GSA's $3.7M IT contract for SGLI online enrollment system sustainment awarded to Peraton Enterprise Solutions
Contract Overview
Contract Amount: $3,707,641 ($3.7M)
Contractor: Peraton Enterprise Solutions LLC
Awarding Agency: General Services Administration
Start Date: 2020-09-21
End Date: 2026-03-20
Contract Duration: 2,006 days
Daily Burn Rate: $1.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: DMDC ITPS BPA CALL #13 SERVICEMEMBERS GROUP LIFE INSURANCE (SGLI) ON-LINE ENROLLMENT SYSTEM (SOES) SUSTAINMENT
Place of Performance
Location: SEASIDE, MONTEREY County, CALIFORNIA, 93955
Plain-Language Summary
General Services Administration obligated $3.7 million to PERATON ENTERPRISE SOLUTIONS LLC for work described as: DMDC ITPS BPA CALL #13 SERVICEMEMBERS GROUP LIFE INSURANCE (SGLI) ON-LINE ENROLLMENT SYSTEM (SOES) SUSTAINMENT Key points: 1. Contract supports critical Servicemembers' Group Life Insurance (SGLI) online enrollment system. 2. Awarded through a full and open competition, indicating broad market engagement. 3. Fixed-price contract type suggests defined scope and cost control. 4. Long-term sustainment (over 6 years) implies a need for stable, ongoing support. 5. Contractor has a history of performing IT services for the federal government. 6. Geographic location of performance is California.
Value Assessment
Rating: good
The contract value of approximately $3.7 million over its duration appears reasonable for sustaining a critical IT system like the SGLI online enrollment platform. Benchmarking against similar IT sustainment contracts for government-wide systems suggests this is within a typical range, especially considering the fixed-price nature which often implies a degree of cost certainty. The General Services Administration (GSA) is experienced in procuring such services, lending confidence to the value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition, meaning all responsible sources were permitted to submit offers. The presence of 3 bidders indicates a competitive environment, which generally leads to better price discovery and potentially more innovative solutions. The level of competition suggests that the government was able to solicit proposals from multiple capable vendors, fostering a healthy market dynamic.
Taxpayer Impact: A full and open competition allows taxpayers to benefit from potentially lower prices and higher quality services due to vendor rivalry. It ensures that government funds are used efficiently by selecting the best value offer.
Public Impact
Servicemembers and their families benefit from a reliable and accessible online system for managing life insurance. The contract ensures the continuous operation and maintenance of the SGLI Online Enrollment System (SOES). Performance is located in California, potentially impacting the local IT workforce. The sustainment of this system is crucial for the Department of Defense's personnel support functions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if sustainment requirements are not carefully managed over the long term.
- Reliance on a single contractor for a critical system could pose risks if performance degrades.
- Ensuring adequate technical expertise transfer and knowledge management within the contractor team is important.
Positive Signals
- Awarded through full and open competition, suggesting a robust selection process.
- Fixed-price contract type provides cost predictability for the government.
- Contractor has experience in IT services, indicating a baseline level of capability.
- Long-term nature of the contract allows for stable system support and development.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on computing infrastructure, data processing, and web hosting. The market for IT sustainment services is substantial, with numerous vendors capable of providing these solutions. This particular contract addresses a niche but critical need within the defense and veterans affairs space, ensuring the operational readiness of a vital benefits system. Comparable spending benchmarks for similar government IT sustainment contracts vary widely based on system complexity and scope, but this award appears to be within a reasonable range for its stated purpose.
Small Business Impact
The contract was not set aside for small businesses, and the data indicates no small business subcontracting requirements were mandated. This suggests that the primary award went to a large business, and opportunities for small businesses would likely be through direct subcontracting by the prime contractor, Peraton Enterprise Solutions LLC. The absence of a specific set-aside or subcontracting plan means the direct impact on the small business ecosystem for this specific award is likely minimal, though Peraton may engage small businesses independently.
Oversight & Accountability
Oversight for this contract is likely managed by the General Services Administration (GSA) through its Federal Acquisition Service. Accountability measures are inherent in the firm-fixed-price contract type, which obligates the contractor to deliver specified services within agreed-upon costs. Transparency is generally maintained through contract award databases and reporting requirements. The specific Inspector General jurisdiction would typically align with the contracting agency, in this case, GSA's Office of Inspector General.
Related Government Programs
- Servicemembers' Group Life Insurance (SGLI)
- Veterans Affairs IT Services
- Defense Personnel Support Systems
- GSA IT Schedule Contracts
- Online Government Portals
Risk Flags
- Long-term contract duration may increase risk of vendor lock-in.
- Reliance on a single contractor for a critical system requires diligent oversight.
- Cybersecurity risks inherent in any online system require continuous monitoring and mitigation.
Tags
it, gsa, general-services-administration, peraton-enterprise-solutions-llc, firm-fixed-price, full-and-open-competition, bpa-call, sglis, online-enrollment-system, sustainment, california, it-services
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3.7 million to PERATON ENTERPRISE SOLUTIONS LLC. DMDC ITPS BPA CALL #13 SERVICEMEMBERS GROUP LIFE INSURANCE (SGLI) ON-LINE ENROLLMENT SYSTEM (SOES) SUSTAINMENT
Who is the contractor on this award?
The obligated recipient is PERATON ENTERPRISE SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $3.7 million.
What is the period of performance?
Start: 2020-09-21. End: 2026-03-20.
What is the track record of Peraton Enterprise Solutions LLC in performing similar IT sustainment contracts for the federal government?
Peraton Enterprise Solutions LLC, and its parent company Peraton, have a significant track record in providing IT services to the federal government, including sustainment, modernization, and cybersecurity solutions across various agencies like the Department of Defense, NASA, and the Department of Homeland Security. They have experience managing complex IT infrastructures and critical systems. While specific performance metrics for this particular SGLI contract are not detailed here, Peraton's broader portfolio suggests they possess the necessary capabilities. Past performance evaluations, often part of the federal procurement process, would provide more granular insights into their reliability and quality of service on previous, comparable contracts.
How does the pricing of this contract compare to similar IT sustainment contracts for government-wide systems?
The total contract value of approximately $3.7 million over roughly six years (September 2020 to March 2026) translates to an average annual cost of about $618,000. This figure appears competitive when benchmarked against similar IT sustainment contracts for essential government systems. Factors influencing price include the complexity of the system, the criticality of its function, the required service levels (SLAs), and the specific IT infrastructure involved. Given that this contract is firm-fixed-price and was awarded under full and open competition, the pricing is likely a result of competitive market forces and represents a reasonable value for ensuring the continuous operation of the SGLI Online Enrollment System.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential performance degradation by the contractor, cybersecurity vulnerabilities within the system, and the possibility of cost overruns if the fixed-price scope is not well-defined or managed. Mitigation strategies likely involve robust performance monitoring by GSA, adherence to strict cybersecurity protocols mandated by federal regulations, and clear contract terms defining deliverables and acceptance criteria. The long-term nature of the contract also necessitates proactive risk management, including contingency planning for potential contractor issues and ensuring knowledge transfer to prevent vendor lock-in. Regular reviews and audits would further help identify and address risks.
How effective is the SGLI Online Enrollment System (SOES) sustainment likely to be under this contract?
The effectiveness is expected to be high, given the contract's focus on sustainment, which implies maintaining and improving the existing system's functionality, reliability, and security. The award to Peraton, a company with significant IT experience, and the use of a firm-fixed-price contract suggest a commitment to delivering consistent service. The system's criticality for servicemembers' life insurance management underscores the importance placed on its effective operation. Continuous monitoring and potential for system enhancements under the contract should ensure its ongoing effectiveness in serving its user base.
What are the historical spending patterns for the SGLI Online Enrollment System sustainment?
The provided data indicates this is a BPA Call awarded in September 2020 with an end date in March 2026. The total value is $3,707,640.70. Without historical data prior to this BPA Call, it's difficult to establish long-term spending patterns. However, the duration and value suggest a consistent need for sustainment services. To understand historical patterns, one would need to examine previous contracts or task orders related to the SGLI Online Enrollment System's maintenance and support before this BPA Call was established. This contract represents the current spending trajectory for this specific sustainment effort.
What is the significance of the 'Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services' NAICS code for this contract?
The NAICS code 518210, 'Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services,' is highly relevant as it defines the core services being procured. This code encompasses the provision of infrastructure for hosting, data processing, and related services, which are essential for maintaining an online enrollment system like SOES. It signifies that the contract covers the underlying technological backbone, including servers, storage, networking, and potentially cloud services, necessary for the system's operation, availability, and performance. This classification helps categorize the contract within the broader IT services market and guides the type of vendors that would be qualified to bid.
Industry Classification
NAICS: Information › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: ID03200013
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Contractor Details
Address: 13600 EDS DR A3S, HERNDON, VA, 20171
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $8,438,699
Exercised Options: $3,805,519
Current Obligation: $3,707,641
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS03Q17DSA0008
IDV Type: BPA
Timeline
Start Date: 2020-09-21
Current End Date: 2026-03-20
Potential End Date: 2026-03-20 00:00:00
Last Modified: 2026-01-26
More Contracts from Peraton Enterprise Solutions LLC
- Federal Contract — $1.2B (Department of Health and Human Services)
- Other ADP & Telecommunications Services — $771.5M (Department of Defense)
- THE Agency Consolidated End-User Services (aces)contract Will Provide and Manage Nasa's Personal Computing Hardware, Agency Standard Software, Mobile IT Services, Peripherals and Accessories, Associated End-User Services, and Supporting Infrastructure — $769.2M (National Aeronautics and Space Administration)
- THE Above Solicitation Number IS a Continuation of Solicitation Numbers Hshqdc-07-Q-00050a and Hshqdc-07-Q-00050b. This Number IS for the Down Select Process and Shall Start With Base Notice Even Though ALL Amendments ARE Attached From Phase ONE — $749.5M (Department of Homeland Security)
- Other ADP & Telecommunications Services — $674.7M (Department of Defense)
View all Peraton Enterprise Solutions LLC federal contracts →
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)