Transportation awards $3.1M IT services contract to Boyd Caton Group Inc. for custom programming

Contract Overview

Contract Amount: $3,100,795 ($3.1M)

Contractor: Boyd Caton Group Inc

Awarding Agency: Department of Transportation

Start Date: 2025-09-29

End Date: 2026-09-28

Contract Duration: 364 days

Daily Burn Rate: $8.5K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: LABOR HOURS

Sector: IT

Official Description: SSOP-AUDITS BPA CALL ORDER BOYD CATON GROUP

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $3.1 million to BOYD CATON GROUP INC for work described as: SSOP-AUDITS BPA CALL ORDER BOYD CATON GROUP Key points: 1. Contract value appears reasonable for the scope of custom computer programming services. 2. Full and open competition was utilized, suggesting a competitive pricing environment. 3. The contract duration is one year, indicating a focused project timeline. 4. IT services are critical for modernizing government operations and improving efficiency. 5. The award falls within the custom computer programming services sector.

Value Assessment

Rating: good

The contract value of $3.1 million for a one-year period for custom computer programming services seems within a reasonable range for specialized IT support. Benchmarking against similar federal contracts for custom development work would provide a more precise assessment, but the absence of extensive modifications or options suggests a well-defined scope. The pricing structure, likely based on labor hours, allows for flexibility but requires diligent oversight to ensure cost-effectiveness.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. This method typically fosters a competitive environment, encouraging multiple bidders to present their best pricing and technical solutions. The specific number of bidders is not provided, but the chosen procurement method suggests a robust selection process aimed at achieving best value for the government.

Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down prices through market forces and ensuring the government receives high-quality services at a competitive cost.

Public Impact

Federal Transit Administration (FTA) staff will benefit from enhanced IT capabilities. Custom computer programming services will be delivered to support agency operations. The geographic impact is primarily within Washington D.C., where the agency is located. The contract supports the IT workforce by engaging a specialized service provider.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Positive Signals

  • Awarded under full and open competition, indicating a fair and accessible process.
  • Contract is for a defined period (1 year), suggesting a focused scope and budget.
  • The contractor, Boyd Caton Group Inc., is a known entity in the IT services space.

Sector Analysis

The IT services sector, particularly custom computer programming, is a significant area of federal spending. Agencies increasingly rely on specialized software development and IT support to maintain and modernize their systems. This contract for custom programming services fits within the broader IT services market, which is characterized by a mix of large and small businesses offering a wide range of solutions. Federal spending in this area often benchmarks against commercial IT rates, adjusted for government requirements.

Small Business Impact

The contract was not set aside for small businesses, and the data indicates the awardee is not a small business. This means opportunities for small business subcontracting are not mandated by this specific award. The impact on the small business ecosystem is neutral in terms of direct set-aside benefits, but it highlights the competitive landscape for IT services where larger firms also participate.

Oversight & Accountability

Oversight for this contract will likely be managed by the Federal Transit Administration's contracting officers and program managers. Accountability measures are embedded in the contract terms, including performance standards and payment schedules tied to deliverables. Transparency is facilitated through federal procurement databases where contract awards are reported. Inspector General jurisdiction may apply if any fraud, waste, or abuse is suspected.

Related Government Programs

  • IT Professional Services
  • Custom Software Development
  • IT Services for Transportation Agencies
  • BPA Call Orders

Risk Flags

  • Potential for scope creep in custom development projects.
  • Reliance on contractor's technical expertise and performance.
  • Need for diligent oversight of labor hours to ensure cost control.

Tags

it-services, custom-computer-programming, department-of-transportation, federal-transit-administration, bpa-call-order, full-and-open-competition, labor-hours, district-of-columbia, it-modernization, software-development

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $3.1 million to BOYD CATON GROUP INC. SSOP-AUDITS BPA CALL ORDER BOYD CATON GROUP

Who is the contractor on this award?

The obligated recipient is BOYD CATON GROUP INC.

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Transit Administration).

What is the total obligated amount?

The obligated amount is $3.1 million.

What is the period of performance?

Start: 2025-09-29. End: 2026-09-28.

What is the track record of Boyd Caton Group Inc. with federal contracts, particularly in IT services?

Boyd Caton Group Inc. has a history of performing federal contracts, primarily within the IT services domain. While specific details on past performance metrics for this particular contract vehicle are not immediately available from the provided data, their presence in the federal contracting space suggests experience in navigating government procurement processes and delivering IT solutions. Further analysis would involve reviewing their past performance evaluations (e.g., CPARS) and the types of IT services they have previously provided to various federal agencies to assess their reliability and expertise in areas like custom computer programming.

How does the awarded amount of $3.1 million compare to similar custom computer programming contracts?

The awarded amount of $3.1 million for a one-year contract for custom computer programming services is a moderate figure within the federal IT landscape. To provide a precise comparison, one would need to benchmark against contracts with similar scope, complexity, and duration, awarded by agencies like the Department of Transportation or other entities requiring custom software development. Factors such as the specific technologies used, the level of expertise required, and the geographic location of service delivery influence pricing. Without detailed comparative data, it's reasonable to assume this amount reflects the market rate for specialized IT development services over a 364-day period.

What are the primary risks associated with this type of IT services contract?

Key risks for this IT services contract include scope creep, where project requirements expand beyond the initial agreement, leading to cost overruns and schedule delays. Another risk is the potential for technical challenges or the contractor's inability to deliver the custom programming solutions as specified, impacting the agency's operational goals. Furthermore, reliance on a single contractor for critical custom development can pose a risk if performance issues arise or if the contractor faces financial instability. Ensuring clear communication, robust project management, and well-defined performance metrics are crucial for mitigating these risks.

How effective is the Federal Transit Administration in managing its IT service contracts?

Assessing the overall effectiveness of the Federal Transit Administration (FTA) in managing its IT service contracts requires a broader analysis of their procurement history, contract performance data (like CPARS), and the outcomes of IT modernization efforts. The FTA, like many federal agencies, relies heavily on external IT support to achieve its mission. Their effectiveness can be gauged by factors such as timely contract completion, adherence to budget, successful implementation of IT solutions, and the overall satisfaction of end-users. The current award, being a BPA Call Order under full and open competition, suggests a structured approach to acquiring necessary IT services.

What are the historical spending patterns for custom computer programming services within the Department of Transportation?

Historical spending patterns for custom computer programming services within the Department of Transportation (DOT) indicate a consistent and significant investment in IT modernization and support. Over the past several fiscal years, the DOT has allocated substantial funds towards acquiring specialized IT services to enhance its various operating administrations, including the Federal Transit Administration. This spending is driven by the need to develop and maintain complex systems for transportation management, data analysis, and public services. Analyzing trends would reveal fluctuations based on agency priorities, technological advancements, and specific project requirements, but the overall trajectory points towards sustained demand for such services.

Industry Classification

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

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Address: 300 PRESTON AVE STE 401, CHARLOTTESVILLE, VA, 22902

Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business

Financial Breakdown

Contract Ceiling: $3,100,795

Exercised Options: $3,100,795

Current Obligation: $3,100,795

Actual Outlays: $6,464

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 69319525A000012

IDV Type: BPA

Timeline

Start Date: 2025-09-29

Current End Date: 2026-09-28

Potential End Date: 2026-09-28 00:00:00

Last Modified: 2026-02-11

More Contracts from Boyd Caton Group Inc

View all Boyd Caton Group Inc federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending