DOJ awards $5.8M for IT configuration services to YUDRIO INC, with 3 bidders
Contract Overview
Contract Amount: $5,778,386 ($5.8M)
Contractor: Yudrio Inc
Awarding Agency: Department of Justice
Start Date: 2025-10-01
End Date: 2026-09-30
Contract Duration: 364 days
Daily Burn Rate: $15.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: CIVCORE CONFIGURATION SERVICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20530
Plain-Language Summary
Department of Justice obligated $5.8 million to YUDRIO INC for work described as: CIVCORE CONFIGURATION SERVICES Key points: 1. Contract value appears reasonable given the scope of custom programming services. 2. Full and open competition suggests a competitive bidding process. 3. Potential risks include contractor performance and adherence to delivery schedules. 4. This contract supports IT infrastructure modernization within the Department of Justice. 5. The IT services sector is characterized by rapid technological advancements and specialized expertise.
Value Assessment
Rating: good
The contract value of $5.8 million for custom computer programming services over approximately one year appears to be within a reasonable range for specialized IT support. Benchmarking against similar contracts for IT configuration and programming services would provide a more precise value-for-money assessment. The firm-fixed-price structure helps control costs for the government, assuming the scope of work is well-defined.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. With three bidders participating, the competition level suggests a moderate degree of market interest. This level of competition is generally favorable for price discovery and can lead to more competitive pricing for the government.
Taxpayer Impact: A competitive bidding process with multiple bidders helps ensure that taxpayer funds are used efficiently by driving down costs through market forces.
Public Impact
The Department of Justice benefits from enhanced IT configuration and programming services. Services delivered include custom computer programming to support internal operations. The geographic impact is concentrated in the District of Columbia. Workforce implications may involve specialized IT professionals employed by the contractor.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if requirements are not clearly defined upfront.
- Dependence on contractor expertise could pose a risk if key personnel depart.
- Ensuring timely delivery and quality of custom programming services requires robust oversight.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Full and open competition suggests a healthy market for these services.
- The contract duration allows for focused execution of the defined scope.
Sector Analysis
The IT services sector, particularly custom computer programming, is a significant segment of federal spending. This contract falls within the broader IT services market, which is characterized by high demand for specialized skills in areas like software development, system integration, and configuration. Comparable spending benchmarks for similar custom programming services can vary widely based on complexity and duration, but this contract's value is moderate within the federal IT landscape.
Small Business Impact
This contract does not appear to have a small business set-aside. There is no explicit information provided regarding subcontracting plans for small businesses. The absence of set-aside provisions means that large businesses were eligible to compete and potentially win this award, with no specific mandate for small business participation.
Oversight & Accountability
Oversight for this contract will likely be managed by the contracting officer and the program office within the Department of Justice. Accountability measures are embedded in the firm-fixed-price contract type, which obligates the contractor to deliver specified services at an agreed-upon price. Transparency is generally maintained through federal procurement databases, though specific performance metrics and oversight reports may not be publicly available.
Related Government Programs
- IT Professional Services
- Custom Computer Programming Services
- Software Development Services
- IT Support Services
Risk Flags
- Contract performance risk
- Scope definition clarity
- Timeliness of delivery
Tags
it-services, custom-computer-programming, department-of-justice, delivery-order, firm-fixed-price, full-and-open-competition, district-of-columbia, it-configuration, medium-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $5.8 million to YUDRIO INC. CIVCORE CONFIGURATION SERVICES
Who is the contractor on this award?
The obligated recipient is YUDRIO INC.
Which agency awarded this contract?
Awarding agency: Department of Justice (Offices, Boards and Divisions).
What is the total obligated amount?
The obligated amount is $5.8 million.
What is the period of performance?
Start: 2025-10-01. End: 2026-09-30.
What is the track record of YUDRIO INC in performing similar federal IT contracts?
Assessing YUDRIO INC's track record requires a review of their past performance on federal contracts, particularly those involving custom computer programming and IT configuration services. Information on contract history, past performance evaluations, and any documented issues or successes would be crucial. A review of federal procurement data, such as the Federal Procurement Data System (FPDS) or Contract Award Notices, could reveal previous awards, contract types, and agencies served. Understanding their experience with similar contract values and durations would also provide insight into their capability to successfully execute this current award. Without specific past performance data, it is difficult to definitively assess their reliability for this task.
How does the awarded price compare to market rates for similar custom computer programming services?
To benchmark the awarded price of $5.8 million against market rates, one would need to analyze the specific services being procured and compare them to industry pricing for similar custom computer programming. Factors such as the complexity of the configuration, the required skill sets, the duration of the contract (approximately one year), and the geographic location of service delivery all influence market rates. Publicly available data on IT consulting rates, salary surveys for programmers, and pricing from other federal or commercial contracts for comparable services would be used. Given the firm-fixed-price nature, the government has secured a defined cost, but a detailed market analysis would confirm if this price represents good value relative to prevailing industry standards for the defined scope.
What are the primary risks associated with this contract and how are they being mitigated?
The primary risks associated with this contract include potential contractor underperformance, delays in delivery, and the possibility of scope creep if requirements are not precisely defined. For custom programming, there's also a risk related to the quality and security of the developed solutions. Mitigation strategies typically involve robust contract oversight by the government, clear definition of deliverables and performance standards, regular progress reviews, and adherence to the firm-fixed-price structure which incentivizes the contractor to manage costs. The selection process under full and open competition, along with the vetting of bidders, also serves as a risk mitigation factor by choosing capable providers. Specific mitigation plans would be detailed within the contract's statement of work and performance management framework.
How effective is the competition level in ensuring optimal value for taxpayers?
The competition level for this contract, with three bidders under full and open competition, is moderately effective in ensuring optimal value for taxpayers. Having multiple bidders generally drives prices down compared to sole-source or limited competition scenarios. Three bidders suggest a reasonable level of market interest, indicating that the government likely received competitive proposals. However, a higher number of bidders often leads to even more aggressive pricing. The effectiveness also depends on the quality of the proposals received and the government's ability to accurately evaluate them against the stated requirements and technical merit, not just price. The firm-fixed-price contract type further enhances value by capping the government's financial exposure.
What is the historical spending pattern for similar IT configuration services at the Department of Justice?
Analyzing historical spending patterns for similar IT configuration services at the Department of Justice would involve reviewing past contract awards for IT support, custom programming, and system configuration within the agency. This would help establish a baseline for typical contract values, durations, and the number of bidders for such services. Examining trends over the past several fiscal years could reveal whether spending in this area is increasing, decreasing, or remaining stable. Understanding this historical context allows for a better assessment of whether the current $5.8 million award is consistent with past investments, potentially indicating stable demand or a shift in IT priorities. It also helps in identifying frequently used contractors or service categories.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 15JPSS25Q00000093
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 161 FORT EVANS RD NE, LEESBURG, VA, 20176
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $37,249,492
Exercised Options: $9,453,492
Current Obligation: $5,778,386
Actual Outlays: $2,364,623
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS35F017CA
IDV Type: FSS
Timeline
Start Date: 2025-10-01
Current End Date: 2026-09-30
Potential End Date: 2030-09-30 00:00:00
Last Modified: 2025-12-01
More Contracts from Yudrio Inc
- Cals Recompete — $7.9M (Department of the Treasury)
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)