GSA awards ANSOL INC. $2.7M for PWA SBIR Phase III task order, custom computer programming

Contract Overview

Contract Amount: $2,716,379 ($2.7M)

Contractor: Ansol Inc.

Awarding Agency: General Services Administration

Start Date: 2024-05-01

End Date: 2026-04-30

Contract Duration: 729 days

Daily Burn Rate: $3.7K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: PROGRESSIVE WEB APPLICATION (PWA) SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III TASK ORDER (TO4) AWARD.

Place of Performance

Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92129

State: California Government Spending

Plain-Language Summary

General Services Administration obligated $2.7 million to ANSOL INC. for work described as: PROGRESSIVE WEB APPLICATION (PWA) SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III TASK ORDER (TO4) AWARD. Key points: 1. Contract value of $2.7M for custom computer programming services. 2. Awarded by the General Services Administration (GSA) Federal Acquisition Service. 3. Task order is for a Progressive Web Application (PWA) under SBIR Phase III. 4. Contract duration is 729 days, ending April 30, 2026. 5. This is a Firm Fixed Price contract type. 6. The contract was not competed, indicating a sole-source or limited competition award.

Value Assessment

Rating: fair

The contract value of $2.7M for custom computer programming services over two years appears within a reasonable range for specialized software development. However, without specific details on the deliverables and the complexity of the PWA, a precise value-for-money assessment is challenging. Benchmarking against similar SBIR Phase III task orders for custom software development would provide better context. The firm fixed price structure suggests a defined scope, which can help control costs if well-managed.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded as 'NOT AVAILABLE FOR COMPETITION,' which typically signifies a sole-source or limited competition procurement. This approach is often used for follow-on work from Small Business Innovation Research (SBIR) programs, where the original research awardee is uniquely positioned to continue development. The lack of broad competition means that price discovery through market forces is limited, and the government relies on negotiation and cost analysis to ensure fair pricing.

Taxpayer Impact: For taxpayers, a sole-source award means there's a reduced opportunity to benefit from competitive bidding, which could potentially lead to higher prices than if multiple vendors had competed. However, it can also ensure continuity and leverage specialized knowledge gained from prior research phases.

Public Impact

The primary beneficiaries are likely federal agencies requiring advanced web applications, potentially improving user interfaces and service delivery through PWA technology. Services delivered include custom computer programming to develop and enhance a Progressive Web Application. The geographic impact is primarily within California, where the contractor is located, but the application's use could be nationwide. Workforce implications may involve specialized software developers and project managers employed by ANSOL INC.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition limits price negotiation leverage.
  • Scope definition and management are critical for firm fixed price success.
  • Reliance on a single contractor for specialized SBIR follow-on work.

Positive Signals

  • Leverages prior SBIR investment, potentially reducing overall R&D risk.
  • Focus on PWA technology suggests modernization of federal digital services.
  • Firm fixed price provides cost certainty for the government.

Sector Analysis

This contract falls within the Custom Computer Programming Services sector (NAICS 541511), a significant segment of the IT services market. The award is part of the Small Business Innovation Research (SBIR) program's Phase III, which focuses on commercializing technologies developed in earlier phases. The market for custom software development, particularly for advanced web applications like PWAs, is robust, with government spending in this area driven by the need for modernized and user-friendly digital platforms.

Small Business Impact

The contract data indicates the awardee is ANSOL INC., and the context of SBIR Phase III suggests a focus on small businesses. However, the 'sb' field is false, which might indicate this specific task order is not a small business set-aside, or the original SBIR awardee has since graduated. Further clarification on the small business status of ANSOL INC. for this specific award is needed. If subcontracting opportunities exist, they could benefit other small businesses in the IT services ecosystem.

Oversight & Accountability

Oversight for this contract will likely be managed by the General Services Administration (GSA) Federal Acquisition Service. Accountability measures are embedded in the firm fixed price contract type, requiring the contractor to deliver specified services within the agreed budget. Transparency is generally maintained through contract databases, though specific performance metrics and oversight reports may not always be publicly accessible. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • Small Business Innovation Research (SBIR) Program
  • Custom Computer Programming Services
  • Progressive Web Applications (PWAs)
  • Federal IT Modernization Initiatives

Risk Flags

  • Sole-source award limits competitive pricing.
  • Lack of detailed scope in summary data hinders full value assessment.

Tags

it-services, custom-computer-programming, progressive-web-application, sbir-phase-iii, general-services-administration, firm-fixed-price, sole-source, ansol-inc, california, task-order

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $2.7 million to ANSOL INC.. PROGRESSIVE WEB APPLICATION (PWA) SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III TASK ORDER (TO4) AWARD.

Who is the contractor on this award?

The obligated recipient is ANSOL INC..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $2.7 million.

What is the period of performance?

Start: 2024-05-01. End: 2026-04-30.

What is the specific nature of the Progressive Web Application (PWA) being developed or enhanced under this task order, and which federal agency or agencies are intended to be the end-users?

The provided data indicates the task order is for a 'PROGRESSIVE WEB APPLICATION (PWA) SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III TASK ORDER (TO4) AWARD.' However, it does not specify the exact functionality or purpose of the PWA, nor does it name the end-user agency. SBIR Phase III contracts typically involve the commercialization and further development of technologies that originated in earlier SBIR phases. Without more detailed documentation, it's difficult to ascertain the specific application. The GSA's Federal Acquisition Service is the awarding body, suggesting the PWA might be intended for internal GSA use, or it could be a technology being developed for broader government adoption through GSA's acquisition channels. Further investigation into the specific SBIR topic and the PWA's intended use case would be necessary.

How does the $2.7M contract value compare to typical SBIR Phase III task orders for custom computer programming services?

Benchmarking the $2.7M contract value for this SBIR Phase III task order requires comparing it against similar awards for custom computer programming services. SBIR Phase III contracts can vary significantly in value depending on the complexity, duration, and commercialization potential of the technology. While $2.7M over two years (729 days) is a substantial amount, it is not uncommon for specialized software development efforts that aim to bring innovative technologies to market or integrate them into government systems. To provide a more precise comparison, one would need to analyze a dataset of comparable SBIR Phase III awards, looking at factors like the specific technology area (e.g., web applications, AI, cybersecurity), the duration of the contract, and the awarding agency. Without such a dataset, this value appears within a plausible range for a mature technology development effort.

What are the key performance indicators (KPIs) or milestones associated with this contract, and how will ANSOL INC.'s performance be evaluated?

The provided data does not explicitly list the Key Performance Indicators (KPIs) or milestones for this specific task order. However, as a Firm Fixed Price (FFP) contract, performance evaluation would typically be tied to the successful delivery of defined technical requirements, software functionalities, and project milestones outlined in the contract's Statement of Work (SOW). ANSOL INC.'s performance would likely be assessed based on adherence to the project schedule, quality of the developed PWA, meeting technical specifications, and potentially user acceptance testing. The contracting officer's representative (COR) would be responsible for monitoring progress and ensuring deliverables meet the contract's objectives. Formal performance reviews might occur at key project stages or upon completion.

Given this is a Phase III SBIR award, what was the outcome of the prior Phase I and Phase II efforts, and how does this contract represent a continuation or commercialization of that prior work?

SBIR Phase III is the final phase, focused on the commercialization of technologies developed during Phases I and II. Phase I typically involves feasibility studies, and Phase II focuses on prototype development and demonstration. This contract, valued at $2.7M and spanning approximately two years, represents the culmination of that research and development effort. It suggests that ANSOL INC. successfully demonstrated a viable PWA technology in earlier phases and is now tasked with further developing, refining, or implementing it. The 'NOT AVAILABLE FOR COMPETITION' status strongly implies that ANSOL INC. is the sole entity with the necessary expertise and intellectual property derived from the initial SBIR funding to proceed with this specific task order. The success of prior phases is implicitly validated by the government's decision to fund this follow-on work.

What is the historical spending pattern for ANSOL INC. with the General Services Administration (GSA) or other federal agencies, particularly in custom computer programming services?

The provided data does not include historical spending patterns for ANSOL INC. To assess this, one would need to query federal procurement databases like FPDS or USASpending.gov for all contracts awarded to ANSOL INC. across all agencies. Specifically, analyzing their contract history with the GSA would be relevant, looking at the types of services procured (especially custom computer programming), the contract values, and the duration of those contracts. Understanding their past performance, award trends, and agency relationships can provide context for this current $2.7M award. A pattern of successful, well-managed contracts with GSA could indicate reliability, while a history of issues might raise concerns.

Industry Classification

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

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

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 47QFCA24R0017

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 13766 TORREY GLENN RD, SAN DIEGO, CA, 92129

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $8,630,677

Exercised Options: $3,397,944

Current Obligation: $2,716,379

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QFCA23D0001

IDV Type: IDC

Timeline

Start Date: 2024-05-01

Current End Date: 2026-04-30

Potential End Date: 2029-04-30 00:00:00

Last Modified: 2026-03-27

More Contracts from Ansol Inc.

View all Ansol Inc. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending