Transportation awards $17.9M for navigation services, with ABSS SOLUTIONS INC as prime contractor

Contract Overview

Contract Amount: $17,909,689 ($17.9M)

Contractor: Abss Solutions Inc

Awarding Agency: Department of Transportation

Start Date: 2019-08-02

End Date: 2023-06-30

Contract Duration: 1,428 days

Daily Burn Rate: $12.5K/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: THIS PROCUREMENT INCLUDES REQUIREMENTS TO SUPPORT AJV-8 IN SATISFYING ITS CONTINUING NAVIGATION SERVICES MISSION.

Place of Performance

Location: UPPER MARLBORO, PRINCE GEORGES County, MARYLAND, 20772

State: Maryland Government Spending

Plain-Language Summary

Department of Transportation obligated $17.9 million to ABSS SOLUTIONS INC for work described as: THIS PROCUREMENT INCLUDES REQUIREMENTS TO SUPPORT AJV-8 IN SATISFYING ITS CONTINUING NAVIGATION SERVICES MISSION. Key points: 1. Value for money appears fair given the contract duration and scope. 2. Competition dynamics indicate a BPA call, suggesting pre-negotiated terms. 3. Risk indicators are moderate, with a Time and Materials pricing structure. 4. Performance context is tied to critical navigation services for AJV-8. 5. Sector positioning is within IT services, specifically custom computer programming.

Value Assessment

Rating: fair

The contract's total value of $17.9 million over approximately four years suggests a moderate annual spend. Without specific benchmarks for navigation services IT support, a direct value-for-money assessment is challenging. However, the Time and Materials pricing structure can sometimes lead to cost overruns if not closely managed, which warrants attention. Comparing this to similar IT support contracts within the Department of Transportation or FAA would provide better context for pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was competed under SAP (Small Acquisition Procedures) and awarded as a BPA Call. This indicates that a broader contract vehicle (Blanket Purchase Agreement) was already in place, and this call likely involved a limited number of pre-qualified vendors. While not a full and open competition, it suggests some level of vetting and potentially competitive pricing within the established BPA framework.

Taxpayer Impact: The limited competition through a BPA call means taxpayers may not have benefited from the widest possible price discovery. However, it can also lead to faster award times and potentially pre-negotiated favorable rates if the BPA itself was competitively sourced.

Public Impact

The primary beneficiary is the Federal Aviation Administration (FAA) and its AJV-8 mission. Services delivered include essential support for continuing navigation services. The geographic impact is likely concentrated where AJV-8 operations are critical. Workforce implications involve IT professionals supporting specialized government functions.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology sector, specifically custom computer programming services (NAICS 541511). The market for IT services supporting federal agencies is substantial, with significant spending allocated to software development, system integration, and ongoing operational support. This contract represents a portion of the FAA's investment in maintaining and enhancing its critical navigation infrastructure, a key area within the broader transportation technology market.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a BPA Call, it's possible that subcontracting opportunities for small businesses could exist if ABSS SOLUTIONS INC utilizes them. However, without explicit set-aside requirements or reporting on subcontracting, the direct impact on the small business ecosystem is unclear and likely minimal unless proactively pursued by the prime contractor.

Oversight & Accountability

Oversight would typically be managed by the contracting officer and program managers within the FAA. Accountability measures are inherent in the contract's performance requirements and delivery schedules. Transparency is facilitated through contract databases like FPDS, though detailed operational performance metrics may not be publicly disclosed. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

it, transportation, faa, department-of-transportation, custom-computer-programming-services, competed-under-sap, bpa-call, time-and-materials, navigation-services, maryland, medium-value

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $17.9 million to ABSS SOLUTIONS INC. THIS PROCUREMENT INCLUDES REQUIREMENTS TO SUPPORT AJV-8 IN SATISFYING ITS CONTINUING NAVIGATION SERVICES MISSION.

Who is the contractor on this award?

The obligated recipient is ABSS SOLUTIONS INC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $17.9 million.

What is the period of performance?

Start: 2019-08-02. End: 2023-06-30.

What is the specific nature of the 'navigation services' supported by this contract?

The provided data indicates the contract supports 'AJV-8 in satisfying its continuing navigation services mission.' While the exact nature of AJV-8 is not detailed, in the context of the Federal Aviation Administration (FAA), it likely pertains to critical systems that ensure safe and efficient air travel. This could encompass a range of services, from maintaining existing navigation infrastructure (like radar, GPS augmentation systems, or communication beacons) to supporting the development or integration of new navigation technologies. The 'continuing' aspect suggests ongoing operational support, maintenance, and potentially upgrades to ensure the reliability and effectiveness of these vital services for air traffic management.

How does the Time and Materials (T&M) pricing structure compare to other IT support contracts for similar services?

Time and Materials (T&M) contracts are often used when the scope of work is not clearly defined or is expected to change, allowing flexibility. However, they carry a higher risk of cost overruns compared to fixed-price contracts because the government pays for the actual labor hours and materials used. For IT support services, especially those involving custom programming or evolving system needs, T&M can be appropriate. Benchmarking against similar FAA or DOT IT support contracts would reveal if the hourly rates and material markups are competitive. Without such benchmarks, it's difficult to definitively assess value, but the inherent risk of T&M necessitates robust oversight to control costs and ensure efficient service delivery.

What is ABSS SOLUTIONS INC's track record with the Federal Aviation Administration or Department of Transportation?

ABSS SOLUTIONS INC has a history of contracting with the federal government, including the Department of Transportation (DOT) and its agencies like the Federal Aviation Administration (FAA). The provided data shows this specific contract (awarded as a BPA Call) was with the FAA. Examining their broader contract history within these agencies would reveal the types of services they have provided, their performance ratings (if available), and the total value of contracts awarded. A positive track record with the FAA suggests familiarity with their systems, processes, and mission requirements, which can be a positive indicator for contract performance. Conversely, any past performance issues would be a risk factor.

What are the potential risks associated with a BPA Call award for navigation services?

A primary risk with a Blanket Purchase Agreement (BPA) Call award is the potential for limited competition. While the BPA itself might have been competitively awarded, individual calls under it may be issued to a pre-selected group of vendors, potentially excluding others who could offer better pricing or innovative solutions. For critical services like navigation, this limited competition could mean the government doesn't achieve the best possible value. Additionally, if the BPA's terms are not regularly reviewed or re-competed, the pricing might become outdated. Ensuring the BPA mechanism itself was robustly competed and that call orders are managed diligently is key to mitigating these risks.

How has federal spending on custom computer programming services (NAICS 541511) trended in recent years, and how does this contract fit?

Federal spending on custom computer programming services (NAICS 541511) has generally seen a consistent or increasing trend over recent years, driven by the ongoing need for digital transformation, modernization of legacy systems, and development of new IT capabilities across government agencies. Agencies like the Department of Transportation and the FAA are significant spenders in this category to support everything from air traffic control systems to administrative functions. This $17.9 million contract represents a specific investment within this broader trend, focused on a critical operational need for navigation services. It aligns with the government's overall strategy to leverage technology for improved service delivery and mission accomplishment.

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: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 5804 LOWERY LN, UPPER MARLBORO, MD, 20772

Business Categories: 8(a) Program Participant, Black American Owned Business, 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, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $17,924,377

Exercised Options: $17,924,377

Current Obligation: $17,909,689

Actual Outlays: $17,909,689

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: DTFAWA11A00123

IDV Type: BPA

Timeline

Start Date: 2019-08-02

Current End Date: 2023-06-30

Potential End Date: 2023-06-30 00:00:00

Last Modified: 2025-11-17

More Contracts from Abss Solutions Inc

View all Abss Solutions Inc federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending