurement process due to sole-source nature.
- Potential for higher costs without competitive bidding.
Positive Signals
- Fixed-price contract type provides cost certainty.
- Contract duration suggests a recognized need for ongoing support.
- Contractor is identified as I TECH AG LLC.
Sector Analysis
The contract falls within the Administrative Management and General Management Consulting Services sector (NAICS 541611). This is a broad category encompassing a wide range of professional services aimed at improving organizational efficiency and management. The market for these services is competitive, but specific niche capabilities, such as automated training support, can lead to specialized providers. Benchmarking spending in this category requires detailed analysis of similar specialized training contracts.
Small Business Impact
This contract does not appear to have a small business set-aside, as indicated by 'ss': false and 'sb': false. There is no information provided regarding subcontracting plans. This means that opportunities for small businesses to participate in this contract, either as prime contractors or subcontractors, are not explicitly prioritized or mandated by the contract terms.
Oversight & Accountability
Oversight for this contract will likely be managed by the U.S. Census Bureau's contracting officers and program managers. Accountability measures are inherent in the fixed-price contract terms, requiring delivery of specified services. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Federal Workforce Training Programs
- Management Consulting Services
- IT Training Solutions
- Government Administrative Support Contracts
Risk Flags
- Sole-source award may limit competition and value.
- Lack of detailed performance metrics in provided data.
- No clear indication of small business participation.
Tags
administrative-management-consulting, automated-training-support, department-of-commerce, u.s.-census-bureau, maryland, definitive-contract, firm-fixed-price, sole-source, consulting-services, it-training, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $5.0 million to I TECH AG LLC. DEC AUTOMATED TRAINING SUPPORT
Who is the contractor on this award?
The obligated recipient is I TECH AG LLC.
Which agency awarded this contract?
Awarding agency: Department of Commerce (U.S. Census Bureau).
What is the total obligated amount?
The obligated amount is $5.0 million.
What is the period of performance?
Start: 2025-01-27. End: 2027-01-26.
What is the track record of I TECH AG LLC in providing automated training support to federal agencies?
Information regarding the specific track record of I TECH AG LLC in providing automated training support to federal agencies is not detailed in the provided data. A comprehensive review would require examining past performance evaluations, contract history, and client testimonials. Without this information, it is difficult to assess their experience and capability in delivering the required services effectively. Further research into federal procurement databases and contractor performance systems would be necessary to ascertain their past performance and suitability for this contract.
How does the awarded amount compare to similar automated training support contracts within the federal government?
The provided data does not include benchmarks for similar automated training support contracts. To assess value for money, a comparison with contracts for comparable services, duration, and scope across different federal agencies would be needed. Factors such as the complexity of the training, the number of users, and the level of customization would influence pricing. Given the sole-source nature of this award, a direct comparison is challenging, but it would be beneficial to identify any publicly available data on similar sole-source or competitively awarded training contracts to establish a baseline for cost evaluation.
What are the specific risks associated with a sole-source award for automated training support?
The primary risk associated with a sole-source award is the potential for inflated pricing due to the absence of competitive pressure. This can lead to taxpayers not receiving the best value for their money. Another risk is a reduced incentive for the contractor to innovate or provide exceptional service, as there is no immediate threat of losing business to competitors. Furthermore, a sole-source award can limit opportunities for other qualified small and large businesses to participate in government contracting, potentially hindering market competition and diversity in the long run. Ensuring robust oversight and clear performance metrics becomes even more critical in sole-source situations.
What are the expected outcomes or program effectiveness metrics for this automated training support contract?
The provided data does not specify the expected outcomes or program effectiveness metrics for this automated training support contract. Typically, such metrics would be defined in the contract's Statement of Work (SOW) and could include measures like training completion rates, post-training performance improvements, user satisfaction scores, reduction in training time or costs, and the successful adoption of new systems or processes. The effectiveness of the contract will depend on how well these metrics are defined, monitored, and achieved by I TECH AG LLC.
What has been the historical spending pattern for automated training support by the U.S. Census Bureau or the Department of Commerce?
Historical spending patterns for automated training support by the U.S. Census Bureau or the Department of Commerce are not detailed in the provided data. To understand this, one would need to analyze past contract awards for similar services over several fiscal years. This analysis would reveal trends in spending, the types of vendors utilized, and whether contracts were typically competed or awarded sole-source. Such historical data is crucial for contextualizing the current $5 million award and assessing its significance within the agency's overall training and development budget.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1220 N FILLMORE ST, ARLINGTON, VA, 22201
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,357,495
Exercised Options: $5,537,275
Current Obligation: $5,014,148
Actual Outlays: $898,782
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2025-01-27
Current End Date: 2027-01-26
Potential End Date: 2027-01-26 00:00:00
Last Modified: 2026-01-30
More Contracts from I Tech AG LLC
- THE Purpose of This Task Order IS for the Centers for Medicare & Medicaid Services to Obtain Servicenow Development, Operations, and Continuous Improvement Services for the Health Care Quality Information Systems (hcqis) Operated by the Informati — $37.4M (Department of Health and Human Services)
- Ginnie MAE Servicenow Enterprise Solutions — $9.7M (General Services Administration)
- Servicenow Professional Services — $2.5M (U.S. International Development Finance Corporation)
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.)