GSA awards $3.77M IT contract to Koniag IT Systems for cloud modernization, raising competition concerns

Contract Overview

Contract Amount: $3,772,397 ($3.8M)

Contractor: Koniag IT Systems, LLC

Awarding Agency: General Services Administration

Start Date: 2025-09-30

End Date: 2026-09-29

Contract Duration: 364 days

Daily Burn Rate: $10.4K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: CLOUD MODERNIZATION TEAM 2024 IT WCF DEVOPS

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20416

State: District of Columbia Government Spending

Plain-Language Summary

General Services Administration obligated $3.8 million to KONIAG IT SYSTEMS, LLC for work described as: CLOUD MODERNIZATION TEAM 2024 IT WCF DEVOPS Key points: 1. Contract awarded on a sole-source basis, limiting potential cost savings from competition. 2. Focus on cloud modernization and DevOps indicates a strategic investment in IT infrastructure. 3. The fixed-price contract type aims to control costs, but the lack of competition may inflate the price. 4. Performance period of one year suggests a focused, project-based engagement. 5. The contract's value is moderate, but its sole-source nature warrants scrutiny for value for money. 6. Geographic location in Washington D.C. may indicate proximity to agency decision-makers.

Value Assessment

Rating: fair

The contract value of approximately $3.77 million for a one-year period for computer systems design services is within a typical range for IT modernization projects. However, without competitive bidding, it is difficult to benchmark the pricing against market rates or similar contracts. The fixed-price nature provides some cost certainty, but the absence of competition raises questions about whether the government is receiving the best possible value. Further analysis would require comparison with other sole-source IT service contracts of similar scope and duration.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a 'not available for competition' basis, indicating that a full and open competition was not conducted. This typically occurs when a specific justification, such as the unique capabilities of a single provider or an urgent need, is presented. The lack of multiple bidders means that the government did not benefit from the price discovery and innovation that typically arises from a competitive bidding process. This approach can sometimes lead to higher costs for the government.

Taxpayer Impact: The sole-source award means taxpayers may not be getting the most cost-effective solution. Without competition, there's less pressure on the contractor to offer the lowest possible price, potentially leading to a less efficient use of public funds.

Public Impact

The primary beneficiary is the General Services Administration (GSA), which will receive enhanced IT infrastructure through cloud modernization. Services delivered include computer systems design, likely focusing on cloud migration, DevOps implementation, and related IT support. The geographic impact is centered in Washington D.C., where the contract is managed and likely where the services are primarily performed or overseen. The contract supports the federal government's ongoing efforts to modernize its IT systems, potentially improving efficiency and security.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology (IT) sector, specifically focusing on computer systems design services. The IT services market is highly dynamic, with significant spending on cloud computing, cybersecurity, and software development. Federal IT spending represents a substantial portion of the overall IT market. Contracts like this, aimed at modernizing infrastructure and adopting agile methodologies like DevOps, are common as agencies seek to improve efficiency, scalability, and security of their digital services. Benchmarking would typically involve comparing costs for similar cloud migration and DevOps support services across different federal agencies or private sector engagements.

Small Business Impact

The data indicates that this contract was not awarded to a small business (ss: false) and does not appear to have a small business set-aside component (sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from this specific award. The focus is on a prime contractor, Koniag IT Systems, LLC. Analysis of Koniag's own subcontracting practices would be necessary to determine any indirect impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Federal Acquisition Service. As a definitive contract, it is subject to standard federal procurement regulations and oversight. Transparency is limited due to the sole-source nature. Accountability measures would be tied to the contract's performance clauses and deliverables. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

it, general-services-administration, district-of-columbia, definitive-contract, moderate-size, sole-source, cloud-modernization, devops, computer-systems-design-services, firm-fixed-price

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $3.8 million to KONIAG IT SYSTEMS, LLC. CLOUD MODERNIZATION TEAM 2024 IT WCF DEVOPS

Who is the contractor on this award?

The obligated recipient is KONIAG IT SYSTEMS, LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $3.8 million.

What is the period of performance?

Start: 2025-09-30. End: 2026-09-29.

What is Koniag IT Systems, LLC's track record with the GSA and other federal agencies, particularly on cloud modernization projects?

A thorough review of federal procurement databases (like FPDS or SAM.gov) and past performance evaluations would be necessary to assess Koniag IT Systems, LLC's track record. Specifically, looking for previous contracts with GSA or other agencies for similar IT services, especially cloud modernization and DevOps, would provide insight. Key metrics to examine include on-time delivery, adherence to budget, quality of work, and any past performance issues or disputes. Understanding their experience with fixed-price contracts and sole-source awards would also be relevant to evaluating their suitability for this specific engagement and the potential risks associated with their selection.

How does the $3.77 million contract value compare to similar sole-source IT modernization contracts awarded by GSA or other agencies in the past year?

Benchmarking this $3.77 million contract against similar sole-source IT modernization efforts requires access to detailed contract data. Factors to consider include the scope of services (e.g., specific cloud platforms, level of DevOps integration), contract duration (this one is 1 year), and the specific agency awarding the contract. Without competitive bids, direct price comparisons are challenging. However, by analyzing the average cost per service hour or per deliverable for comparable sole-source contracts, one could identify potential outliers. If this contract's pricing appears significantly higher than benchmarks for similar sole-source work, it would indicate a potential lack of value for money.

What specific justification was provided for awarding this contract on a sole-source basis, and does it align with federal acquisition regulations?

Federal Acquisition Regulation (FAR) Part 6 outlines the policies for contracting without full and open competition. Common justifications include the existence of only one responsible source, urgent and compelling needs, or specific national defense requirements. For this contract, the justification would need to be documented and publicly available (often through a Sources Sought notice or Justification for Other Than Full and Open Competition - JOFOC). The adequacy of this justification is critical; if the rationale is weak or if competition was feasible but not pursued, it represents a significant risk to the government's procurement integrity and potentially its budget.

What are the key performance indicators (KPIs) and deliverables for this cloud modernization contract, and how will their achievement be measured?

The effectiveness of this contract hinges on clearly defined KPIs and deliverables. For cloud modernization and DevOps, these might include metrics related to system uptime, migration completion rates, reduction in infrastructure costs, deployment frequency, and security vulnerability remediation times. The contract document (e.g., Statement of Work) should detail these measures and the methodology for tracking and reporting progress. Without robust performance metrics and a clear evaluation process, it is difficult to assess whether the contractor is meeting expectations and delivering value for the $3.77 million investment.

What is the historical spending trend for cloud modernization and DevOps services by the GSA over the last five fiscal years?

Analyzing GSA's historical spending on cloud modernization and DevOps requires aggregating data from various contract vehicles and awards over the past five fiscal years. This would involve searching procurement databases for relevant keywords and contract types. Understanding this trend would reveal whether GSA's investment in these areas is increasing, decreasing, or remaining stable. It would also help contextualize the $3.77 million award within the agency's broader IT modernization strategy and budget allocation, highlighting the significance of this particular contract relative to overall spending patterns.

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 - DELIVERY

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 47QACA25Q0438

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3800 CENTERPOINT DR STE 700, ANCHORAGE, AK, 99503

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $14,913,024

Exercised Options: $3,772,397

Current Obligation: $3,772,397

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2025-09-30

Current End Date: 2026-09-29

Potential End Date: 2030-03-30 00:00:00

Last Modified: 2026-02-20

More Contracts from Koniag IT Systems, LLC

View all Koniag IT Systems, LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending