Interior's Bureau of Indian Affairs Renews i-Ready License for $31.3M with Curriculum Associates
Contract Overview
Contract Amount: $31,279 ($31.3K)
Contractor: Curriculum Associates, LLC
Awarding Agency: Department of the Interior
Start Date: 2026-06-01
End Date: 2027-05-31
Contract Duration: 364 days
Daily Burn Rate: $86/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Education
Official Description: RENEWAL IREADY LICENSE/BOOK MATERIALS
Place of Performance
Location: NORTH BILLERICA, MIDDLESEX County, MASSACHUSETTS, 01862
Plain-Language Summary
Department of the Interior obligated $31,278.83 to CURRICULUM ASSOCIATES, LLC for work described as: RENEWAL IREADY LICENSE/BOOK MATERIALS Key points: 1. Spending on educational software renewal represents a significant investment in student learning resources. 2. Sole-source procurement limits competitive pricing and potential cost savings. 3. The firm fixed-price contract structure transfers cost risk to the government. 4. Educational support services sector spending is often driven by student needs and curriculum mandates.
Value Assessment
Rating: questionable
The contract value of $31.3M for a 364-day renewal of educational software is substantial. Without competitive bidding, it's difficult to assess if this price is aligned with market rates for similar educational technology licenses.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award to Curriculum Associates, LLC. This approach bypasses the competitive process, potentially leading to higher prices than could be achieved through open bidding.
Taxpayer Impact: The lack of competition means taxpayers may be paying a premium for this educational software renewal, as market forces are not driving price discovery.
Public Impact
Students in Bureau of Indian Affairs and Bureau of Indian Education schools will continue to have access to the i-Ready learning platform. The renewal ensures continuity of educational services, avoiding disruption to student learning. The significant expenditure highlights the reliance on digital learning tools in modern education.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source procurement
- Lack of competition
- Firm fixed price contract
Positive Signals
- Ensures continuity of educational services
- Provides access to learning materials
Sector Analysis
This spending falls within the Educational Support Services sector, which includes a wide range of services and products designed to enhance the educational process. Benchmarks for similar software licenses can vary widely based on features, user base, and contract terms.
Small Business Impact
There is no indication in the provided data that small businesses were involved in this procurement, either as prime contractors or subcontractors.
Oversight & Accountability
Oversight of sole-source contracts is crucial to ensure fair pricing and value for taxpayer money. The Bureau of Indian Affairs and Bureau of Indian Education should have internal controls to justify non-competitive awards.
Related Government Programs
- Educational Support Services
- Department of the Interior Contracting
- Bureau of Indian Affairs and Bureau of Indian Education Programs
Risk Flags
- Sole-source award limits competition.
- Potential for inflated pricing due to lack of competition.
- Firm fixed price shifts cost risk to the government.
- Limited transparency on price justification.
Tags
educational-support-services, department-of-the-interior, ma, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $31,278.83 to CURRICULUM ASSOCIATES, LLC. RENEWAL IREADY LICENSE/BOOK MATERIALS
Who is the contractor on this award?
The obligated recipient is CURRICULUM ASSOCIATES, LLC.
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 $31,278.83.
What is the period of performance?
Start: 2026-06-01. End: 2027-05-31.
What is the justification for awarding this contract sole-source, and what steps were taken to ensure the price is fair and reasonable?
The justification for a sole-source award typically involves unique capabilities, urgent needs, or lack of viable alternatives. Agencies must conduct market research and price analysis to ensure the negotiated price is fair and reasonable, even without competition. Documentation of this process is critical for accountability.
What is the long-term strategy for procuring educational software, and will future procurements be competed to ensure better value?
A long-term strategy should outline how educational technology needs will be met, including plans for competitive procurements where feasible. Agencies should aim to foster competition to drive innovation and cost-effectiveness, reserving sole-source awards for truly exceptional circumstances.
How does the i-Ready platform's effectiveness and cost compare to alternative educational software solutions available on the market?
Assessing effectiveness involves reviewing student performance data and teacher feedback. Comparing costs requires analyzing pricing structures of similar platforms, considering features, support, and scalability. Without a competitive process, this comparative analysis is often internal or based on historical data.
Industry Classification
NAICS: Educational Services › Educational Support Services › Educational Support Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 0044038754
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 153 RANGEWAY RD, NORTH BILLERICA, MA, 01862
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $31,279
Exercised Options: $31,279
Current Obligation: $31,279
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-06-01
Current End Date: 2027-05-31
Potential End Date: 2027-05-31 00:00:00
Last Modified: 2026-04-03
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.)