GSA awards $3.27M for single page application integration, with ANSOL INC. as the contractor
Contract Overview
Contract Amount: $3,266,948 ($3.3M)
Contractor: Ansol Inc.
Awarding Agency: General Services Administration
Start Date: 2021-07-01
End Date: 2026-06-30
Contract Duration: 1,825 days
Daily Burn Rate: $1.8K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: SPA IDIQ TO 4 SSP SINGLE PAGE APPLICATION INTEGRATION TOOL
Place of Performance
Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92129
Plain-Language Summary
General Services Administration obligated $3.3 million to ANSOL INC. for work described as: SPA IDIQ TO 4 SSP SINGLE PAGE APPLICATION INTEGRATION TOOL Key points: 1. Contract awarded on a Time and Materials basis, which can pose cost control challenges. 2. The contract is for custom computer programming services, a common area for federal IT spending. 3. Limited competition is indicated, suggesting potential for higher pricing. 4. The contract duration is 5 years, aligning with typical federal IT project lifecycles. 5. The specific service is integration of a single page application, a niche but important IT function. 6. The award is a delivery order under an IDIQ, indicating a pre-competed framework.
Value Assessment
Rating: fair
The Time and Materials pricing structure requires careful monitoring to ensure value. Without comparable contract data for similar single-page application integration projects, it is difficult to definitively benchmark the value. However, the duration and scope suggest a moderate investment for a specialized IT service. The absence of a fixed price or ceiling could lead to cost overruns if not managed diligently.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as 'NOT AVAILABLE FOR COMPETITION,' indicating a sole-source or limited competition scenario. This approach is often used when a specific contractor possesses unique capabilities or when the requirement is a follow-on to a previous effort where only one vendor can fulfill the need. The lack of broad competition means that price discovery through market forces was limited.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as competitive pressures are absent, necessitating strong oversight to ensure fair pricing.
Public Impact
Federal agencies requiring integrated single-page applications will benefit from this service. The contract supports the modernization of federal IT infrastructure by enabling seamless application integration. The primary beneficiaries are government IT departments and end-users who rely on integrated digital services. The geographic impact is likely national, supporting federal operations across various locations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials pricing can lead to uncontrolled cost escalation without strict oversight.
- Sole-source award limits competitive pressure, potentially impacting cost-effectiveness.
- Lack of detailed performance metrics in the provided data makes assessing efficiency difficult.
Positive Signals
- Contract supports critical IT integration needs for federal agencies.
- Awarded under an IDIQ, suggesting a pre-vetted vendor pool.
- Long-term contract (5 years) provides stability for service delivery.
Sector Analysis
The federal IT services sector is vast, with custom computer programming services representing a significant portion. This contract falls within the IT services sub-sector, specifically focusing on application integration. The market for such services is competitive, but specialized integration tools and expertise can command premium pricing. Benchmarking against similar custom programming contracts, especially those involving integration platforms, would provide further context on cost-effectiveness.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The prime contractor, ANSOL INC., is responsible for its own subcontracting strategy, which may or may not involve small businesses.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the General Services Administration's Federal Acquisition Service. As a delivery order under an IDIQ, the underlying contract likely has established oversight mechanisms. The Time and Materials nature of the award necessitates vigilant monitoring of labor hours and rates to ensure accountability and prevent cost overruns. Transparency would be enhanced through regular reporting requirements and potential audits.
Related Government Programs
- Custom Computer Programming Services
- IT Professional Services
- Application Integration Services
- Federal Civilian IT Spending
- GSA Schedules
Risk Flags
- Cost Overrun Risk (Time and Materials)
- Limited Competition Impact on Price
- Sole-Source Award Justification Scrutiny
Tags
it-services, custom-computer-programming, application-integration, general-services-administration, federal-acquisition-service, time-and-materials, sole-source, delivery-order, california, medium-value
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3.3 million to ANSOL INC.. SPA IDIQ TO 4 SSP SINGLE PAGE APPLICATION INTEGRATION TOOL
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 $3.3 million.
What is the period of performance?
Start: 2021-07-01. End: 2026-06-30.
What is the track record of ANSOL INC. with the federal government, particularly in custom computer programming and application integration?
A comprehensive review of ANSOL INC.'s federal contracting history would be necessary to assess their track record. This would involve examining past performance on similar contracts, including their ability to deliver on time, within budget, and to the required quality standards. Specific attention should be paid to any past issues related to cost overruns, performance deficiencies, or contract disputes. Understanding their experience with single-page application integration and the specific technologies or platforms involved would also be crucial. Data from contract databases and performance evaluation reports (e.g., CPARS) would be key sources for this analysis.
How does the estimated cost of this contract compare to similar federal IT integration projects?
Benchmarking this $3.27 million contract against similar federal IT integration projects is challenging without more specific details on the scope of work, technologies used, and duration. However, the Time and Materials (T&M) pricing structure, combined with a sole-source award, suggests a higher potential for cost variability compared to fixed-price contracts. To perform a robust comparison, one would need to identify contracts for custom computer programming services (NAICS 541511) with similar durations (5 years) and service types (application integration). Analyzing the average hourly rates for developers, project managers, and other roles within the T&M structure against government-wide averages or agency-specific benchmarks would provide further insight into value for money.
What are the primary risks associated with a Time and Materials contract for custom programming services?
The primary risk with Time and Materials (T&M) contracts, especially for custom programming, is the potential for cost escalation. Unlike fixed-price contracts, T&M agreements do not set a ceiling on the total cost, making it difficult to predict the final expenditure. This can lead to budget overruns if the project scope expands, if labor hours are not meticulously tracked and justified, or if hourly rates are higher than anticipated. For the government, this necessitates robust oversight to ensure that all billed hours are necessary, reasonable, and directly related to the contract's objectives. Without strong controls, T&M contracts can be less cost-effective than other contract types.
How effective is the General Services Administration's Federal Acquisition Service in overseeing contracts of this nature?
The Federal Acquisition Service (FAS) within the GSA is generally responsible for managing a wide range of government-wide acquisition contracts and services. Their effectiveness in overseeing contracts like this one depends on several factors, including the availability of skilled contracting officers, adequate resources for contract administration, and established processes for monitoring performance and costs. For T&M contracts awarded on a sole-source basis, rigorous oversight is critical. This includes regular reviews of invoices, labor hour justifications, and performance metrics. The presence of an Inspector General's office also provides an additional layer of accountability. While FAS has extensive experience, the specific effectiveness can vary based on the individual contract and the contracting team.
What are the historical spending patterns for custom computer programming services (NAICS 541511) by the General Services Administration?
Historical spending data for NAICS code 541511 (Custom Computer Programming Services) by the GSA would reveal trends in IT service procurement. Analyzing this data over several fiscal years would indicate whether GSA's reliance on such services is increasing or decreasing, and the types of vendors (large vs. small business) they typically engage. It would also highlight common contract types (e.g., T&M, fixed-price) and average award values. Understanding these patterns can help contextualize the current $3.27 million award, assessing if it aligns with GSA's historical procurement strategies or represents a deviation. Such analysis is crucial for identifying potential areas for cost savings or efficiency improvements in future procurements.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: RESEARCH AND DEVELOPMENT › General Science and Technology R&D Services
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 47QFLA21Q0288
Pricing Type: TIME AND MATERIALS (Y)
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: $4,937,262
Exercised Options: $4,937,262
Current Obligation: $3,266,948
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QFLA20D0016
IDV Type: IDC
Timeline
Start Date: 2021-07-01
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-01-13
More Contracts from Ansol Inc.
- 200604!060776!1700!n00039!space and Naval Warfare Systems !N0017805D4180 !A!N! !Y!NS01 ! !20060101!20061231!040446127!040446127!040446127!n!ansol, Inc !13766 Torrey Glenn Road !SAN Diego !ca!92129!66000!073!06!san Diego !SAN Diego !california!+000000144541!n!n!000000000000!r414!systems Engineering Services !S1 !services !000 !NOT Discernable !541330!E! !5!B!M! !A!D!20090331!B! ! !A! !a!n!u!2!021!b! !Z!N!Z! ! !n!b!n!n! ! !A! !a!a!000!a!b!n! ! ! ! !1700!N00039!0001! ! — $17.2M (Department of Defense)
- Enterprise Capability Integration Process Ecip Integration Tool SPA to 003 — $8.8M (General Services Administration)
- Progressive WEB Application (PWA) Small Business Innovation Research (sbir) Phase III Task Order (TO4) Award — $2.7M (General Services Administration)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)