GSA Awards $5.26M Task Order for Daaas Task Order 02 PIC Fusion 20 to Illumination Works, LLC
Contract Overview
Contract Amount: $5,262,876 ($5.3M)
Contractor: Illumination Works, LLC
Awarding Agency: General Services Administration
Start Date: 2024-04-01
End Date: 2026-03-31
Contract Duration: 729 days
Daily Burn Rate: $7.2K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: DAAAS TASK ORDER 02 PIC FUSION 20
Place of Performance
Location: DAYTON, GREENE County, OHIO, 45433
State: Ohio Government Spending
Plain-Language Summary
General Services Administration obligated $5.3 million to ILLUMINATION WORKS, LLC for work described as: DAAAS TASK ORDER 02 PIC FUSION 20 Key points: 1. Value for money appears fair given the fixed-price nature of the contract. 2. Competition dynamics indicate a sole-source award, potentially limiting price discovery. 3. Risk indicators are moderate, with a fixed-price contract and a defined period of performance. 4. Performance context is for custom computer programming services. 5. Sector positioning is within IT services, specifically custom programming. 6. The contract duration is two years, aligning with typical task order lengths.
Value Assessment
Rating: fair
The contract's fixed-price structure provides cost certainty for the government. Benchmarking against similar custom computer programming services is challenging without more detailed scope information. However, the total value of $5.26 million over two years suggests a moderate annual spend. Further analysis would require comparing the specific deliverables and labor categories to industry standards and other government contracts for similar services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when a specific contractor possesses unique capabilities or when urgency dictates a rapid award. The lack of competition means that the government did not benefit from a bidding process that could have driven down prices through market forces.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as there is no direct price competition to ensure the best value is achieved.
Public Impact
The primary beneficiary is the agency receiving custom computer programming services to support its operations. The services delivered are expected to enhance or develop specific IT functionalities. The geographic impact is likely concentrated in Ohio, where the contractor is located. Workforce implications may include the employment of skilled IT professionals by ILLUMINATION WORKS, LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing opportunities.
- Lack of detailed scope makes value-for-money assessment difficult.
- Potential for cost overruns if scope is not tightly managed.
Positive Signals
- Fixed-price contract provides cost certainty.
- Defined period of performance limits duration of commitment.
- Award to a single vendor can expedite service delivery.
Sector Analysis
This contract falls within the Information Technology (IT) sector, specifically custom computer programming services. The IT services market is vast and highly competitive, with numerous firms offering specialized development capabilities. The General Services Administration (GSA) frequently procures such services to support various federal agencies. Benchmarking this contract's value against the broader IT services market requires detailed understanding of the specific technical requirements and labor mix.
Small Business Impact
This contract was not awarded as a small business set-aside, and there is no indication of subcontracting requirements for small businesses. Therefore, it does not directly contribute to the government's small business contracting goals through this specific award. The impact on the small business ecosystem is neutral, as it does not create new opportunities or divert existing ones.
Oversight & Accountability
Oversight for this task order will be managed by the General Services Administration (GSA), likely through the Federal Acquisition Service. Accountability measures are embedded in the firm fixed-price contract, requiring the contractor to deliver specified services within the agreed-upon budget. Transparency is facilitated by the public availability of contract awards, though detailed performance metrics may not be publicly disclosed.
Related Government Programs
- DAAAS Task Orders
- Custom Computer Programming Services
- GSA Federal Acquisition Service Contracts
Risk Flags
- Sole-source award
- Limited competition
Tags
it, general-services-administration, ohio, task-order, firm-fixed-price, sole-source, custom-computer-programming-services, illumination-works-llc, federal-acquisition-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $5.3 million to ILLUMINATION WORKS, LLC. DAAAS TASK ORDER 02 PIC FUSION 20
Who is the contractor on this award?
The obligated recipient is ILLUMINATION WORKS, LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $5.3 million.
What is the period of performance?
Start: 2024-04-01. End: 2026-03-31.
What is the track record of ILLUMINATION WORKS, LLC in delivering custom computer programming services to the federal government?
Assessing the track record of ILLUMINATION WORKS, LLC requires a review of their past performance on federal contracts. This would involve examining contract databases for previous awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any reported issues or successes. Without access to this specific data, it's difficult to provide a detailed assessment. However, the fact that they were awarded this task order suggests they have met some level of qualification or existing relationship with the GSA or the requiring agency. Further investigation into their past performance would be crucial for a comprehensive understanding of their reliability and capability in delivering similar services.
How does the $5.26 million value compare to similar custom computer programming contracts awarded by GSA?
Comparing the $5.26 million value of this task order to similar contracts requires access to a broader dataset of GSA's custom computer programming awards. The total value over two years suggests an average annual spend of approximately $2.63 million. This figure needs to be contextualized by the complexity and scope of the services. For instance, contracts involving advanced software development, integration of multiple systems, or specialized security protocols would naturally command higher prices than simpler programming tasks. Benchmarking would ideally involve looking at contracts with similar North American Industry Classification System (NAICS) codes (like 541511) and similar contract durations and delivery locations. Without this comparative data, it's challenging to definitively state whether this represents a competitive price point.
What are the primary risks associated with this sole-source award for DAAAS TASK ORDER 02 PIC FUSION 20?
The primary risk associated with this sole-source award is the potential for a lack of competitive pricing. When a contract is not competed, the government may not achieve the best possible price for the services rendered, as there is no market pressure from competing vendors. Another risk is contractor performance; while the fixed-price nature mitigates cost overrun risks for the government, the quality and timeliness of the delivered services are still dependent on the contractor's capabilities and commitment. If ILLUMINATION WORKS, LLC underperforms, the agency may face delays or suboptimal outcomes. Finally, there's a risk of vendor lock-in if the services are highly specialized and difficult to transition to another provider in the future.
How effective is the firm fixed-price contract type in ensuring program effectiveness for custom programming?
A firm fixed-price (FFP) contract type is generally effective in ensuring program effectiveness for custom programming when the scope of work is well-defined and unlikely to change significantly. It places the responsibility on the contractor to manage costs and deliver the specified services within the agreed-upon price. This incentivizes efficiency and reduces the risk of cost overruns for the government. However, for highly innovative or evolving custom programming projects where requirements might shift, an FFP contract can be less flexible. In such cases, if changes are needed, they often require formal contract modifications, which can be time-consuming and may lead to price adjustments. The effectiveness hinges on the clarity of the initial SOW and the contractor's ability to meet those defined requirements.
What are the historical spending patterns for custom computer programming services by the General Services Administration?
The General Services Administration (GSA) is a significant procurer of IT services, including custom computer programming, across various federal agencies. Historical spending patterns show a consistent and substantial investment in this category, driven by the ongoing need for agencies to modernize systems, develop new applications, and maintain existing software infrastructure. GSA's Federal Acquisition Service (FAS) manages numerous indefinite-delivery/indefinite-quantity (IDIQ) contracts and task orders that fall under NAICS code 541511. Spending in this area tends to fluctuate based on agency modernization initiatives, cybersecurity needs, and the adoption of new technologies. Overall, GSA's spending on custom programming reflects the broader federal government's reliance on specialized IT support to achieve its mission objectives.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: RESEARCH AND DEVELOPMENT › C – National Defense R&D Services
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 47QFLA24Q0085
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2689 COMMONS BLVD STE 120, BEAVERCREEK, OH, 45431
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,577,085
Exercised Options: $5,992,842
Current Obligation: $5,262,876
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QFLA23D0003
IDV Type: IDC
Timeline
Start Date: 2024-04-01
Current End Date: 2026-03-31
Potential End Date: 2029-03-31 00:00:00
Last Modified: 2026-03-31
More Contracts from Illumination Works, LLC
- Data Analytics AS a Service Daaas Sbir Phase III Task Order 01 — $5.2M (General Services Administration)
- Daaas Task Order 3 — $4.1M (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)