NRC Awards $1.18M Interface Task Order to CGI Federal for FAIMIS System
Contract Overview
Contract Amount: $1,184,051 ($1.2M)
Contractor: CGI Federal Inc.
Awarding Agency: Nuclear Regulatory Commission
Start Date: 2023-01-27
End Date: 2027-01-31
Contract Duration: 1,465 days
Daily Burn Rate: $808/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: U.S. NUCLEAR REGULATORY COMMISSION (NRC) STRATEGIC ACQUISITION SYSTEM (STAQS) FINANCIAL ACCOUNTING AND INTEGRATED MANAGEMENT INFORMATION SYSTEM (FAIMIS) INTERFACE TASK ORDER.
Place of Performance
Location: ROCKVILLE, MONTGOMERY County, MARYLAND, 20852
State: Maryland Government Spending
Plain-Language Summary
Nuclear Regulatory Commission obligated $1.2 million to CGI FEDERAL INC. for work described as: U.S. NUCLEAR REGULATORY COMMISSION (NRC) STRATEGIC ACQUISITION SYSTEM (STAQS) FINANCIAL ACCOUNTING AND INTEGRATED MANAGEMENT INFORMATION SYSTEM (FAIMIS) INTERFACE TASK ORDER. Key points: 1. Contract awarded to CGI Federal Inc. for interface task order. 2. The contract is for the FAIMIS system at the Nuclear Regulatory Commission. 3. This is a firm-fixed-price contract with a duration of 1465 days. 4. The NAICS code 541519 suggests 'Other Computer Related Services'.
Value Assessment
Rating: fair
The contract value of $1.18M over approximately 4 years appears reasonable for specialized IT services. Benchmarking against similar interface development contracts is difficult without more specific details on scope and complexity.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source or limited competition award. This limits price discovery and may not ensure the best value for taxpayer dollars.
Taxpayer Impact: The lack of competition could lead to higher costs than if the contract were openly competed, potentially impacting taxpayer funds.
Public Impact
Ensures continued operation and integration of critical financial and management information systems for the NRC. Supports the NRC's regulatory functions by maintaining essential IT infrastructure. Potential for increased costs due to sole-source award impacts taxpayer funds.
Waste & Efficiency Indicators
Waste Risk Score: 80 / 10
Warning Flags
- Lack of competition
- Potential for cost overruns due to sole-source award
Positive Signals
- Essential IT service for regulatory agency
- Long-term contract provides stability
Sector Analysis
The IT services sector, particularly for specialized government systems, often sees contracts awarded to established vendors. Benchmarks for similar interface tasks can vary widely based on system complexity and integration requirements.
Small Business Impact
The contract was awarded to CGI Federal Inc., a large business. There is no indication that small businesses were involved in this specific award, either as prime or subcontractors.
Oversight & Accountability
The Nuclear Regulatory Commission is responsible for overseeing this contract. Accountability for performance and cost rests with the agency, though the lack of competition raises questions about oversight effectiveness in ensuring value.
Related Government Programs
- Other Computer Related Services
- Nuclear Regulatory Commission Contracting
- Nuclear Regulatory Commission Programs
Risk Flags
- Sole-source award
- Lack of transparency in justification
- Potential for overpricing
- No small business participation noted
Tags
other-computer-related-services, nuclear-regulatory-commission, md, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Nuclear Regulatory Commission awarded $1.2 million to CGI FEDERAL INC.. U.S. NUCLEAR REGULATORY COMMISSION (NRC) STRATEGIC ACQUISITION SYSTEM (STAQS) FINANCIAL ACCOUNTING AND INTEGRATED MANAGEMENT INFORMATION SYSTEM (FAIMIS) INTERFACE TASK ORDER.
Who is the contractor on this award?
The obligated recipient is CGI FEDERAL INC..
Which agency awarded this contract?
Awarding agency: Nuclear Regulatory Commission (Nuclear Regulatory Commission).
What is the total obligated amount?
The obligated amount is $1.2 million.
What is the period of performance?
Start: 2023-01-27. End: 2027-01-31.
What was the justification for not competing this contract, and what steps were taken to ensure fair pricing?
The justification for not competing this contract is not provided in the data. Typically, sole-source awards require a documented justification, such as unique capabilities or urgent need. Without this information, it's difficult to assess if fair pricing was achieved through alternative means, such as historical data or independent cost estimates.
What are the specific risks associated with a sole-source award for this critical IT interface task?
The primary risk of a sole-source award is the potential for inflated costs due to the absence of competitive pressure. Additionally, there's a risk of vendor lock-in, reduced innovation, and potentially lower service quality if the vendor faces no competition. This could impact the NRC's operational efficiency and budget.
How does this contract contribute to the NRC's overall mission effectiveness and value for taxpayer money?
This contract is crucial for maintaining the FAIMIS system, which supports the NRC's financial and management operations. Ensuring the effective functioning of these systems is vital for the agency's regulatory oversight. However, the sole-source nature raises concerns about whether the full value for taxpayer money is being realized compared to a competitive procurement.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: THE Timken Company
Address: 12601 FAIR LAKES CIR, FAIRFAX, VA, 22033
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $1,422,203
Exercised Options: $1,316,955
Current Obligation: $1,184,051
Actual Outlays: $247,559
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 31310023D0003
IDV Type: IDC
Timeline
Start Date: 2023-01-27
Current End Date: 2027-01-31
Potential End Date: 2028-01-31 00:00:00
Last Modified: 2026-04-02
More Contracts from CGI Federal Inc.
- Award - to Re-Obligate Funds Usda De-Obligated to — $783.3M (Department of Veterans Affairs)
- Passport Production Support Services (ppss)igf::ot::igf — $620.0M (Department of State)
- Operation of the Tucson Passport Center and Arkansas Passport Center — $401.9M (Department of State)
- Dynamic and Evolving Federal Enterprise Network Defense Group C Defend C — $336.2M (General Services Administration)
- TO Provide Comprehensive Onsite Management, Administration, and Processing Support AT Three (3) Passport Centers, and Twenty Four (24) Passport Agencies Nationwide. Both Initial and Renewal of Passport Books/Card Applications ARE Processed Under This — $324.1M (Department of State)
Other Nuclear Regulatory Commission Contracts
- (information Technology Infrastructure Support Services (itiss)) — $208.2M (NTT Data Services Federal Government, LLC)
- Infrastructure Services and Support Contract — $157.8M (CACI NSS, LLC)
- Glinda Sncc BPA Call — $128.2M (Teksynap Corporation)
- Information Technology Infrastructure Support Services (itiss) — $100.7M (NTT Data Services Federal Government, LLC)
- Integrated Source Management Portfolio — $82.3M (Leidos, Inc.)