GSA Awards $4.1M Task Order to Illumination Works for Custom Computer Programming

Contract Overview

Contract Amount: $4,089,864 ($4.1M)

Contractor: Illumination Works, LLC

Awarding Agency: General Services Administration

Start Date: 2024-09-30

End Date: 2026-09-29

Contract Duration: 729 days

Daily Burn Rate: $5.6K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: DAAAS TASK ORDER 3

Place of Performance

Location: BEAVERCREEK, GREENE County, OHIO, 45431

State: Ohio Government Spending

Plain-Language Summary

General Services Administration obligated $4.1 million to ILLUMINATION WORKS, LLC for work described as: DAAAS TASK ORDER 3 Key points: 1. Contract Value: $4.1 million over 2 years. 2. Competition: Sole-source award, limiting price discovery. 3. Risk: Potential for overpayment due to lack of competition. 4. Sector: Information Technology (Custom Computer Programming).

Value Assessment

Rating: questionable

The contract is a firm-fixed-price delivery order. Without competitive bidding, it's difficult to assess if the $4.1 million price represents fair market value compared to similar custom programming services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded sole-source, meaning only one vendor was considered. This significantly limits price discovery and potentially leads to higher costs for taxpayers.

Taxpayer Impact: The lack of competition raises concerns about whether taxpayers are receiving the best possible value for this $4.1 million expenditure.

Public Impact

Taxpayers may be overpaying due to the sole-source nature of the award. Limited transparency into the pricing justification for this significant IT service contract. Potential for reduced innovation or service quality without competitive pressure.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award
  • Lack of competition
  • No small business participation noted

Positive Signals

  • Firm-fixed-price contract type can control costs if priced appropriately
  • Clear end date for service delivery

Sector Analysis

This contract falls within the IT sector, specifically custom computer programming services. Benchmarks for similar services vary widely based on complexity and required expertise, but competitive bidding is crucial for establishing fair pricing.

Small Business Impact

The data indicates this contract was not awarded to a small business (ss: false, sb: false). There is no indication of subcontracting opportunities for small businesses within this sole-source award.

Oversight & Accountability

Oversight is needed to ensure the GSA adequately justified the sole-source award and that the services provided meet the stated requirements and represent good value, despite the lack of competition.

Related Government Programs

  • Custom Computer Programming Services
  • General Services Administration Contracting
  • Federal Acquisition Service Programs

Risk Flags

  • Sole-source award limits competition and price discovery.
  • Potential for inflated costs due to lack of competitive bidding.
  • No small business participation identified.
  • High contract value warrants close scrutiny.
  • Transparency regarding justification for sole-source award is crucial.

Tags

custom-computer-programming-services, general-services-administration, oh, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $4.1 million to ILLUMINATION WORKS, LLC. DAAAS TASK ORDER 3

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 $4.1 million.

What is the period of performance?

Start: 2024-09-30. End: 2026-09-29.

What was the justification for awarding this contract sole-source, and how was the price determined to be fair and reasonable?

The justification for a sole-source award typically involves demonstrating that only one responsible source can provide the required services. This often occurs when there's a unique capability or urgent need. The price reasonableness is usually assessed through market research, historical pricing, or comparison to similar commercial items, though this is less robust without competitive bids.

What are the specific risks associated with a sole-source award for custom computer programming services?

The primary risks include paying a premium price due to the absence of competitive pressure, potentially receiving lower quality services, and limiting the government's access to innovative solutions offered by other qualified vendors. It also reduces transparency and accountability in the procurement process.

How can the effectiveness of the services provided under this contract be measured without a competitive baseline?

Effectiveness can be measured through clearly defined performance metrics, service level agreements (SLAs), and user feedback. The government should establish objective criteria for success and regularly monitor the contractor's performance against these benchmarks to ensure the services meet the intended requirements and deliver value.

Industry Classification

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

Product/Service Code: RESEARCH AND DEVELOPMENTC – National Defense R&D Services

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 47QFLA24Q0102

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: $6,742,949

Exercised Options: $4,089,864

Current Obligation: $4,089,864

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $88,160

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: 2024-09-30

Current End Date: 2026-09-29

Potential End Date: 2027-09-29 00:00:00

Last Modified: 2026-03-10

More Contracts from Illumination Works, LLC

View all Illumination Works, LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending