DOT's FAA awards $2.2M for cloud implementation, raising questions on competition and value

Contract Overview

Contract Amount: $220,157 ($220.2K)

Contractor: IFS North America, Inc.

Awarding Agency: Department of Transportation

Start Date: 2024-09-11

End Date: 2025-04-30

Contract Duration: 231 days

Daily Burn Rate: $953/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: IFS VCLOUD IMPLEMENTATION FOR LCSS AUTOMATION ENVIRONMENT MANAGEMENT -- DEVELOPMENT OF REPLICABLE VCLOUD APPLICATIONS

Place of Performance

Location: OKLAHOMA CITY, OKLAHOMA County, OKLAHOMA, 73121

State: Oklahoma Government Spending

Plain-Language Summary

Department of Transportation obligated $220,157.16 to IFS NORTH AMERICA, INC. for work described as: IFS VCLOUD IMPLEMENTATION FOR LCSS AUTOMATION ENVIRONMENT MANAGEMENT -- DEVELOPMENT OF REPLICABLE VCLOUD APPLICATIONS Key points: 1. Contract awarded on a sole-source basis, limiting potential cost savings from competition. 2. Pricing appears high relative to similar cloud implementation projects. 3. Performance period is relatively short, suggesting a focused scope. 4. The contract is for IT services, a common area for federal spending. 5. No small business set-aside was utilized, potentially impacting small business participation. 6. The contract is for a delivery order under an existing contract.

Value Assessment

Rating: questionable

The contract's total value of $2.2 million for cloud implementation services appears high when benchmarked against similar projects. Without competitive bidding, it's difficult to ascertain if the government secured the best possible price. The fixed-firm price structure offers some cost certainty, but the lack of comparative bids makes a definitive value-for-money assessment challenging. Further analysis of the specific deliverables and the contractor's historical performance on similar tasks would be needed for a more precise valuation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one vendor, IFS North America, Inc., was solicited. This approach bypasses the competitive bidding process, which typically drives down prices and encourages innovation. While sole-source awards can be justified in specific circumstances (e.g., unique capabilities or urgent needs), the lack of competition here raises concerns about potential overpayment and missed opportunities for broader market engagement. The absence of multiple bids prevents a clear understanding of market-driven pricing.

Taxpayer Impact: The lack of competition means taxpayers may not have received the most cost-effective solution. Without bids from other qualified vendors, the government could not leverage market forces to ensure the lowest possible price for these cloud implementation services.

Public Impact

The Federal Aviation Administration (FAA) is the primary beneficiary, receiving enhanced cloud capabilities. Services delivered include the implementation of a cloud environment for automation and management. The geographic impact is likely focused on FAA operations, potentially nationwide. Workforce implications may involve IT specialists for cloud management and development.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pricing and potential cost savings.
  • High unit cost compared to market benchmarks for similar cloud services.
  • Lack of transparency in the procurement process due to sole-source nature.
  • Potential for vendor lock-in if not managed carefully.

Positive Signals

  • Contract awarded to a known entity, IFS North America, Inc.
  • Fixed-firm pricing provides cost certainty for the government.
  • Clear performance period (231 days) for defined deliverables.

Sector Analysis

This contract falls within the Information Technology (IT) sector, specifically focusing on cloud computing and system design services. The federal IT market is vast, with significant spending allocated to cloud migration and modernization efforts. Comparable spending benchmarks for cloud implementation projects vary widely based on scope, complexity, and vendor. However, the reported value of $2.2 million for a 231-day project suggests a potentially higher-than-average cost per day, warranting scrutiny.

Small Business Impact

This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for them. The sole-source nature of the award further limits opportunities for small businesses to participate in this particular procurement. While larger prime contractors may engage small businesses on other projects, this specific award does not directly contribute to the small business ecosystem or set-aside goals.

Oversight & Accountability

Oversight for this contract would primarily fall under the Federal Aviation Administration's contracting officers and program managers. The Department of Transportation's Office of Inspector General (OIG) may also conduct audits or investigations into contract spending and performance if concerns arise. Transparency is limited due to the sole-source nature, but contract award data is publicly available through federal procurement databases.

Related Government Programs

  • Cloud Computing Services
  • IT Systems Design
  • Software Implementation
  • Automation Software

Risk Flags

  • Sole-source award
  • Potentially high cost
  • Lack of competition

Tags

it, department-of-transportation, federal-aviation-administration, cloud-computing, sole-source, computer-systems-design-services, firm-fixed-price, delivery-order, automation, vcloud, lcss

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $220,157.16 to IFS NORTH AMERICA, INC.. IFS VCLOUD IMPLEMENTATION FOR LCSS AUTOMATION ENVIRONMENT MANAGEMENT -- DEVELOPMENT OF REPLICABLE VCLOUD APPLICATIONS

Who is the contractor on this award?

The obligated recipient is IFS NORTH AMERICA, INC..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $220,157.16.

What is the period of performance?

Start: 2024-09-11. End: 2025-04-30.

What is the track record of IFS North America, Inc. with the Federal Aviation Administration and Department of Transportation?

IFS North America, Inc. has a history of contracting with various federal agencies, including the Department of Transportation and its sub-agencies like the Federal Aviation Administration (FAA). Their contract portfolio often includes IT services, software implementation, and system integration. A review of historical contract data indicates they have been awarded numerous contracts, ranging in value and scope. For the FAA specifically, their past awards may include support for enterprise resource planning (ERP) systems, maintenance, and IT infrastructure. The specific nature and success of these prior engagements would require a deeper dive into contract performance reports and any associated past performance evaluations to fully assess their track record relevant to this cloud implementation project.

How does the cost of this contract compare to similar cloud implementation projects within the federal government?

Benchmarking the cost of this $2.2 million contract for cloud implementation against similar federal projects is challenging without more granular data on the specific services rendered, the complexity of the vCloud applications, and the duration of the implementation. However, based on the provided information and general market rates for IT services, the cost per day ($2.2M / 231 days ≈ $9,526/day) appears to be on the higher end. Typical federal cloud implementation projects can range significantly, but projects of this apparent scope and duration often fall within a lower cost bracket when competitively procured. The sole-source nature of this award prevents a direct comparison with potentially lower bids from other vendors, making it difficult to definitively state if it represents optimal value for money.

What are the primary risks associated with a sole-source award for cloud implementation services?

The primary risks associated with a sole-source award for cloud implementation services include: 1. **Lack of Price Competition:** The government may pay a higher price than if the contract were competed, as there is no incentive for the sole provider to offer the lowest possible cost. 2. **Limited Innovation:** Without exposure to multiple vendors, the government might miss out on innovative solutions or approaches that other companies could offer. 3. **Vendor Lock-in:** The agency could become dependent on the sole provider, making future transitions or integrations more difficult and costly. 4. **Potential for Lower Quality:** While not always the case, the absence of competitive pressure could theoretically lead to less focus on delivering the highest quality service. 5. **Reduced Transparency:** Sole-source awards can be perceived as less transparent, potentially leading to scrutiny regarding the justification for not competing the requirement.

What is the expected effectiveness of the vCloud applications for LCSS automation environment management?

The expected effectiveness of the vCloud applications for LCSS (likely referring to a specific system or process within the FAA) automation environment management hinges on several factors. The contract aims to develop 'replicable vCloud applications,' suggesting a goal of creating standardized, scalable, and easily deployable cloud-based solutions. Effective implementation should lead to improved efficiency in managing the automation environment, potentially reducing manual intervention, minimizing errors, and speeding up deployment cycles. The success will depend on the thoroughness of the development, the robustness of the chosen cloud architecture, and how well these applications integrate with existing LCSS infrastructure. Performance metrics and user feedback post-implementation will be crucial indicators of their actual effectiveness.

What are the historical spending patterns for cloud implementation and IT services by the FAA?

The Federal Aviation Administration (FAA), like many large federal agencies, has shown a consistent and increasing trend in spending on cloud computing and broader IT services over the past decade. This reflects a government-wide push towards modernizing IT infrastructure, enhancing data management, improving cybersecurity, and leveraging cloud efficiencies. Historical spending data would likely show significant investments in areas such as cloud migration (public, private, hybrid), software development, system integration, cybersecurity solutions, and IT support services. The FAA's specific spending patterns are influenced by its operational needs, such as air traffic control systems, data analytics for safety, and administrative functions. Analyzing these patterns would reveal a growing reliance on cloud technologies and a substantial budget allocation towards IT modernization initiatives.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 300 PARK BLVD STE 555, ITASCA, IL, 60143

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $256,850

Exercised Options: $220,157

Current Obligation: $220,157

Actual Outlays: $220,157

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 6973GH21D00054

IDV Type: IDC

Timeline

Start Date: 2024-09-11

Current End Date: 2025-04-30

Potential End Date: 2025-04-30 00:00:00

Last Modified: 2026-04-08

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending