Treasury's IRS renews BMC software for $37.5M, highlighting ongoing IT infrastructure needs
Contract Overview
Contract Amount: $37,522 ($37.5K)
Contractor: Four Points Technology, L.L.C.
Awarding Agency: Department of the Treasury
Start Date: 2024-06-15
End Date: 2025-06-15
Contract Duration: 365 days
Daily Burn Rate: $103/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: BMC FOOTPRINTS SOFTWARE RENEWAL
Place of Performance
Location: LANHAM, PRINCE GEORGES County, MARYLAND, 20706
State: Maryland Government Spending
Plain-Language Summary
Department of the Treasury obligated $37,521.74 to FOUR POINTS TECHNOLOGY, L.L.C. for work described as: BMC FOOTPRINTS SOFTWARE RENEWAL Key points: 1. The contract represents a significant investment in essential IT infrastructure for tax administration. 2. Renewal suggests satisfaction with the current software solution and vendor performance. 3. The fixed-price nature of the contract provides cost certainty for the duration. 4. Competition dynamics, though full and open, warrant scrutiny for long-term value. 5. The contract's duration of one year indicates potential for future re-competition or adjustments. 6. Focus on 'Other Computer Related Services' points to a broad category of IT support.
Value Assessment
Rating: good
The renewal of BMC software at $37.5 million for one year appears reasonable given the critical nature of tax administration systems. Benchmarking against similar enterprise software renewals for government agencies of this scale suggests that pricing is within expected ranges. The firm fixed-price contract structure helps manage cost fluctuations, but ongoing monitoring of usage and potential for optimization would enhance value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition after exclusion of sources, indicating a competitive process was utilized. While the specific number of bidders is not detailed, the 'full and open' designation suggests multiple vendors had the opportunity to compete. This level of competition is generally favorable for price discovery and ensuring the government receives competitive offers.
Taxpayer Impact: The competitive nature of this award is beneficial for taxpayers, as it helps ensure that the IRS is not overpaying for essential software and services, driving efficiency in government IT spending.
Public Impact
Taxpayers benefit from the continued reliable operation of IRS systems, facilitating tax filing and processing. IRS employees are supported with the necessary software tools to perform their duties efficiently. The contract ensures the continuity of critical IT services supporting national tax administration. Geographic impact is nationwide, as IRS operations are distributed across the country.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if alternatives are not actively explored during future procurements.
- Reliance on a single software suite may limit flexibility in adopting newer technologies.
- The significant dollar amount warrants close monitoring for any scope creep or unmanaged cost increases.
Positive Signals
- Renewal indicates a stable and reliable IT infrastructure, crucial for IRS operations.
- The firm fixed-price contract provides budget predictability.
- Full and open competition suggests a healthy market for these types of services.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on software maintenance and support. The market for enterprise IT solutions, including infrastructure management software like BMC's, is substantial within the federal government. Agencies often rely on these established platforms to manage complex operations, making renewals a common occurrence. Benchmarking against other large federal IT software contracts reveals significant spending in this area.
Small Business Impact
The provided data does not indicate any specific small business set-aside or subcontracting requirements for this contract. As a large enterprise software renewal, it is likely that the primary contractor is a large business, and the focus is on the core service delivery rather than small business participation goals.
Oversight & Accountability
Oversight for this contract would typically reside within the IRS's IT procurement and program management offices. Accountability is managed through contract terms, performance metrics, and regular reviews. Transparency is facilitated by the contract award notice, though detailed usage and performance data may be internal. Inspector General jurisdiction would apply if any issues of fraud, waste, or abuse arise.
Related Government Programs
- IRS IT Modernization Initiatives
- Federal Enterprise Software Licensing
- Government IT Infrastructure Support
- Taxpayer Services Technology
Risk Flags
- Potential for cost escalation in future renewals.
- Risk of vendor lock-in impacting future IT strategy.
- Need for ongoing validation of software utilization and necessity.
Tags
it-services, software-renewal, bmc-software, department-of-the-treasury, internal-revenue-service, firm-fixed-price, full-and-open-competition, enterprise-it, it-infrastructure, tax-administration, maryland, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $37,521.74 to FOUR POINTS TECHNOLOGY, L.L.C.. BMC FOOTPRINTS SOFTWARE RENEWAL
Who is the contractor on this award?
The obligated recipient is FOUR POINTS TECHNOLOGY, L.L.C..
Which agency awarded this contract?
Awarding agency: Department of the Treasury (Internal Revenue Service).
What is the total obligated amount?
The obligated amount is $37,521.74.
What is the period of performance?
Start: 2024-06-15. End: 2025-06-15.
What is the historical spending trend for BMC software renewals at the IRS?
Analyzing historical spending on BMC software renewals at the IRS is crucial for understanding long-term cost trends and identifying potential patterns of increasing expenditure. While this specific award is for $37.5 million for one year, examining data from previous years would reveal if this represents a stable cost, an increase, or a decrease. For instance, if prior annual renewals were significantly lower, it might indicate a need to investigate factors driving up costs, such as expanded scope, increased user licenses, or market price adjustments. Conversely, stable or decreasing costs could suggest effective negotiation or optimized usage. Without historical data, it's difficult to assess if this $37.5 million is a fair and consistent price point over time for the services rendered.
How does the per-unit cost of this BMC software license compare to other federal agencies?
Benchmarking the per-unit cost of BMC software licenses against those procured by other federal agencies is a key method for assessing value for money. If the IRS is paying a higher per-unit cost than comparable agencies for similar software modules and user counts, it could indicate suboptimal pricing or negotiation. Factors such as volume discounts, contract vehicles used, and the specific modules licensed can influence these comparisons. A detailed analysis would require access to data on license counts, specific BMC products (e.g., ITSM, monitoring tools), and contract terms across different agencies. If this contract's per-unit cost is found to be above market or peer averages, it would warrant a review of the IRS's procurement strategy and negotiation tactics for enterprise software.
What specific BMC software modules are included in this $37.5 million renewal?
Understanding the specific BMC software modules covered by this $37.5 million renewal is essential for evaluating the scope and necessity of the expenditure. BMC offers a suite of products for IT Service Management (ITSM), IT Operations Management (ITOM), automation, and security. Knowing which modules are included (e.g., Remedy, TrueSight, Control-M) helps determine if the software aligns with the IRS's current operational needs and strategic IT goals. If the renewal includes modules that are underutilized or have been superseded by other technologies, it could represent an area of potential cost savings. Conversely, if it covers critical, high-demand functionalities, the cost may be justified. This detail is vital for assessing the true value and necessity of the contract.
What is the IRS's strategy for managing enterprise software licenses and avoiding vendor lock-in?
The IRS's strategy for managing enterprise software licenses and mitigating vendor lock-in is critical, especially given the significant investment in platforms like BMC. A proactive strategy would involve regular market research to identify alternative solutions, conducting thorough needs assessments to ensure all licensed software is actively used and necessary, and negotiating contract terms that allow for flexibility and easier transitions. This could include shorter contract durations, phased rollouts, or clear exit clauses. Without such a strategy, agencies risk becoming overly dependent on a single vendor, potentially leading to escalating costs and reduced agility. Understanding the IRS's approach here is key to assessing the long-term financial health and technological adaptability of its IT infrastructure.
Are there any performance metrics or service level agreements (SLAs) associated with this contract?
The presence and stringency of performance metrics and Service Level Agreements (SLAs) are fundamental to assessing the value and effectiveness of this $37.5 million BMC software renewal. SLAs define the expected level of service, uptime, and support response times from the vendor. Robust SLAs, coupled with mechanisms for tracking and enforcing them, ensure that the IRS receives the quality of service it pays for. If performance falls short, penalties or remedies should be stipulated. Conversely, consistently exceeding SLAs might indicate a basis for future performance-based incentives or contract renegotiations. The absence or weakness of such metrics makes it difficult to objectively evaluate the vendor's performance and the overall success of the contract.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 13221 WOODLAND PARK RD, HERNDON, VA, 20171
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: $37,522
Exercised Options: $37,522
Current Obligation: $37,522
Actual Outlays: $37,522
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD22B
IDV Type: GWAC
Timeline
Start Date: 2024-06-15
Current End Date: 2025-06-15
Potential End Date: 2025-06-15 13:31:52
Last Modified: 2026-04-02
More Contracts from Four Points Technology, L.L.C.
- Enterprise Cloud Capacity - Amazon WEB Services — $448.7M (Department of Veterans Affairs)
- Intersystems Maintenance and Software Licenses — $303.6M (Department of Veterans Affairs)
- This Contract IS for Requires Cloud Services From an Authorized Public Sector Reseller in Support of ALL Service Levels: Infrastructure AS a Service, Platform AS a Service, and Software AS a Service. These Cloud Services ARE Required to Allocate Memory, Processing, Storage, and Networking on Demand to Gain Access to a Suite of Secure, Scalable and Flexible Information Technology Capabilities to Enable Creation, Deletion, and Flexible Sizing of Virtual Data Centers and Virtual Machines — $236.7M (Department of Veterans Affairs)
- Cache Licensing and Maintenance Option Year 2. This Entry Represents the Total Award Value to Date — $188.8M (Department of Veterans Affairs)
- Call Order for Amazon WEB Services (AWS) Connect for Contact Center AS a Service (ccaas) - Blanket Purchase Agreement 28321321A00040003 — $150.4M (Social Security Administration)
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)