Treasury's OCC Awards $3.5M for Microsoft Premier Support to Aurora Systems Consulting Inc

Contract Overview

Contract Amount: $3,505,021 ($3.5M)

Contractor: Aurora Systems Consulting Inc

Awarding Agency: Department of the Treasury

Start Date: 2023-10-01

End Date: 2026-09-30

Contract Duration: 1,095 days

Daily Burn Rate: $3.2K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: MICROSOFT PREMIER SUPPORT

Place of Performance

Location: TORRANCE, LOS ANGELES County, CALIFORNIA, 90505

State: California Government Spending

Plain-Language Summary

Department of the Treasury obligated $3.5 million to AURORA SYSTEMS CONSULTING INC for work described as: MICROSOFT PREMIER SUPPORT Key points: 1. Significant contract value for IT support services. 2. Aurora Systems Consulting Inc. is the sole awardee. 3. Potential risk associated with vendor lock-in for premier support. 4. IT services sector, specifically computer-related services.

Value Assessment

Rating: questionable

The contract value of $3.5M over three years for Microsoft Premier Support is substantial. Benchmarking this against similar enterprise-level support contracts is difficult without more specific service level details, but it warrants scrutiny for value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a limited competition. This method may not have yielded the most competitive pricing, as potential bidders were excluded.

Taxpayer Impact: Taxpayer funds are being used for this contract. The limited competition raises questions about whether the best possible price was secured for the government.

Public Impact

Ensures continued access to critical Microsoft software support for the OCC. Supports the operational continuity of financial regulatory systems. Potential for cost savings if support is efficiently utilized and negotiated.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT services sector, specifically 'Other Computer Related Services.' Spending benchmarks for similar premier support contracts can vary widely based on the scope of services and the vendor.

Small Business Impact

The contract data indicates that small businesses were not a factor in this award (sb: false). There is no indication of subcontracting goals for small businesses.

Oversight & Accountability

The contract was awarded by the Department of the Treasury's Office of the Comptroller of the Currency. Oversight would typically involve contract management officials ensuring service delivery and adherence to terms.

Related Government Programs

Risk Flags

Tags

other-computer-related-services, department-of-the-treasury, ca, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of the Treasury awarded $3.5 million to AURORA SYSTEMS CONSULTING INC. MICROSOFT PREMIER SUPPORT

Who is the contractor on this award?

The obligated recipient is AURORA SYSTEMS CONSULTING INC.

Which agency awarded this contract?

Awarding agency: Department of the Treasury (Office of the Comptroller of the Currency).

What is the total obligated amount?

The obligated amount is $3.5 million.

What is the period of performance?

Start: 2023-10-01. End: 2026-09-30.

What specific services are included in this 'Microsoft Premier Support' to justify the $3.5M cost over three years?

The exact scope of services within 'Microsoft Premier Support' is crucial for a value assessment. Premier support typically includes proactive services, reactive support, technical account management, and training. Without a detailed breakdown of these components and their associated service level agreements (SLAs), it's challenging to determine if the $3.5M represents a fair market price or if there are opportunities for cost optimization.

How was the 'exclusion of sources' justified to ensure fair and open competition was truly maximized?

The justification for excluding sources in a 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award is critical for accountability. Agencies must demonstrate that the exclusion was based on specific, documented reasons, such as unique capabilities or prior performance, and that the remaining competition was robust enough to ensure a competitive price. Without this documentation, the award process raises concerns about fairness and potential cost inefficiencies.

What is the long-term strategy for managing Microsoft software licensing and support to avoid escalating costs and vendor dependency?

The long-term strategy for managing Microsoft software and support is vital for controlling costs and mitigating vendor lock-in. Agencies should have a plan that includes regular reviews of support needs, exploration of alternative solutions or support models, and negotiation of favorable terms. Continuous reliance on premier support without strategic planning can lead to escalating expenses and reduced flexibility in technology adoption.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - DELIVERY

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2510 W 237TH ST STE 202, TORRANCE, CA, 90505

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, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $6,160,229

Exercised Options: $3,505,021

Current Obligation: $3,505,021

Actual Outlays: $3,505,021

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SD79B

IDV Type: GWAC

Timeline

Start Date: 2023-10-01

Current End Date: 2026-09-30

Potential End Date: 2028-09-30 00:00:00

Last Modified: 2026-01-13

More Contracts from Aurora Systems Consulting Inc

View all Aurora Systems Consulting Inc federal contracts →

Other Department of the Treasury Contracts

View all Department of the Treasury contracts →

Explore Related Government Spending