NCEH WEB SERVICES contract awarded to Peraton Inc. for $4.6M over 5 years
Contract Overview
Contract Amount: $4,601,958 ($4.6M)
Contractor: Peraton Inc.
Awarding Agency: Department of Health and Human Services
Start Date: 2021-02-16
End Date: 2026-07-31
Contract Duration: 1,991 days
Daily Burn Rate: $2.3K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: LABOR HOURS
Sector: IT
Official Description: NCEH WEB SERVICES
Place of Performance
Location: ATLANTA, DEKALB County, GEORGIA, 30341
State: Georgia Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $4.6 million to PERATON INC. for work described as: NCEH WEB SERVICES Key points: 1. Value for money appears reasonable given the 5-year duration and scope of IT services. 2. Full and open competition suggests a healthy market for these services. 3. The contract's duration and scope present moderate performance risks. 4. This contract supports critical public health web services for the CDC. 5. Positioned within the IT services sector, specifically computer related services.
Value Assessment
Rating: good
The contract's total value of $4.6 million over approximately five years suggests a moderate annual spend. Benchmarking against similar IT service contracts for web development and maintenance would provide a clearer picture of value. However, the pricing structure (labor hours) allows for flexibility, which can be cost-effective if managed efficiently. The absence of specific performance metrics in the provided data makes a definitive value assessment challenging, but the competitive nature of the award implies a degree of price consciousness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 3 bidders suggests a competitive environment, which typically drives down prices and encourages innovation. This level of competition is generally favorable for the government, as it allows for a wider selection of qualified contractors and better price discovery.
Taxpayer Impact: Taxpayers benefit from the competitive bidding process, which is expected to result in a more cost-effective solution for essential web services. The multiple bids likely ensured that the selected contractor, Peraton Inc., offered a competitive price and a strong technical approach.
Public Impact
The public benefits from enhanced access to critical public health information and services delivered through the CDC's web platforms. Essential web services, including website maintenance, development, and support, are delivered. The geographic impact is national, serving all individuals and organizations accessing CDC resources online. The contract supports IT professionals within Peraton Inc., contributing to the tech workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if requirements are not clearly defined and managed.
- Reliance on a single contractor for critical web services could pose a risk if performance falters.
- Ensuring continued alignment with evolving public health needs and technological advancements over the contract's lifespan.
Positive Signals
- Awarded through full and open competition, indicating a robust selection process.
- Contract duration of over 5 years allows for stability and long-term planning.
- The contractor, Peraton Inc., is an established entity in the government contracting space.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on computer-related services. The market for such services is vast and highly competitive, with numerous companies offering web development, maintenance, and support. Government spending in this area is substantial, driven by the need for secure, reliable, and user-friendly digital platforms for disseminating information and delivering services. Comparable spending benchmarks would involve analyzing other federal contracts for similar IT support services awarded to companies of comparable size and scope.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside requirement. However, the prime contractor, Peraton Inc., may engage small businesses as subcontractors, depending on their own subcontracting plans and the availability of specialized services. The overall impact on the small business ecosystem is neutral in terms of direct set-aside benefits.
Oversight & Accountability
Oversight for this contract would primarily reside with the Centers for Disease Control and Prevention (CDC) contracting officers and program managers. They are responsible for monitoring contractor performance, ensuring compliance with contract terms, and approving deliverables. Transparency is facilitated through contract award databases like FPDS. While specific Inspector General (IG) jurisdiction isn't detailed, the HHS IG typically has oversight over contracts within the department, including the CDC, to investigate fraud, waste, and abuse.
Related Government Programs
- CDC IT Modernization Efforts
- Public Health Information Dissemination Services
- Federal Civilian Agency Web Hosting and Development
- Health Information Technology Services
Risk Flags
- Contract Duration
- Performance Monitoring
- Cybersecurity Requirements
- Technological Obsolescence Risk
Tags
it-services, web-services, health-it, centers-for-disease-control-and-prevention, department-of-health-and-human-services, full-and-open-competition, delivery-order, labor-hours, peraton-inc, georgia, computer-related-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $4.6 million to PERATON INC.. NCEH WEB SERVICES
Who is the contractor on this award?
The obligated recipient is PERATON INC..
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Centers for Disease Control and Prevention).
What is the total obligated amount?
The obligated amount is $4.6 million.
What is the period of performance?
Start: 2021-02-16. End: 2026-07-31.
What is Peraton Inc.'s track record with the federal government, particularly in delivering IT services for health agencies?
Peraton Inc. has a significant track record as a federal contractor, often involved in complex IT and mission support services. While specific details on their past performance with the CDC for web services require deeper investigation into contract histories, Peraton has historically secured large contracts across various agencies, including defense and intelligence. Their experience often spans areas like cybersecurity, cloud migration, and enterprise IT. Evaluating their performance on similar health-related IT contracts, including any past issues or commendations, would be crucial for a comprehensive risk assessment. Publicly available contract databases and past performance reviews can offer insights into their reliability and expertise in delivering services comparable to those required for NCEH web services.
How does the $4.6 million contract value compare to similar web service contracts awarded by the CDC or other health agencies?
The $4.6 million contract value for NCEH web services over approximately five years translates to an average annual spend of roughly $920,000. To benchmark this, one would need to compare it against other federal contracts for similar scope and duration, specifically those involving website development, maintenance, and support for public health organizations. For instance, contracts for managing large-scale public-facing websites, content management systems, and associated IT infrastructure for agencies like the NIH or FDA could serve as comparators. Factors such as the complexity of the web services, the number of users supported, and the specific technical requirements (e.g., data security, integration needs) would influence the comparability. Without direct comparisons, it's difficult to definitively state if this represents excellent or questionable value, but the competitive award suggests it's within a reasonable market range.
What are the primary risks associated with this contract, and how are they being mitigated?
Primary risks for this contract include potential performance issues from the contractor (Peraton Inc.), technological obsolescence of the web services over the 5-year period, and cybersecurity threats. Performance risks are typically mitigated through robust contract oversight, clearly defined performance standards (Service Level Agreements - SLAs), and regular performance reviews by the CDC. Technological obsolescence can be addressed by incorporating flexibility in the contract for updates and upgrades, and by ensuring the chosen architecture is adaptable. Cybersecurity risks are managed through stringent security requirements, compliance with federal data protection regulations (e.g., FISMA), and regular security audits. The contract's full and open competition also mitigates the risk of relying on a single, potentially underperforming vendor.
How effective has the CDC been in managing its web service contracts historically, and what does this imply for NCEH?
The effectiveness of the CDC in managing its web service contracts historically can be assessed by examining past contract performance data, any reported issues or successes, and the overall stability and functionality of its web presence. Agencies like the CDC, dealing with critical public health information, often have complex IT needs. Their success in managing such contracts depends on factors like adequate funding, skilled contracting officers, clear requirements definition, and proactive vendor management. While specific historical data for NCEH web services isn't provided, the CDC generally operates within a framework designed for effective contract management. Any past challenges in managing IT contracts could indicate a need for heightened vigilance and robust oversight mechanisms for this current NCEH contract to ensure optimal outcomes and taxpayer value.
What are the historical spending patterns for NCEH web services or similar IT support contracts within the CDC?
Analyzing historical spending patterns for NCEH web services or comparable IT support contracts within the CDC is crucial for understanding trends, identifying potential cost efficiencies, and assessing the long-term investment in these services. This would involve examining expenditure data over several fiscal years to see if spending has been consistent, increasing, or decreasing. Significant year-over-year increases might warrant investigation into the drivers, such as expanded scope or inflation. Conversely, a consistent or decreasing spend could indicate cost control or efficiency gains. Benchmarking this contract's total value ($4.6M over ~5 years) against historical averages for similar CDC IT services would provide context on whether this award represents a typical investment or a deviation, potentially signaling changes in service needs or market pricing.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related 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
Solicitation ID: 75D301-21-Q-72726
Offers Received: 3
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 12975 WORLDGATE DR, HERNDON, VA, 20170
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,601,958
Exercised Options: $4,601,958
Current Obligation: $4,601,958
Actual Outlays: $3,319,934
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $1,046,270
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS35F0165Y
IDV Type: FSS
Timeline
Start Date: 2021-02-16
Current End Date: 2026-07-31
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2026-01-30
More Contracts from Peraton Inc.
- 200107!000034!5700!GZ80 !smc/Pks !F0470101C0001 !A!N!*!Y! !20001103!20061031!052819732!052819732!001216845!n!itt Industries, Inc , Systems !4410 E Fountain Blvd !colorado Sprin !co!80916!16000!041!08!colorado Springs !EL Paso !colorado !+000016429445!n!n!000000000000!ac26!rdte/Missile and Space Systems-Mgmt Support !A2 !missile and Space Systems !3000!NOT Discernable or Classified !541710!*!*!3! ! ! !*!*!*!B!*!*!B! !A !Y!R!2!003!B! !A!N!Z! ! !N!C!N! ! ! !c!c!a!a!000!a!c!n! ! ! !Y! ! !0001! — $1.7B (Department of Defense)
- THE Exploration and Space Communications Projects Division (ESC) IS a National Resource Located AT Goddard Space Flight Center (gsfc) Which Enables Scientific Discovery and Space Exploration by Providing Innovative and Mission-Effective Space Communications and Navigation Solutions to a Large Community of Diverse Customers. ESC Manages Operational Geostationary Communications Relay Satellites and Ground Systems for the Space Communications and Navigation (scan) Program AT Nasa Headquarters. Today, Scan Network Systems Consist of the Space Network (SN), the Near Earth Network (NEN), and the Deep Space Network (DSN). the Day-To-Day Management of These Three Networks IS Currently NOT Fully Consistent. IT IS the Intention of the Government to Unify the SN and NEN Where Practicable Under This Contract Using Integrated, Common Management Practices and Network Solutions — $1.5B (National Aeronautics and Space Administration)
- Nasa Goddard Space Flight Center's (gsfc) Goal for the Space Communications Networks Services Contract (scns) IS to Enable Mission Success for Every Customer Using Scns Services. KEY Objectives of the Scns Contract ARE to Decrease Cost and Maintain or Improve Operational Efficiency and Reliability, While Maintaining an Acceptable Level of Risk and Providing for Safe Operation of the Missions. the Contractor Shall Implement a Safety, Health, and Mission Assurance Program That Provides a Safe and Healthy Work Environment, Minimizes Program Risk, and Maximizes Nasa Mission Success. the Contractor Shall BE Responsible and Accountable for Achieving the Required Results. Core Requirement Functions, Such AS Configuration Management, Quality Assurance, ETC. ARE Required to Support Idiq Task Orders. the Space Network (SN) IS Comprised of a Fleet of On-Orbit Tracking and Data Relay Satellites (tdrs) and Associated Ground Systems That Provide Telecommunications Services. the Nature of the SN Architecture, I.E., Extremely Large Capital Investment, Contractor Operated Facilities, Continuous 24X7 Requirements, ETC., Lends Itself to a Core Requirements Approach. the Ground Network (GN) Consists of an Orbital Tracking Network and the Satellite Laser Ranging Network. the Nature of the Ground Network Architecture, I.E., Diverse MIX of Commercial and Government Assets, Evolving Geographic and Technical Customer Requirements, and Legacy Systems, ETC. Lends Itself to an Idiq Approach. Other Activities, I.E., Very Long Baseline Interferometry Network Operations and Maintenance (O&M), Electronic System Test Laboratory, Requirements Development, Hardware and Software Development, ETC. ARE Best Suited to an Idiq Approach in the Resource-Constrained Environment That Nasa Operates in — $1.2B (National Aeronautics and Space Administration)
- Operational Planning Implementation and Assessment Services (opias) Base Award — $800.8M (General Services Administration)
- Sitec 3 EOM Provides Ussocom With O&M Services to Maintain Netops, Maintain Systems & Network Infrastructure, Provide END User & Common Device Support, Provide Configuration, Change, License, & Asset Mgmt. Conduct Training and Perform Imacs Services — $651.0M (General Services Administration)
Other Department of Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →