GSA Awards $28.3M for Industrial Base Resilience to 202 Group LLC, Facing Limited Competition
Contract Overview
Contract Amount: $28,289,850 ($28.3M)
Contractor: 202 Group LLC
Awarding Agency: General Services Administration
Start Date: 2021-12-13
End Date: 2024-09-18
Contract Duration: 1,010 days
Daily Burn Rate: $28.0K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: INDUSTRIAL BASE RESILIENCE
Place of Performance
Location: WASHINGTON NAVY YARD, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20376
Plain-Language Summary
General Services Administration obligated $28.3 million to 202 GROUP LLC for work described as: INDUSTRIAL BASE RESILIENCE Key points: 1. Significant contract value of $28.3M awarded. 2. Limited competition raises questions about price discovery. 3. Potential risk associated with sole-source or limited competition. 4. Focus on Industrial Base Resilience suggests critical national security or economic importance.
Value Assessment
Rating: fair
The contract value of $28.3M is substantial. Without comparable contracts or detailed pricing breakdowns, assessing value for money is difficult. The limited competition suggests potential for overpayment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not available for full and open competition, indicating limited vendor participation. This approach may restrict price discovery and potentially lead to higher costs for the government.
Taxpayer Impact: The $28.3M expenditure represents taxpayer funds. Limited competition could mean taxpayers are not receiving the best possible price for the services rendered.
Public Impact
Taxpayers may be overpaying due to lack of robust competition. The specific nature of 'Industrial Base Resilience' impacts national security or economic stability. Dependence on a single or limited number of contractors could pose supply chain risks.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition
- Lack of transparency in pricing
- Potential for vendor lock-in
Positive Signals
- Addresses critical area of Industrial Base Resilience
- Long-term contract duration provides stability
Sector Analysis
The Software Publishers (NAICS 511210) sector is diverse. A $28.3M contract suggests a significant software or service component, potentially related to data analytics, cybersecurity, or specialized software development for resilience.
Small Business Impact
The data does not indicate whether small businesses were involved in this contract, either as prime contractors or subcontractors. Further investigation is needed to assess small business participation.
Oversight & Accountability
Oversight is crucial given the limited competition. The General Services Administration (GSA) should ensure rigorous performance monitoring and justification for the procurement method to ensure accountability.
Related Government Programs
- Software Publishers
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Lack of full and open competition
- Potential for inflated pricing
- Limited transparency on specific deliverables
- Risk of vendor lock-in
- Uncertainty regarding small business participation
Tags
software-publishers, general-services-administration, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $28.3 million to 202 GROUP LLC. INDUSTRIAL BASE RESILIENCE
Who is the contractor on this award?
The obligated recipient is 202 GROUP LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $28.3 million.
What is the period of performance?
Start: 2021-12-13. End: 2024-09-18.
What specific services or software are being procured under 'Industrial Base Resilience' to justify the $28.3M cost?
The specific services or software procured under 'Industrial Base Resilience' are not detailed in the provided data. This category could encompass a wide range of activities, from cybersecurity solutions protecting critical infrastructure to supply chain analysis tools, or even direct investments in domestic manufacturing capabilities. Understanding the precise nature of the deliverables is essential for a thorough value assessment.
How was the pricing determined if competition was limited, and what mechanisms are in place to ensure fair market value?
With limited competition, pricing determination relies heavily on negotiation and available market research. The government likely used historical data, cost-plus-incentive-fee structures, or benchmarked against similar, albeit potentially scarce, contracts. Robust oversight is needed to verify that the negotiated price reflects fair market value and that the contractor's costs are reasonable and allowable.
What are the long-term implications for the industrial base if this contract is not competitively bid in the future?
If future contracts for industrial base resilience are not competitively bid, it could stifle innovation and lead to sustained higher costs for the government. It may also create a dependency on the incumbent contractor, potentially reducing the overall capacity and diversity of the industrial base available to the government. This could ultimately weaken national security and economic resilience.
Industry Classification
NAICS: Information › Software Publishers › Software Publishers
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 47QFRA22Q0001
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1250 CONNECTICUT AVE NW STE 700, WASHINGTON, DC, 20036
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $28,486,371
Exercised Options: $28,486,371
Current Obligation: $28,289,850
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QFRA22D0001
IDV Type: IDC
Timeline
Start Date: 2021-12-13
Current End Date: 2024-09-18
Potential End Date: 2024-09-18 00:00:00
Last Modified: 2024-12-19
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)