Treasury's IRS Awards $2.06M Purchase Order for Shared Services Tools Platform to Silicon Mountain Technologies
Contract Overview
Contract Amount: $2,059,695 ($2.1M)
Contractor: Silicon Mountain Technologies, LLC
Awarding Agency: Department of the Treasury
Start Date: 2025-02-18
End Date: 2026-02-17
Contract Duration: 364 days
Daily Burn Rate: $5.7K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: SBIR PHASE III SHARED SERVICES TOOLS PLATFORM
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20224
Plain-Language Summary
Department of the Treasury obligated $2.1 million to SILICON MOUNTAIN TECHNOLOGIES, LLC for work described as: SBIR PHASE III SHARED SERVICES TOOLS PLATFORM Key points: 1. The contract is a sole-source award, limiting competitive opportunities. 2. The total award value is $2.06 million over one year. 3. The platform aims to enhance shared services within the IRS. 4. The NAICS code 541519 suggests a focus on computer-related services.
Value Assessment
Rating: fair
The contract is a purchase order with a firm fixed price, indicating a defined cost. However, without comparable contract data or a detailed breakdown of the services provided, a precise value assessment is difficult. The benchmark of $5,659 for this type of contract is noted.
Cost Per Unit: $5,659
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning there was no open competition. This limits the government's ability to explore potentially lower prices or more innovative solutions that might have emerged from a competitive bidding process.
Taxpayer Impact: The sole-source nature of this award means taxpayers may not have benefited from the cost savings typically achieved through competitive procurement.
Public Impact
Enhances internal IRS operations through shared services. Potential for improved efficiency in IT service delivery. Ensures continuity of essential IT tools for the agency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and potential cost savings.
- Lack of detailed service description makes value assessment challenging.
Positive Signals
- Firm fixed price contract provides cost certainty.
- Addresses a specific need for shared services tools.
Sector Analysis
The IT services sector, particularly custom software development and IT consulting, is a significant area of government spending. Benchmarks for similar contracts can vary widely based on scope and complexity, but this award falls within a typical range for specialized IT solutions.
Small Business Impact
The awardee, Silicon Mountain Technologies, LLC, is not indicated as a small business in the provided data. The contract does not appear to have specific set-asides for small businesses.
Oversight & Accountability
As a purchase order, oversight may be less rigorous than for a full-fledged contract. The IRS should ensure robust monitoring of performance and deliverables to ensure value for money and accountability.
Related Government Programs
- Other Computer Related Services
- Department of the Treasury Contracting
- Internal Revenue Service Programs
Risk Flags
- Sole-source award
- Limited transparency on specific services
- Potential for uncompetitive pricing
- Lack of defined performance metrics
Tags
other-computer-related-services, department-of-the-treasury, dc, purchase-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $2.1 million to SILICON MOUNTAIN TECHNOLOGIES, LLC. SBIR PHASE III SHARED SERVICES TOOLS PLATFORM
Who is the contractor on this award?
The obligated recipient is SILICON MOUNTAIN TECHNOLOGIES, 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 $2.1 million.
What is the period of performance?
Start: 2025-02-18. End: 2026-02-17.
What specific shared services tools are included in this platform, and how do they align with IRS strategic goals?
The provided data does not detail the specific shared services tools encompassed by this platform. Further analysis would require access to the contract's statement of work or technical specifications. Understanding these tools is crucial to assessing their alignment with the IRS's broader strategic objectives for operational efficiency and service delivery.
What is the justification for the sole-source award, and were alternative competitive strategies considered?
The justification for this sole-source award is stated as 'NOT AVAILABLE FOR COMPETITION.' This typically implies a unique capability or a critical need where only one vendor can fulfill the requirement. A thorough review would involve examining the agency's justification documentation to confirm that no viable competitive alternatives were overlooked.
How will the effectiveness and impact of this shared services platform be measured and reported?
The provided data does not specify the metrics or reporting mechanisms for evaluating the effectiveness of the shared services tools platform. The IRS should establish clear performance indicators (KPIs) related to uptime, user satisfaction, cost savings, and efficiency gains. Regular reporting against these KPIs will be essential for accountability and demonstrating the platform's value.
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 - APLLICATIONS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1526 COLE BLVD STE 300, LAKEWOOD, CO, 80401
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,059,695
Exercised Options: $2,059,695
Current Obligation: $2,059,695
Actual Outlays: $2,059,695
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-02-18
Current End Date: 2026-02-17
Potential End Date: 2026-02-17 12:42:38
Last Modified: 2026-01-15
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)