Treasury's IRS awards $3.6M contract for logistics and administrative services to DecisionPoint Corporation

Contract Overview

Contract Amount: $3,597,702 ($3.6M)

Contractor: Decisionpoint Corporation

Awarding Agency: Department of the Treasury

Start Date: 2025-01-29

End Date: 2027-01-29

Contract Duration: 730 days

Daily Burn Rate: $4.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: THIS IS A DELIVERY ORDER IS TO ACQUIRE OPERATIONS SERVICE SUPPORT (OSS) LOGISTICS MANAGEMENT (LM), TECHNICAL AND ADMINISTRATIVE SERVICES.

Place of Performance

Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102

State: Virginia Government Spending

Plain-Language Summary

Department of the Treasury obligated $3.6 million to DECISIONPOINT CORPORATION for work described as: THIS IS A DELIVERY ORDER IS TO ACQUIRE OPERATIONS SERVICE SUPPORT (OSS) LOGISTICS MANAGEMENT (LM), TECHNICAL AND ADMINISTRATIVE SERVICES. Key points: 1. Contract focuses on essential operations, logistics, and administrative support for the IRS. 2. Awarded through full and open competition, suggesting a competitive bidding process. 3. Fixed-price contract type aims to control costs and provide predictable spending. 4. Duration of two years indicates a need for ongoing, sustained support. 5. Service area in Virginia suggests a focus on regional operational needs. 6. The contract's value is relatively modest within the broader IT services sector.

Value Assessment

Rating: good

The contract value of approximately $3.6 million over two years for operations, logistics, and administrative support appears reasonable for the services described. Benchmarking against similar IT and administrative support contracts within federal agencies suggests this is within a typical range for specialized support services. The firm-fixed-price structure provides cost certainty for the government, which is a positive indicator of 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 that the solicitation was broadly advertised and multiple bidders were likely considered. The presence of four bids suggests a healthy level of competition for this requirement. This competitive environment generally leads to better price discovery and potentially more favorable terms for the government.

Taxpayer Impact: The competitive nature of this award is beneficial for taxpayers, as it likely resulted in a more cost-effective solution than a sole-source or limited competition procurement.

Public Impact

The Internal Revenue Service (IRS) will benefit from improved operational efficiency and administrative support. Services include logistics management, technical, and administrative support, crucial for agency functions. The contract's impact is primarily within the IRS's operational infrastructure, likely in Virginia. Workforce implications may include the need for specialized personnel to fulfill the contract's requirements.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Computer Systems Design Services sector (NAICS 541512), a broad category encompassing a wide range of IT-related support. Federal spending in this sector is substantial, with agencies frequently outsourcing specialized IT functions, including logistics, technical, and administrative support. This contract represents a specific, targeted investment within that larger market to ensure the smooth operation of IRS functions.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Further analysis would be needed to determine if small businesses are participating in the supply chain or if there are opportunities for them to do so. Without specific set-aside provisions, the primary contractor, DecisionPoint Corporation, will likely manage the subcontracting strategy.

Oversight & Accountability

Oversight for this contract will likely be managed by the contracting officer and program managers within the IRS. The firm-fixed-price nature of the contract provides a degree of accountability by tying payment to deliverables. Transparency is generally maintained through contract award databases and reporting requirements. The specific Inspector General jurisdiction would be the Treasury Inspector General for Tax Administration (TIGTA).

Related Government Programs

Risk Flags

Tags

it, treasury, irs, virginia, delivery-order, firm-fixed-price, full-and-open-competition, computer-systems-design-services, logistics-management, administrative-support, medium-value

Frequently Asked Questions

What is this federal contract paying for?

Department of the Treasury awarded $3.6 million to DECISIONPOINT CORPORATION. THIS IS A DELIVERY ORDER IS TO ACQUIRE OPERATIONS SERVICE SUPPORT (OSS) LOGISTICS MANAGEMENT (LM), TECHNICAL AND ADMINISTRATIVE SERVICES.

Who is the contractor on this award?

The obligated recipient is DECISIONPOINT 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 $3.6 million.

What is the period of performance?

Start: 2025-01-29. End: 2027-01-29.

What is DecisionPoint Corporation's track record with similar federal contracts, particularly within the IRS or Treasury?

DecisionPoint Corporation has a history of performing federal contracts, including work with the Department of the Treasury and other agencies. Their experience often spans IT services, logistics, and administrative support. To assess their track record specifically for this type of contract, a deeper dive into their past performance evaluations, contract history with the IRS, and any reported issues or successes would be necessary. This would involve reviewing contract databases and performance reports to understand their reliability, quality of service, and adherence to contract terms in similar engagements.

How does the awarded price compare to market rates for similar logistics and administrative support services?

The awarded price of approximately $3.6 million over two years for operations, logistics, and administrative support needs to be benchmarked against current market rates for comparable services. This involves analyzing data from similar federal contracts, as well as commercial service providers in the relevant geographic area (Virginia). Factors such as the specific skill sets required, the level of security clearance, and the complexity of the logistics management will influence the comparison. Without detailed service descriptions and labor category rates, a precise comparison is difficult, but the firm-fixed-price structure suggests the government sought a predictable cost.

What are the key performance indicators (KPIs) for this contract, and how will performance be measured?

While the specific Key Performance Indicators (KPIs) are not detailed in the provided data, typical metrics for such a contract would likely include timeliness of service delivery, accuracy of logistics tracking, responsiveness to administrative requests, and overall client satisfaction from the IRS. Performance will be measured against the terms and conditions outlined in the contract's Statement of Work (SOW). The IRS contracting officer and designated representatives will monitor these KPIs, with formal reviews likely occurring at regular intervals throughout the contract's two-year duration.

What is the historical spending pattern for logistics and administrative support services at the IRS?

Historical spending on logistics and administrative support services at the IRS can vary significantly year over year, influenced by agency priorities, budget allocations, and specific project needs. Analyzing past IRS budgets and contract awards for similar services would reveal trends. This contract, valued at $3.6 million over two years, represents a portion of the IRS's overall operational expenditure. Understanding the historical context helps in assessing whether this award is an increase, decrease, or continuation of previous spending levels for these types of support functions.

Are there any identified risks associated with DecisionPoint Corporation's ability to fulfill this contract?

Potential risks associated with DecisionPoint Corporation fulfilling this contract could include resource availability, technical expertise gaps for highly specialized tasks, or past performance issues on similar contracts. A thorough risk assessment would involve reviewing their financial stability, management capacity, and any documented performance deficiencies from previous government contracts. The contracting agency typically conducts a pre-award survey or reviews past performance information to mitigate these risks before awarding the contract.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT 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: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 702 RUSSELL AVE, GAITHERSBURG, MD, 20877

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $18,573,923

Exercised Options: $3,597,702

Current Obligation: $3,597,702

Actual Outlays: $2,144,527

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 47QTCH18D0013

IDV Type: GWAC

Timeline

Start Date: 2025-01-29

Current End Date: 2027-01-29

Potential End Date: 2030-01-29 00:00:00

Last Modified: 2026-03-17

More Contracts from Decisionpoint Corporation

View all Decisionpoint Corporation federal contracts →

Other Department of the Treasury Contracts

View all Department of the Treasury contracts →

Explore Related Government Spending