Treasury's IRS awards $52.7M IT task order to Science Applications International Corp. for computer systems design
Contract Overview
Contract Amount: $52,700,821 ($52.7M)
Contractor: Science Applications International Corporation
Awarding Agency: Department of the Treasury
Start Date: 2023-10-01
End Date: 2026-09-30
Contract Duration: 1,095 days
Daily Burn Rate: $48.1K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: ESUS TASK ORDER #6 - MIPS
Place of Performance
Location: KEARNEYSVILLE, JEFFERSON County, WEST VIRGINIA, 25430
Plain-Language Summary
Department of the Treasury obligated $52.7 million to SCIENCE APPLICATIONS INTERNATIONAL CORPORATION for work described as: ESUS TASK ORDER #6 - MIPS Key points: 1. The contract's value appears reasonable given the scope of computer systems design services. 2. A sole-source award limits price discovery and potentially increases costs for taxpayers. 3. The duration of the task order suggests a need for sustained IT support. 4. Performance will be assessed against established IT service delivery benchmarks. 5. This contract falls within the IT services sector, a significant area of federal spending. 6. The firm-fixed-price structure shifts some risk to the contractor.
Value Assessment
Rating: fair
The $52.7 million award for computer systems design services over three years is a substantial investment. Without direct comparable task orders for identical services and scope, a precise value-for-money assessment is challenging. However, the firm-fixed-price contract type suggests that the contractor bears the risk of cost overruns, which can be a positive indicator. Benchmarking against similar IT service contracts awarded by the IRS or other Treasury bureaus would provide a clearer picture of whether this pricing is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This task order was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when a specific contractor possesses unique capabilities or when urgency dictates a rapid award. The lack of competition means that the IRS did not benefit from a bidding process that could have driven down prices through market forces. This raises questions about whether the most cost-effective solution was secured.
Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as the government does not leverage competitive pressures to obtain the best possible pricing. This limits the opportunity for other capable firms to compete for government work.
Public Impact
The Internal Revenue Service (IRS) will benefit from enhanced computer systems design capabilities. This contract supports the modernization and efficiency of IRS IT infrastructure. The services delivered are crucial for maintaining and improving taxpayer services. The primary geographic impact is likely within the IRS's operational centers, potentially including West Virginia. The contract may have implications for IT professionals and support staff within the contractor's organization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially increases cost to taxpayers.
- Lack of transparency in the procurement process due to non-competitive award.
- Potential for vendor lock-in if the contractor's systems become deeply integrated.
Positive Signals
- Firm-fixed-price contract shifts cost overrun risk to the contractor.
- Contract duration suggests a stable, long-term need for these services.
- Award to a known entity (SAIC) may indicate a reliance on established expertise.
Sector Analysis
The federal IT services market is vast and highly competitive, with agencies consistently seeking to modernize their systems. Computer systems design services, categorized under NAICS code 541512, are a critical component of this market. Spending in this area is driven by the need for cybersecurity, data management, cloud migration, and application development. Comparable contracts often range from millions to hundreds of millions of dollars, depending on the scope and duration. The IRS, as a major federal agency, represents a significant client within this sector.
Small Business Impact
This contract was not competed and there is no indication of a small business set-aside or subcontracting plan. As a sole-source award to a large business, it does not directly benefit small businesses through set-aside provisions. The absence of a subcontracting requirement means that opportunities for small businesses to participate in this specific contract are limited unless voluntarily included by the prime contractor.
Oversight & Accountability
Oversight for this task order will likely fall under the IRS's existing contract management and program oversight structures. The firm-fixed-price nature of the contract provides a degree of financial control. Transparency may be limited due to the sole-source award. The Inspector General for the Department of the Treasury would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- IRS IT Modernization Programs
- Treasury Department IT Services
- Federal Civilian Agency IT Contracts
- Computer Systems Design and Related Services
Risk Flags
- Sole-source award
- Lack of competition
- Potential for cost overruns not borne by contractor
Tags
it-services, computer-systems-design, science-applications-international-corporation, department-of-the-treasury, internal-revenue-service, firm-fixed-price, sole-source, delivery-order, west-virginia, it-modernization
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $52.7 million to SCIENCE APPLICATIONS INTERNATIONAL CORPORATION. ESUS TASK ORDER #6 - MIPS
Who is the contractor on this award?
The obligated recipient is SCIENCE APPLICATIONS INTERNATIONAL CORPORATION.
Which agency awarded this contract?
Awarding agency: Department of the Treasury (Internal Revenue Service).
What is the total obligated amount?
The obligated amount is $52.7 million.
What is the period of performance?
Start: 2023-10-01. End: 2026-09-30.
What is Science Applications International Corporation's (SAIC) track record with the IRS and other federal agencies for similar computer systems design services?
Science Applications International Corporation (SAIC) has a significant history of performing IT services for various federal agencies, including the IRS and the Department of Defense. Their portfolio often includes complex systems integration, software development, and IT infrastructure support. For the IRS specifically, SAIC has previously been awarded contracts related to tax systems modernization and IT support. Their experience generally encompasses large-scale projects, suggesting they possess the technical expertise and capacity to handle substantial task orders like this one. A review of past performance evaluations and contract awards would provide a more granular understanding of their success rates and client satisfaction across different agencies and service types.
How does the $52.7 million cost compare to similar IRS or Treasury IT task orders for computer systems design over a three-year period?
Benchmarking the $52.7 million cost for this three-year task order against similar IRS or Treasury IT contracts for computer systems design is challenging without access to a comprehensive database of comparable awards. However, given the scale of the IRS and the complexity of its IT infrastructure, this figure appears to be within a plausible range for a sole-source award of this nature. Larger, more complex IT modernization efforts or enterprise-wide system overhauls can easily reach or exceed this amount. The firm-fixed-price structure is a positive factor, but the lack of competition means direct price comparisons are difficult. A detailed analysis would require identifying contracts with identical or highly similar scopes of work, service levels, and contract types within the same agency or related bureaus.
What are the primary risks associated with a sole-source award for critical IT services like computer systems design?
The primary risks associated with a sole-source award for critical IT services are multifaceted. Firstly, the lack of competition significantly reduces the government's leverage in negotiating price, potentially leading to higher costs for taxpayers. Secondly, it limits the opportunity for innovative solutions or more cost-effective approaches that might have been proposed by other vendors. Thirdly, it can create a dependency on a single contractor, leading to vendor lock-in and making future transitions more difficult and expensive. Finally, without the scrutiny of a competitive bidding process, there's a potential for less rigorous evaluation of the contractor's capabilities and proposed approach, increasing the risk of performance issues or unmet requirements.
How effective are firm-fixed-price contracts in ensuring value for money in IT service delivery, especially for long-term engagements?
Firm-fixed-price (FFP) contracts are generally considered effective in ensuring value for money for IT services when the scope of work is well-defined and unlikely to change significantly. In an FFP contract, the contractor assumes the risk of cost overruns, incentivizing them to manage resources efficiently and control expenses. This can lead to predictable costs for the government. However, for long-term engagements or projects with evolving requirements, FFP contracts can become problematic if scope creep is not managed carefully, potentially leading to disputes or the contractor seeking additional compensation. For well-defined, stable IT support or design tasks, FFP can be a strong mechanism for cost control and value realization.
What is the historical spending trend for computer systems design services (NAICS 541512) by the IRS over the past five fiscal years?
Analyzing the historical spending trend for computer systems design services (NAICS 541512) by the IRS over the past five fiscal years would reveal the agency's investment patterns in this critical area. While specific figures for this NAICS code alone are not readily available without detailed data mining, general trends indicate a consistent and often increasing federal investment in IT modernization and systems design. Agencies like the IRS face continuous pressure to upgrade legacy systems, enhance cybersecurity, and improve taxpayer services through technology. Therefore, it is reasonable to infer that spending on services like those provided under this task order has likely remained substantial, potentially fluctuating based on specific modernization initiatives and budget allocations.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - COMPUTE
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 12010 SUNSET HILLS ROAD, RESTON, VA, 20190
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $115,659,831
Exercised Options: $52,700,821
Current Obligation: $52,700,821
Actual Outlays: $52,700,821
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $45,976,795
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 2032H523D00001
IDV Type: IDC
Timeline
Start Date: 2023-10-01
Current End Date: 2026-09-30
Potential End Date: 2028-09-30 09:29:17
Last Modified: 2025-12-09
More Contracts from Science Applications International Corporation
- Task Order to Provide Project Management Support, Transition Support, Engineering and Design Support, Securing the Infrastructure Support and O&M Support for the Department's IT Consolidation Program — $2.1B (Department of State)
- Software Life Cycle Development — $1.4B (General Services Administration)
- Unified Nasa Information Technology Services (unites) — $1.4B (National Aeronautics and Space Administration)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (General Services Administration)
- This Effort IS for a Follow on Procurement Requirement. the Name of This Procurement IS the Omnibus Multidiscipline Engineering Services (omes) II. the Principal Purpose of This Contract IS to Provide Multidiscipline Engineering Support Services and Related Work to EED, Istd, SED, MSD, Mesa, Jpss, Ssco, and Related Organizations, AS Required, for the Study, Design, Systems Engineering, Development, Fabrication, Integration, Testing, Verification, and Operations of Space Flight, Airborne, and Ground System Hardware and Software, Including Development and Validation of NEW Technologies to Enable Future Space and Science Missions. to This END, the Contractor Shall Provide On/Off-Site Multidiscipline Engineering Services, Pursuant to Task Orders Issued by the Contracting Officer. These Services Shall Include the Personnel, Facilities, and Materials (unless Otherwise Provided by the Government) to Accomplish the Tasks. Travel MAY BE Required by the Contractor to Support Certain Task Orders, These Travel Requirements Will BE Identified on a Task by Task Basis — $1.0B (National Aeronautics and Space Administration)
View all Science Applications International Corporation 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)