Treasury's IRS awards $6M contract for scanning software, raising questions on value and competition
Contract Overview
Contract Amount: $6,051,367 ($6.1M)
Contractor: Government Marketing and Procurement, LLC
Awarding Agency: Department of the Treasury
Start Date: 2022-12-15
End Date: 2026-12-14
Contract Duration: 1,460 days
Daily Burn Rate: $4.1K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THE CONTRACTOR SHALL PROVIDE BRAND NAME EPHESOFT TRANSACT LICENSE OR EQUIVALENT SERVICES THAT WILL BE UTILIZED TO PROVIDE SCANNING CAPABILITIES FOR THE DIGITALIZATION TEAM.
Place of Performance
Location: LANHAM, PRINCE GEORGES County, MARYLAND, 20706
State: Maryland Government Spending
Plain-Language Summary
Department of the Treasury obligated $6.1 million to GOVERNMENT MARKETING AND PROCUREMENT, LLC for work described as: THE CONTRACTOR SHALL PROVIDE BRAND NAME EPHESOFT TRANSACT LICENSE OR EQUIVALENT SERVICES THAT WILL BE UTILIZED TO PROVIDE SCANNING CAPABILITIES FOR THE DIGITALIZATION TEAM. Key points: 1. The contract's value appears high relative to the limited scope of providing scanning software licenses. 2. Competition was full and open, but the specific number of bidders is not detailed, impacting price discovery assessment. 3. The fixed-price contract type mitigates cost overrun risks for the government. 4. The duration of the contract (4 years) suggests a need for ongoing scanning capabilities. 5. The award to GOVERNMENT MARKETING AND PROCUREMENT, LLC warrants a review of their past performance in similar IT procurements. 6. The use of a brand-name-or-equivalent clause allows for flexibility but requires careful evaluation of alternatives.
Value Assessment
Rating: fair
The contract value of approximately $6 million for scanning software licenses over four years seems substantial. Benchmarking against similar government contracts for enterprise scanning solutions or document management systems is necessary to determine if this represents a fair market price. The 'brand name or equivalent' specification allows for some flexibility, but the government must ensure that any equivalent offered provides comparable value and functionality at a competitive price. Without more detailed information on the specific features and user volume, a definitive value assessment is challenging.
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 offers. However, the number of bids received is not specified, which is crucial for understanding the actual level of competition. A robust competition typically involves multiple bidders, leading to better price negotiation and a wider range of technical solutions. If only a few bids were received, it could suggest potential limitations in the market or the solicitation's attractiveness.
Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it promotes a competitive environment that can drive down prices and encourage innovation. However, the ultimate benefit depends on the number of actual bids received and the effectiveness of the evaluation process in selecting the best value.
Public Impact
The primary beneficiaries are the IRS's Digitalization Team, who will receive enhanced scanning capabilities. The contract delivers software licenses and potentially related services for document scanning and digitalization. The geographic impact is likely concentrated within IRS facilities where the digitalization efforts are being undertaken. Workforce implications may include the need for personnel to operate and manage the scanning systems, or potentially streamline existing manual processes.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for overpaying if 'equivalent' solutions are not thoroughly vetted against the brand-name product.
- Risk of vendor lock-in if the chosen software becomes deeply integrated into IRS workflows.
- The significant contract value may indicate a complex or enterprise-wide solution, increasing implementation risks.
- Dependence on a single vendor for critical scanning infrastructure could pose operational risks.
- The 'brand name or equivalent' clause requires diligent oversight to ensure true comparability.
Positive Signals
- The use of 'full and open competition' suggests an effort to leverage market forces for best value.
- The firm-fixed-price contract type provides cost certainty for the government.
- The contract duration allows for sustained operational capability and potential for long-term cost efficiencies.
- The IRS's focus on digitalization indicates a commitment to modernizing operations and improving efficiency.
- The award to a specific contractor implies a selection based on meeting stated requirements.
Sector Analysis
This contract falls within the broader Information Technology (IT) sector, specifically focusing on software licensing and document management solutions. The market for enterprise scanning and digitalization software is competitive, with numerous vendors offering a range of products from basic scanners to comprehensive document management systems. Government spending in this area is significant as agencies strive to digitize records, improve accessibility, and enhance operational efficiency. Comparable spending benchmarks would involve analyzing the average cost of similar enterprise-level scanning software licenses and support contracts across federal agencies.
Small Business Impact
The provided data does not indicate any specific small business set-aside provisions for this contract, nor does it mention subcontracting plans. The award was made to GOVERNMENT MARKETING AND PROCUREMENT, LLC. Further investigation would be needed to determine if small businesses are involved as subcontractors or if the prime contractor has a history of engaging with the small business ecosystem. Without explicit set-aside goals, the direct impact on small businesses is unclear.
Oversight & Accountability
Oversight for this contract would primarily reside with the contracting officer and the IRS's program management officials responsible for the digitalization initiative. Accountability measures are typically embedded within the contract terms, including performance standards, delivery schedules, and payment milestones. Transparency can be assessed by reviewing publicly available contract data, such as that provided by the Federal Procurement Data System (FPDS). Inspector General jurisdiction would apply if any allegations of fraud, waste, or abuse related to this contract arise.
Related Government Programs
- IRS Digitalization Initiatives
- Federal Records Management Systems
- Enterprise Content Management (ECM) Software
- Government IT Modernization Programs
Risk Flags
- Potential for high cost relative to scope
- Need for detailed performance metrics
- Assessment of 'equivalent' solution quality required
- Contractor past performance review needed
Tags
it, software-licensing, scanning-solutions, department-of-the-treasury, irs, full-and-open-competition, firm-fixed-price, delivery-order, medium-size-contract, maryland
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $6.1 million to GOVERNMENT MARKETING AND PROCUREMENT, LLC. THE CONTRACTOR SHALL PROVIDE BRAND NAME EPHESOFT TRANSACT LICENSE OR EQUIVALENT SERVICES THAT WILL BE UTILIZED TO PROVIDE SCANNING CAPABILITIES FOR THE DIGITALIZATION TEAM.
Who is the contractor on this award?
The obligated recipient is GOVERNMENT MARKETING AND PROCUREMENT, LLC.
Which agency awarded this contract?
Awarding agency: Department of the Treasury (Internal Revenue Service).
What is the total obligated amount?
The obligated amount is $6.1 million.
What is the period of performance?
Start: 2022-12-15. End: 2026-12-14.
What is the specific functionality and scope of the 'BRAND NAME EPHESOFT TRANSACT LICENSE OR EQUIVALENT' being procured?
The contract specifies 'BRAND NAME EPHESOFT TRANSACT LICENSE OR EQUIVALENT SERVICES THAT WILL BE UTILIZED TO PROVIDE SCANNING CAPABILITIES FOR THE DIGITALIZATION TEAM.' This suggests the procurement is for software that enables document scanning and potentially related digital processing. The 'or equivalent' clause implies that the IRS is open to alternative solutions that meet the same functional requirements as Ephesoft Transact. To fully assess value, understanding the specific features, user capacity, integration capabilities, and support levels required by the IRS Digitalization Team is crucial. Without this detailed scope, comparing the $6 million price tag to market rates for similar scanning solutions is difficult. The contract's success will hinge on the IRS's ability to rigorously evaluate any proposed 'equivalent' solutions to ensure they meet the intended purpose effectively and at a competitive price point.
How many bids were received for this 'full and open competition' contract?
The provided data indicates the contract was awarded under 'FULL AND OPEN COMPETITION,' which is a positive sign for market engagement. However, the specific number of bids received is not detailed in the summary data. This information is critical for a comprehensive analysis of the competition's effectiveness. A high number of bids typically suggests robust market interest and can lead to more competitive pricing and better value for the government. Conversely, a low number of bids, even under full and open competition, might indicate challenges in the solicitation, the market, or the perceived value of the requirement. Understanding the bid count is essential to determine if the competition truly drove down costs and spurred innovation, thereby benefiting taxpayers.
What is the track record of GOVERNMENT MARKETING AND PROCUREMENT, LLC in providing similar IT solutions to federal agencies?
Assessing the track record of GOVERNMENT MARKETING AND PROCUREMENT, LLC is vital for understanding their capability to deliver on this $6 million contract. Information regarding their past performance, including successful delivery of scanning software, IT services, or similar solutions to federal agencies, should be reviewed. Key indicators include contract history, client satisfaction, adherence to schedules and budgets, and any documented performance issues or awards. A contractor with a proven history of successful performance in comparable procurements is generally a lower risk. Conversely, a limited or problematic track record might raise concerns about the potential for delays, cost overruns, or failure to meet the IRS's requirements for scanning capabilities.
How does the $6 million contract value compare to historical IRS spending on scanning and digitalization technologies?
To evaluate the value proposition of this $6 million contract, it's important to compare it against the IRS's historical spending patterns for similar scanning and digitalization technologies. Analyzing past contracts for document management systems, enterprise content management (ECM) software, and large-scale scanning services can provide a benchmark. If this contract represents a significant increase or decrease compared to previous investments, it warrants further investigation. Factors such as inflation, technological advancements, changes in scope, or shifts in procurement strategy could explain variations. Understanding this historical context helps determine if the current award is aligned with the agency's long-term investment strategy and represents a prudent use of taxpayer funds.
What are the specific performance metrics and Service Level Agreements (SLAs) associated with this contract?
The effectiveness and value of this contract are intrinsically linked to the performance metrics and Service Level Agreements (SLAs) established. While not detailed in the summary, these would typically define the expected quality, availability, and responsiveness of the scanning software and any associated services. Key metrics might include uptime percentages, scanning speed, accuracy rates, data security compliance, and response times for technical support. Robust SLAs ensure that the IRS receives the level of service required for its digitalization efforts and provides a basis for holding the contractor accountable. The absence of clear, measurable performance standards could increase the risk of subpar service delivery and diminished value for the investment.
Are there any identified risks associated with the implementation or long-term use of Ephesoft Transact or its equivalents within the IRS?
Potential risks associated with this contract include technical integration challenges, data security vulnerabilities, vendor lock-in, and the possibility that 'equivalent' solutions may not fully meet the IRS's specific needs. If Ephesoft Transact or its chosen equivalent requires significant customization or integration with existing IRS systems, implementation delays and cost overruns are possible. Ensuring robust data security protocols are in place is paramount, given the sensitive nature of IRS data. Furthermore, reliance on a single software platform can create vendor lock-in, making future transitions costly. The IRS must conduct thorough due diligence on any proposed 'equivalent' to mitigate these risks and ensure the chosen solution aligns with their long-term IT strategy and security requirements.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 13350 RANCH ROAD 12, WIMBERLEY, TX, 78676
Business Categories: Category Business, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $9,931,223
Exercised Options: $6,051,367
Current Obligation: $6,051,367
Actual Outlays: $6,051,367
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS07F187GA
IDV Type: FSS
Timeline
Start Date: 2022-12-15
Current End Date: 2026-12-14
Potential End Date: 2026-12-14 15:51:53
Last Modified: 2025-12-08
More Contracts from Government Marketing and Procurement, LLC
- Idiq for a Clinical Communication Alarm Management System/Devices to Facillitate Clinical Workflow - Vocera — $4.8M (Department of Veterans Affairs)
- Vocera Communication System and Support Services — $2.4M (Department of Veterans Affairs)
- Requirement for 1,000 Brand Name Vocera Communication Badges, ONE (1) Software License and Technical Support for Integration Into the Existing Nurse Call System, Rauland-Borg Responder 5 for C.W. Bill Young VA Medical Center (cwbyvamc) Campus — $2.1M (Department of Veterans Affairs)
- Vocera Support Services for NEW Activation and Installation — $1.3M (Department of Veterans Affairs)
- Vocera Wireless Communications and Licensing — $1.1M (Department of Veterans Affairs)
View all Government Marketing and Procurement, LLC federal contracts →
Other Department of the Treasury Contracts
- Advertising Services — $636.5M (True North Communications Inc)
- Cade 2 Ltis3 Covid-19 — $383.8M (Deloitte Consulting LLP)
- Establish a Broad Networking and Telecommunications Service Environment to Meet ITS Network Services (wide Area and Local Area Network), Voice Telecommunications Services, Audio/Video/Web Conferencing, and Cyber Requirements — $320.2M (AT&T Enterprises, LLC)
- THE Internal Revenue Service (IRS), Office of Information Technology Office, Issues This Order Under GSA Alliant 2 (unrestricted). Enterprise Case Management (ECM) Solution Integration Services — $305.5M (Booz Allen Hamilton Inc)
- THE Tfcceis Task Order IS to Transition the Existing Tfcc Services From the Networx Contract Onto the EIS Contract Vehicle in a Manner That Will Enable Continuity of an Enterprise Network of Toll Free Services for the IRS — $264.6M (Verizon Business Network Services LLC)