Interior's $3.4M LMS COTS Contract Awarded to Raj Technologies Inc
Contract Overview
Contract Amount: $3,389,138 ($3.4M)
Contractor: RAJ Technologies Inc.
Awarding Agency: Department of the Interior
Start Date: 2022-01-21
End Date: 2027-01-20
Contract Duration: 1,825 days
Daily Burn Rate: $1.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: LMS COTS SOLUTION FOR BIE
Place of Performance
Location: PLAINVIEW, NASSAU County, NEW YORK, 11803
State: New York Government Spending
Plain-Language Summary
Department of the Interior obligated $3.4 million to RAJ TECHNOLOGIES INC. for work described as: LMS COTS SOLUTION FOR BIE Key points: 1. Contract value of $3.4M for a Learning Management System (LMS) COTS solution. 2. Raj Technologies Inc. is the sole awardee. 3. Potential risk associated with limited competition. 4. Spending falls under Computer Systems Design Services (NAICS 541512).
Value Assessment
Rating: fair
The contract value of $3.4M for an LMS COTS solution appears reasonable given the 5-year duration. Benchmarking against similar COTS LMS procurements would provide a clearer picture of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition. This method may impact price discovery and potentially lead to higher costs compared to full and open competition.
Taxpayer Impact: The limited competition raises questions about whether taxpayers received the best possible price for this LMS solution.
Public Impact
Students and educators within the Bureau of Indian Affairs and Bureau of Indian Education will utilize the LMS. The contract supports the modernization of educational technology for these agencies. Ensuring data privacy and security for student information is a key public interest.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition
- Potential for higher costs due to limited competition
Positive Signals
- Firm Fixed Price contract type
- 5-year contract duration
Sector Analysis
The IT services sector, specifically computer systems design, is a significant area of federal spending. This contract for an LMS COTS solution aligns with ongoing efforts to digitize government operations and improve service delivery.
Small Business Impact
The contract was not awarded to a small business, as indicated by 'sb': false. Further analysis would be needed to determine if small business participation was sought or if opportunities were missed.
Oversight & Accountability
The contract's 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' clause warrants oversight to ensure the exclusion of sources was justified and properly documented. Regular performance reviews will be crucial for accountability.
Related Government Programs
- Computer Systems Design Services
- Department of the Interior Contracting
- Bureau of Indian Affairs and Bureau of Indian Education Programs
Risk Flags
- Limited competition may lead to higher costs.
- Lack of transparency regarding source exclusion.
- Potential for vendor lock-in with COTS solutions.
- Effectiveness hinges on user adoption and training.
Tags
computer-systems-design-services, department-of-the-interior, ny, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $3.4 million to RAJ TECHNOLOGIES INC.. LMS COTS SOLUTION FOR BIE
Who is the contractor on this award?
The obligated recipient is RAJ TECHNOLOGIES INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (Bureau of Indian Affairs and Bureau of Indian Education).
What is the total obligated amount?
The obligated amount is $3.4 million.
What is the period of performance?
Start: 2022-01-21. End: 2027-01-20.
What was the justification for excluding other sources in the competition?
The justification for excluding other sources is critical for understanding the limited competition. Agencies typically must demonstrate that only one source is capable of meeting the requirement or that specific circumstances necessitate a limited competition to ensure national security or fulfill urgent needs. Without this justification, the fairness and cost-effectiveness of the award are questionable.
How does the per-unit cost of this LMS compare to similar government or commercial offerings?
Benchmarking the per-unit cost against similar LMS solutions is essential for assessing value. If the per-unit cost is significantly higher than comparable offerings, it suggests potential overspending or a lack of competitive pressure. Conversely, a competitive per-unit cost would indicate a more favorable outcome for taxpayers.
What are the key performance indicators (KPIs) for this LMS contract, and how will they be measured?
Defining and measuring KPIs is crucial for evaluating the effectiveness of the LMS. Key indicators might include user adoption rates, system uptime, training completion rates, and user satisfaction. Robust measurement and reporting of these KPIs will ensure the agency is achieving its desired outcomes and that the investment is justified.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 140A1621R0071
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 110 TERMINAL DR, PLAINVIEW, NY, 11803
Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, 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: $6,093,949
Exercised Options: $3,389,138
Current Obligation: $3,389,138
Actual Outlays: $3,238,046
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2022-01-21
Current End Date: 2027-01-20
Potential End Date: 2032-01-20 00:00:00
Last Modified: 2026-02-03
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)