VA awards $9.67M for Section 508 Accessibility Compliance Software Solution to IronArch Technology LLC
Contract Overview
Contract Amount: $9,671,994 ($9.7M)
Contractor: Ironarch Technology LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2022-07-20
End Date: 2026-03-29
Contract Duration: 1,348 days
Daily Burn Rate: $7.2K/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: SECTION 508 ACCESSIBILITY COMPLIANCE SOFTWARE SOLUTION
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20420
Plain-Language Summary
Department of Veterans Affairs obligated $9.7 million to IRONARCH TECHNOLOGY LLC for work described as: SECTION 508 ACCESSIBILITY COMPLIANCE SOFTWARE SOLUTION Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract type is a definitive contract, indicating a long-term agreement for services. 3. The fixed-price nature of the contract shifts performance risk to the contractor. 4. The duration of the contract is over 3 years, implying a need for sustained support. 5. The awardee, IronArch Technology LLC, is a small business, potentially impacting subcontracting opportunities. 6. The service falls under Computer Systems Design Services, a common category in federal IT procurement.
Value Assessment
Rating: good
The contract value of $9.67 million over approximately 3.5 years for Section 508 accessibility compliance software solutions appears reasonable given the scope. Benchmarking against similar IT service contracts for compliance and system design suggests this falls within expected ranges. The fixed-price structure provides cost certainty for the VA, assuming the contractor can deliver within budget. Further analysis would require comparing specific deliverables and service levels to other contracts.
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,' which typically means the solicitation was broadly advertised, but specific sources may have been excluded based on defined criteria. The presence of 3 bids indicates some level of competition. While not a completely unrestricted full and open competition, it suggests a reasonable effort to solicit multiple offers, which generally aids in price discovery and achieving fair market value.
Taxpayer Impact: The competitive nature of this award, even with exclusions, is beneficial for taxpayers as it likely resulted in a more competitive price than a sole-source award. The multiple bids suggest that the government received options that were evaluated for best value.
Public Impact
Federal employees and contractors will benefit from improved accessibility of IT systems, ensuring compliance with Section 508 standards. The services delivered will enhance the usability of software solutions for individuals with disabilities. The geographic impact is primarily within the District of Columbia, where the contractor is located. This contract supports the federal government's commitment to digital inclusion and equal access to information and technology.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if initial requirements are not clearly defined for accessibility compliance.
- Dependence on a single small business contractor for a critical compliance function.
- Risk of vendor lock-in if proprietary solutions are implemented without careful consideration.
- Ensuring ongoing maintenance and updates for accessibility features throughout the contract period.
Positive Signals
- Award to a small business contractor can foster growth and provide opportunities for specialized expertise.
- The definitive contract structure allows for sustained support and relationship building.
- Fixed-price contract shifts cost risk to the contractor, potentially leading to cost savings if managed efficiently.
- Focus on Section 508 compliance directly supports federal mandates for accessibility.
Sector Analysis
The federal IT services market is vast, with significant spending on software development, system design, and compliance solutions. Contracts for Section 508 accessibility are crucial for government agencies to meet legal obligations and ensure equitable access to technology. This $9.67 million contract for computer systems design services fits within the broader category of IT support and modernization efforts, where agencies increasingly rely on specialized vendors to navigate complex regulatory landscapes and technological advancements.
Small Business Impact
The award to IronArch Technology LLC, a small business, is a positive signal for the small business ecosystem. This contract contributes to the government's goal of awarding a percentage of federal contracts to small businesses. As a small business, IronArch may have limited capacity for large-scale subcontracting, but this award provides them with significant revenue and a key federal contract. The VA should monitor subcontracting plans to ensure opportunities are extended where feasible.
Oversight & Accountability
Oversight for this contract will likely be managed by the Department of Veterans Affairs contracting officers and program managers. The definitive contract structure implies regular performance reviews and milestone tracking. Transparency is facilitated through contract databases like FPDS. Inspector General oversight may be invoked if performance issues or potential fraud are identified. The fixed-price nature requires diligent monitoring of deliverables against payment schedules.
Related Government Programs
- Section 508 Compliance Services
- IT System Design and Integration
- Computer Systems Design Services
- Federal IT Modernization Programs
- Software Accessibility Solutions
Risk Flags
- Potential for limited competition due to source exclusions.
- Contractor's small business status may limit capacity for large-scale subcontracting.
- Risk of inadequate performance impacting accessibility goals.
- Dependency on a single vendor for critical compliance functions.
Tags
it-services, section-508-compliance, software-solution, computer-systems-design, department-of-veterans-affairs, definitive-contract, firm-fixed-price, full-and-open-competition, small-business, district-of-columbia, accessibility
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $9.7 million to IRONARCH TECHNOLOGY LLC. SECTION 508 ACCESSIBILITY COMPLIANCE SOFTWARE SOLUTION
Who is the contractor on this award?
The obligated recipient is IRONARCH TECHNOLOGY LLC.
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $9.7 million.
What is the period of performance?
Start: 2022-07-20. End: 2026-03-29.
What is the specific scope of 'SECTION 508 ACCESSIBILITY COMPLIANCE SOFTWARE SOLUTION' being provided by IronArch Technology LLC?
The provided data indicates the contract is for a 'SECTION 508 ACCESSIBILITY COMPLIANCE SOFTWARE SOLUTION' under NAICS code 541512 (Computer Systems Design Services). While the exact deliverables are not detailed, this typically involves assessing existing software and systems for compliance with Section 508 of the Rehabilitation Act, which mandates that federal agencies provide individuals with disabilities comparable access to information and data. This could include services such as accessibility audits, remediation of non-compliant software, development of new accessible features, training, and consultation to ensure adherence to accessibility standards like WCAG. The contract's duration of over three years suggests a comprehensive, ongoing effort rather than a one-time fix.
How does the $9.67 million contract value compare to similar Section 508 compliance contracts within the federal government?
Benchmarking the $9.67 million contract value requires comparing it to similar IT service contracts focused on accessibility compliance. Federal spending on IT services is substantial, and contracts for specialized compliance can vary widely based on scope, duration, and complexity. A contract of this value over approximately 3.5 years suggests a significant undertaking, potentially encompassing multiple systems or a broad range of services. Without access to a detailed database of comparable Section 508 specific contracts, a precise comparison is difficult. However, for large-scale IT system design and compliance efforts, this value appears within a reasonable range, especially considering the specialized nature of accessibility requirements and the need for ongoing support.
What are the primary risks associated with this contract for the Department of Veterans Affairs?
The primary risks for the VA in this contract include potential performance issues if IronArch Technology LLC fails to deliver the required accessibility compliance solutions effectively. Given it's a fixed-price contract, cost overruns are less likely for the VA, but the risk shifts to the contractor; if they mismanage costs, it could impact their ability or motivation to deliver quality work. There's also a risk related to the contractor's capacity as a small business; ensuring they can handle the full scope of work over the contract's duration is crucial. Furthermore, if the implemented solutions are not robust or adaptable, the VA might face ongoing challenges in maintaining accessibility compliance as technology and regulations evolve, potentially requiring future contract modifications or new procurements.
What is IronArch Technology LLC's track record with federal contracts, particularly for accessibility compliance?
The provided data does not include specific details on IronArch Technology LLC's past performance or track record, particularly concerning Section 508 accessibility compliance. While the award of this $9.67 million definitive contract suggests the VA found them capable, further due diligence would be needed to assess their history. Federal procurement databases often contain past performance information, including ratings on previous contracts. Without access to that detailed information, it's difficult to ascertain their specific expertise and success rate in delivering similar solutions. It is important to note that this is a definitive contract, implying a level of trust and evaluation by the agency.
How does the competition level ('FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES') impact the value received by the VA?
The competition level, 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicates that the solicitation was made available to all responsible sources, but certain sources were explicitly excluded. This approach aims to balance broad competition with specific requirements or preferences. Receiving 3 bids suggests that while not entirely unrestricted, there was sufficient interest from qualified vendors. This level of competition generally leads to better price discovery and value for the government compared to sole-source or limited competition scenarios. The VA likely benefited from multiple proposals allowing for comparison of technical approaches and pricing, ultimately contributing to a more favorable outcome for taxpayers than if fewer vendors had participated.
What are the potential long-term implications of this contract for the VA's IT accessibility posture?
This contract has the potential to significantly improve the VA's IT accessibility posture by ensuring their software solutions comply with Section 508 standards. A successful implementation could lead to more equitable access to VA digital services for veterans and employees with disabilities. The long-term implications depend on the quality of the solutions provided and the contractor's ability to address evolving accessibility needs. If the contract results in robust, maintainable, and adaptable accessible systems, it could reduce future remediation costs and compliance risks. Conversely, if the solutions are superficial or quickly become outdated, the VA may face recurring challenges and costs to maintain compliance, potentially necessitating future investments.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 36C10B22R0002
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1313 DOLLEY MADISON BLVD, MC LEAN, VA, 22101
Business Categories: Category Business, Partnership or Limited Liability Partnership, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $14,247,994
Exercised Options: $9,671,994
Current Obligation: $9,671,994
Actual Outlays: $7,749,702
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2022-07-20
Current End Date: 2026-03-29
Potential End Date: 2026-03-29 00:00:00
Last Modified: 2026-03-10
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)