Treasury's IRS Counsel awards $2.29M contract for product lifecycle management to Analysis Group Inc

Contract Overview

Contract Amount: $2,289,107 ($2.3M)

Contractor: Analysis Group Inc

Awarding Agency: Department of the Treasury

Start Date: 2025-07-17

End Date: 2030-07-16

Contract Duration: 1,825 days

Daily Burn Rate: $1.3K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: LABOR HOURS

Sector: Other

Official Description: EXPERT WITNESS SERVICES - TRACS0003399 - APPROVED 7/16/2025 - PRODUCT-LIFECYCLE-MANAGEMENT FOR INTERNAL REVENUE SERVICE CHIEF COUNSEL.

Place of Performance

Location: BOSTON, SUFFOLK County, MASSACHUSETTS, 02199

State: Massachusetts Government Spending

Plain-Language Summary

Department of the Treasury obligated $2.3 million to ANALYSIS GROUP INC for work described as: EXPERT WITNESS SERVICES - TRACS0003399 - APPROVED 7/16/2025 - PRODUCT-LIFECYCLE-MANAGEMENT FOR INTERNAL REVENUE SERVICE CHIEF COUNSEL. Key points: 1. Contract awarded on a sole-source basis, raising questions about potential cost efficiencies and market-driven pricing. 2. The duration of the contract (5 years) suggests a long-term need for these specialized services. 3. The North American Industry Classification System (NAICS) code 541990 indicates a broad category, potentially limiting specific performance benchmarks. 4. The contract's value, while significant, needs to be assessed against the complexity and criticality of product lifecycle management for IRS Counsel. 5. Lack of competition may limit opportunities for innovation and cost reduction through market forces. 6. The contract is a definitive contract, suggesting a clear scope of work and deliverables.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging due to its sole-source nature and the specialized expertise required for product lifecycle management within a tax agency. Without competitive bids, it's difficult to ascertain if the $2.29 million over five years represents optimal value for money. The pricing structure, based on labor hours, can be prone to cost overruns if not meticulously managed. Further analysis would require understanding the specific deliverables and comparing them to similar, albeit likely scarce, engagements for product lifecycle management in the public sector.

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 among multiple vendors. This approach is typically used when only one vendor possesses the unique capabilities or qualifications necessary for the requirement, or in cases of urgent need. The absence of competition means that the government did not benefit from the price discovery and innovation that typically arise from a competitive bidding process. This raises concerns about whether the most cost-effective solution was secured.

Taxpayer Impact: For taxpayers, a sole-source award means there was no opportunity to leverage market competition to drive down costs. This could potentially lead to higher overall spending for the services rendered compared to a competitively bid contract.

Public Impact

The primary beneficiary of this contract is the Internal Revenue Service (IRS) Chief Counsel's office, which will receive support for its product lifecycle management processes. The services delivered will focus on managing the lifecycle of products and systems used by the IRS Counsel, aiming to improve efficiency and effectiveness. The geographic impact is primarily within the IRS's operational footprint, likely supporting its national functions. Workforce implications may include the integration of Analysis Group Inc.'s expertise with existing IRS personnel, potentially leading to knowledge transfer and enhanced internal capabilities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT services sector, particularly within professional, scientific, and technical services (NAICS 541990), is characterized by a wide range of specialized providers. This contract falls under the umbrella of IT support and management, focusing on product lifecycle management, which is crucial for maintaining and updating complex systems. The market for such services is competitive, but specific expertise in government product lifecycle management, especially for tax agencies, can be niche. Comparable spending benchmarks are difficult to establish without more specific details on the scope of 'product lifecycle management' and the systems involved.

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 Analysis Group Inc., a presumably larger entity given the contract value and nature of services, suggests that small businesses were either not solicited or did not possess the specific capabilities required for this sole-source award. This means that opportunities for small business participation in this specific contract are likely minimal, impacting the small business ecosystem in this niche service area.

Oversight & Accountability

Oversight for this contract will likely be managed by the contracting officer and program managers within the IRS Chief Counsel's office. Accountability measures will be tied to the performance metrics and deliverables outlined in the definitive contract. Transparency may be limited due to the sole-source nature of the award, but contract details and performance reports, if made public, would offer insights. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

treasury, irs, analysis-group-inc, definitive-contract, sole-source, product-lifecycle-management, it-services, professional-scientific-technical-services, labor-hours, internal-revenue-service-chief-counsel, massachusetts

Frequently Asked Questions

What is this federal contract paying for?

Department of the Treasury awarded $2.3 million to ANALYSIS GROUP INC. EXPERT WITNESS SERVICES - TRACS0003399 - APPROVED 7/16/2025 - PRODUCT-LIFECYCLE-MANAGEMENT FOR INTERNAL REVENUE SERVICE CHIEF COUNSEL.

Who is the contractor on this award?

The obligated recipient is ANALYSIS GROUP INC.

Which agency awarded this contract?

Awarding agency: Department of the Treasury (Internal Revenue Service).

What is the total obligated amount?

The obligated amount is $2.3 million.

What is the period of performance?

Start: 2025-07-17. End: 2030-07-16.

What is Analysis Group Inc.'s track record with federal contracts, particularly for product lifecycle management or similar IT services?

A review of federal procurement data indicates that Analysis Group Inc. has received federal contracts, though specific details on their performance in product lifecycle management for agencies like the IRS are not readily available in summary data. Their experience likely spans various consulting and analytical services. To fully assess their track record for this specific contract, a deeper dive into their past performance evaluations, contract history with the Department of the Treasury or IRS, and the nature of services provided on previous engagements would be necessary. This would help determine their demonstrated capability in managing complex IT lifecycles within a government context and their history of meeting deadlines and budget requirements.

How does the $2.29 million contract value compare to similar product lifecycle management contracts for federal agencies?

Direct comparison of this $2.29 million contract for product lifecycle management is challenging due to the sole-source nature and the specific context of IRS Chief Counsel. However, federal spending on IT services, including lifecycle management, can range significantly. Larger agencies often award multi-year, multi-million dollar contracts for comprehensive IT support. For instance, contracts for enterprise-wide IT modernization or system development can reach tens or hundreds of millions. This $2.29 million award appears to be for a focused set of services within a specific office. Without detailed scope and deliverables, it's hard to benchmark precisely, but it suggests a targeted, specialized engagement rather than a broad, agency-wide IT overhaul.

What are the primary risks associated with a sole-source award for critical IT services like product lifecycle management?

The primary risks associated with a sole-source award for critical IT services like product lifecycle management include a lack of competitive pricing, potentially leading to higher costs for taxpayers. There's also a reduced incentive for the contractor to innovate or provide exceptional value, as there's no immediate threat of losing the contract to a competitor. Furthermore, the government may be overly reliant on a single vendor, creating potential vulnerabilities if the vendor's performance declines or if they face financial or operational difficulties. Without competition, it's also harder to independently validate that the chosen vendor offers the best possible solution or possesses unique capabilities that cannot be met by others.

How effective is product lifecycle management for government agencies, and what are the expected outcomes of this contract?

Effective product lifecycle management (PLM) for government agencies is crucial for ensuring that IT systems and products are developed, deployed, maintained, and eventually retired in an efficient, secure, and cost-effective manner. Expected outcomes of this contract likely include improved IT asset management, better decision-making regarding technology investments, reduced risks associated with outdated or unsupported systems, and enhanced compliance with security and regulatory requirements. For the IRS Chief Counsel, this could translate to more streamlined legal technology processes, better support for case management systems, and more predictable IT budgeting. The success will hinge on the contractor's ability to implement robust PLM strategies tailored to the unique needs of a legal and tax environment.

What are the historical spending patterns for product lifecycle management or similar IT services within the IRS Chief Counsel's office?

Historical spending patterns for product lifecycle management or similar IT services within the IRS Chief Counsel's office are not detailed in the provided data. However, federal agencies, including the IRS, consistently invest in IT services to manage their complex operational needs. Spending on IT support, system maintenance, and lifecycle management is a significant component of agency budgets. Without specific historical data for this particular office, it's difficult to establish a baseline. Generally, such spending can fluctuate based on modernization initiatives, system upgrades, and evolving technological requirements. A trend towards more robust PLM is common across government as agencies seek to optimize IT investments and mitigate risks.

What is the significance of the NAICS code 541990 ('All Other Professional, Scientific, and Technical Services') in understanding this contract?

The NAICS code 541990, 'All Other Professional, Scientific, and Technical Services,' is a broad classification that encompasses a wide array of services not specifically categorized under other NAICS codes. For this contract, it indicates that the product lifecycle management services provided by Analysis Group Inc. fall into a general category of specialized technical support. While this code signifies the nature of the service, it offers limited insight into the specific technical domain or the precise nature of the products being managed. This broadness can make direct benchmarking against more specialized IT service codes challenging, as it aggregates diverse service offerings under one umbrella.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesOther Professional, Scientific, and Technical ServicesAll Other Professional, Scientific, and Technical Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Address: 111 HUNTINGTON AVE STE 1400, BOSTON, MA, 02199

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,289,107

Exercised Options: $2,289,107

Current Obligation: $2,289,107

Actual Outlays: $263,838

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2025-07-17

Current End Date: 2030-07-16

Potential End Date: 2030-07-16 13:18:16

Last Modified: 2026-02-09

More Contracts from Analysis Group Inc

View all Analysis Group Inc federal contracts →

Other Department of the Treasury Contracts

View all Department of the Treasury contracts →

Explore Related Government Spending