GSA awards $15.6M IT support contract to Business Enabled Acquisition and Technology, Inc. for Texas-based services
Contract Overview
Contract Amount: $15,579,343 ($15.6M)
Contractor: Business Enabled Acquisition and Technology, Inc.
Awarding Agency: General Services Administration
Start Date: 2024-03-20
End Date: 2026-07-31
Contract Duration: 863 days
Daily Burn Rate: $18.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 28
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: AFCEC FMO IT SUPPORT SERVICES AWARD THESE ARE IN FACT IT COMMERCIAL SERVICES BUT FPDS BUSINESS/VALIDATION RULES PREVENT THAT SELECTION. AGENCY ADMIN AND FPDS CCB REP HAS BEEN NOTIFIED OF THIS ISSUE.
Place of Performance
Location: LACKLAND AFB, BEXAR County, TEXAS, 78236
State: Texas Government Spending
Plain-Language Summary
General Services Administration obligated $15.6 million to BUSINESS ENABLED ACQUISITION AND TECHNOLOGY, INC. for work described as: AFCEC FMO IT SUPPORT SERVICES AWARD THESE ARE IN FACT IT COMMERCIAL SERVICES BUT FPDS BUSINESS/VALIDATION RULES PREVENT THAT SELECTION. AGENCY ADMIN AND FPDS CCB REP HAS BEEN NOTIFIED OF THIS ISSUE. Key points: 1. Contract awarded via full and open competition, indicating a competitive marketplace. 2. The contract is for computer systems design services, a critical IT function. 3. A significant number of offerors (28) suggests strong market interest and potential for competitive pricing. 4. The contract duration of 863 days provides a stable period for service delivery. 5. The fixed-price contract type shifts performance risk to the contractor. 6. The award is a delivery order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle.
Value Assessment
Rating: good
The contract value of $15.6 million over approximately two years appears reasonable for IT support services, especially given the competitive nature of the award. Benchmarking against similar GSA IT support contracts would provide a more precise value-for-money assessment. The firm-fixed-price structure is generally favorable for the government when requirements are well-defined, as it caps costs and incentivizes contractor efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition after exclusion of sources, with 28 offerors submitting bids. This high level of competition is a positive indicator, suggesting that the government sought and received a broad range of proposals. The significant number of bidders likely contributed to price discovery and potentially drove down costs for the government.
Taxpayer Impact: The robust competition for this contract suggests taxpayers benefited from a fair market price and a wide selection of qualified vendors, minimizing the risk of overpayment.
Public Impact
The primary beneficiary is the General Services Administration (GSA), which will receive IT support services. Services include computer systems design, crucial for maintaining and improving federal IT infrastructure. The contract is geographically focused on Texas (ST: TX, SN: TEXAS). The contract supports the federal IT workforce by engaging a private sector contractor for specialized services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if services are highly specialized and difficult to transition.
- Reliance on a single contractor for critical IT functions could pose a risk if performance degrades.
- The FPDS business/validation rules issue noted in the data suggests potential data integrity concerns that need ongoing monitoring.
Positive Signals
- Awarded through full and open competition, indicating a healthy and accessible market.
- High number of bidders (28) suggests strong vendor interest and a competitive environment.
- Firm-fixed-price contract type aligns government cost expectations and transfers risk to the contractor.
- The contract is for IT support services, a fundamental requirement for federal operations.
Sector Analysis
This contract falls within the IT services sector, specifically computer systems design. The federal government is a major consumer of IT services, with spending in this area often driven by modernization efforts, cybersecurity needs, and the increasing reliance on digital infrastructure. Comparable spending benchmarks would typically be found within GSA's IT Schedule or similar government-wide acquisition contracts (GWACs) for IT services.
Small Business Impact
The data indicates this contract was not set aside for small businesses (SS: false, SB: false). Therefore, there are no direct subcontracting implications for small businesses arising from a set-aside. However, the prime contractor, Business Enabled Acquisition and Technology, Inc., may choose to subcontract portions of the work to small businesses as part of their overall business strategy, which could indirectly benefit the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily fall under the purview of the General Services Administration (GSA), specifically the Federal Acquisition Service (FAS). The contract's firm-fixed-price nature provides a degree of cost control. Transparency is facilitated through public contract databases like FPDS. Accountability measures would be embedded in the contract's performance work statement and monitored through regular performance reviews and reporting requirements.
Related Government Programs
- GSA IT Schedule
- Federal Civilian IT Modernization
- Computer Systems Design Services
- IT Support Services
Risk Flags
- FPDS Data Integrity Issue
- Potential for Vendor Lock-in
- Performance Risk for Critical IT Services
Tags
it-services, computer-systems-design, gsa, federal-acquisition-service, firm-fixed-price, full-and-open-competition, delivery-order, texas, large-contract, it-support
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $15.6 million to BUSINESS ENABLED ACQUISITION AND TECHNOLOGY, INC.. AFCEC FMO IT SUPPORT SERVICES AWARD THESE ARE IN FACT IT COMMERCIAL SERVICES BUT FPDS BUSINESS/VALIDATION RULES PREVENT THAT SELECTION. AGENCY ADMIN AND FPDS CCB REP HAS BEEN NOTIFIED OF THIS ISSUE.
Who is the contractor on this award?
The obligated recipient is BUSINESS ENABLED ACQUISITION AND TECHNOLOGY, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $15.6 million.
What is the period of performance?
Start: 2024-03-20. End: 2026-07-31.
What is the track record of Business Enabled Acquisition and Technology, Inc. with federal contracts, particularly in IT support services?
A review of federal procurement data would be necessary to fully assess the track record of Business Enabled Acquisition and Technology, Inc. This would involve examining past contract awards, performance evaluations (if publicly available), and any history of contract modifications, disputes, or terminations. Understanding their experience with similar IT support services, contract values, and agencies served would provide crucial context for evaluating their capability to perform on this $15.6 million award. Without specific historical data, it's difficult to definitively gauge their past performance and reliability.
How does the awarded price compare to market rates for similar IT support services in Texas?
To compare the awarded price to market rates, one would need to benchmark it against similar IT support contracts, considering factors like service scope, duration, and the specific IT competencies required. Data from GSA's IT Schedule, other government IT contracts, or even commercial IT service provider pricing in the Texas region would be relevant. Given the competitive award with 28 bidders, the price is likely within a reasonable range, but a detailed market analysis would be needed for a definitive comparison. The firm-fixed-price nature suggests the government aimed for cost certainty.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential performance issues by the contractor, the possibility of cost overruns if the fixed-price contract is poorly managed, and the risk of vendor lock-in. Mitigation strategies likely involve robust performance monitoring by GSA, clear contract deliverables, and defined service level agreements. The competitive nature of the award helps mitigate the risk of selecting an underqualified vendor. The FPDS data noting a 'business/validation rules' issue also highlights a potential risk related to data accuracy and system integrity that requires attention.
How effective is the competition level (28 bidders) in ensuring value for taxpayers on this contract?
A competition level of 28 bidders is generally considered very strong and highly effective in ensuring value for taxpayers. This high number of interested and capable vendors indicates a robust market for these IT support services. It provides the government with a wide selection of potential solutions and allows for significant price negotiation leverage. The intense competition likely drove down the final awarded price, reducing the risk of overpayment and ensuring that taxpayer funds are used efficiently for quality services.
What is the historical spending pattern for similar IT support services by the GSA or relevant agencies?
Analyzing historical spending patterns for similar IT support services by GSA and other federal agencies would reveal trends in contract values, durations, and types of services procured. This context is essential for understanding if the current $15.6 million award is consistent with past investments, or if it represents an increase or decrease in spending for comparable services. Such analysis could highlight shifts in technology needs, vendor market dynamics, or agency priorities over time, informing future procurement strategies and budget allocations.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - IT MANAGEMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QFNA23R0013
Offers Received: 28
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Business Enabled Acquisition and Technology Inc.
Address: 802 EAST QUINCY STREET, SAN ANTONIO, TX, 78215
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $398,657,345
Exercised Options: $63,321,382
Current Obligation: $15,579,343
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QTCB21D0301
IDV Type: GWAC
Timeline
Start Date: 2024-03-20
Current End Date: 2026-07-31
Potential End Date: 2030-01-31 00:00:00
Last Modified: 2025-09-30
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)