FAA Awards $3.6M to YESDI INC for Data Governance Software Support
Contract Overview
Contract Amount: $3,638,844 ($3.6M)
Contractor: Yesdi Inc
Awarding Agency: Department of Transportation
Start Date: 2023-09-20
End Date: 2026-09-24
Contract Duration: 1,100 days
Daily Burn Rate: $3.3K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: SUPPORT SERVICES TO PROVIDE CHIEF DATA OFFICE (CDO) WITH NECESSARY SUPPORT FOR COLLIBRA POWERED DATA GOVERNANCE CENTER (DGC) SOFTWARE TOOLSET
Place of Performance
Location: WESTMINSTER, CARROLL County, MARYLAND, 21157
State: Maryland Government Spending
Plain-Language Summary
Department of Transportation obligated $3.6 million to YESDI INC for work described as: SUPPORT SERVICES TO PROVIDE CHIEF DATA OFFICE (CDO) WITH NECESSARY SUPPORT FOR COLLIBRA POWERED DATA GOVERNANCE CENTER (DGC) SOFTWARE TOOLSET Key points: 1. Contract focuses on supporting the Chief Data Office's Collibra-powered Data Governance Center. 2. YESDI INC is the sole awardee, raising questions about competition. 3. The contract is a Time and Materials type, which can pose cost control risks. 4. Spending is within the custom computer programming services sector.
Value Assessment
Rating: fair
The contract value of $3.6M over approximately 3 years for specialized software support appears reasonable. However, without detailed task breakdowns and comparison to similar support contracts for Collibra or other data governance platforms, a precise valuation is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs compared to a competitive environment. The justification for sole-source is not provided.
Taxpayer Impact: The lack of competition may result in taxpayers paying a premium for these essential data governance support services.
Public Impact
Ensures continuity of operations for the FAA's Data Governance Center. Supports critical data management and compliance efforts within the agency. Potential for cost overruns due to Time and Materials pricing without strong oversight.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- Time and Materials contract type can lead to cost overruns.
- Lack of clear performance metrics or benchmarks for success.
Positive Signals
- Supports a critical function (Data Governance Center).
- Contract duration provides stability for support services.
Sector Analysis
This contract falls under Custom Computer Programming Services (NAICS 541511). Spending in this sector is substantial across the federal government, supporting various IT infrastructure and software needs. Benchmarks for similar data governance tool support are not readily available.
Small Business Impact
The contract was awarded to YESDI INC, which is not identified as a small business in the provided data. There is no indication of small business subcontracting goals.
Oversight & Accountability
Oversight will be crucial given the sole-source and Time and Materials nature of this contract. The FAA must ensure rigorous monitoring of hours, rates, and deliverables to manage costs effectively and ensure value for taxpayer money.
Related Government Programs
- Custom Computer Programming Services
- Department of Transportation Contracting
- Federal Aviation Administration Programs
Risk Flags
- Sole-source award limits competition.
- Time and Materials pricing structure.
- Potential for cost creep without strong oversight.
- Lack of transparency regarding justification for sole-source.
- No clear performance metrics provided.
Tags
custom-computer-programming-services, department-of-transportation, md, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $3.6 million to YESDI INC. SUPPORT SERVICES TO PROVIDE CHIEF DATA OFFICE (CDO) WITH NECESSARY SUPPORT FOR COLLIBRA POWERED DATA GOVERNANCE CENTER (DGC) SOFTWARE TOOLSET
Who is the contractor on this award?
The obligated recipient is YESDI INC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $3.6 million.
What is the period of performance?
Start: 2023-09-20. End: 2026-09-24.
What is the specific justification for awarding this contract sole-source, and what steps were taken to ensure fair and reasonable pricing?
The provided data does not include the justification for the sole-source award. Typically, this would involve demonstrating that only one source is capable of meeting the requirement or that exceptional circumstances exist. Without this justification, it's impossible to assess the fairness of the pricing process. Agencies should provide detailed documentation for sole-source awards to ensure accountability and transparency.
How will the FAA manage the Time and Materials contract to prevent cost overruns and ensure efficient service delivery?
Effective management of a Time and Materials (T&M) contract requires robust oversight. The FAA should implement strict monitoring of labor hours, establish clear ceilings for costs, define specific deliverables with acceptance criteria, and conduct regular performance reviews. Proactive communication with YESDI INC and a focus on task completion rather than just hours billed are essential to control costs and ensure value.
What are the key performance indicators (KPIs) for the support services provided under this contract, and how will their achievement be measured?
The provided data does not specify the KPIs for this contract. For effective oversight and value assessment, the FAA should have clearly defined KPIs related to the performance and availability of the Data Governance Center software toolset, response times for support requests, and successful implementation of any required updates or enhancements. Measuring these KPIs will be crucial to determine the contract's success.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 692M15-23-R-00023
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 60 W MAIN ST, WESTMINSTER, MD, 21157
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,496,721
Exercised Options: $3,638,844
Current Obligation: $3,638,844
Actual Outlays: $1,649,495
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-09-20
Current End Date: 2026-09-24
Potential End Date: 2026-09-24 00:00:00
Last Modified: 2026-03-06
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)