Peraton Enterprise Solutions LLC awarded $24.26M for database support, spanning over 6 years
Contract Overview
Contract Amount: $24,257,214 ($24.3M)
Contractor: Peraton Enterprise Solutions LLC
Awarding Agency: Department of Agriculture
Start Date: 2008-06-21
End Date: 2014-10-02
Contract Duration: 2,294 days
Daily Burn Rate: $10.6K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: DBMO-2008-02 DATABASE SUPPORT PERIOD OF PERFORMANCE BASE 6/21/2008-6/20/2009 WITH 4 OPTION YEARS.
Place of Performance
Location: KANSAS CITY, JACKSON County, MISSOURI, 64141
State: Missouri Government Spending
Plain-Language Summary
Department of Agriculture obligated $24.3 million to PERATON ENTERPRISE SOLUTIONS LLC for work described as: DBMO-2008-02 DATABASE SUPPORT PERIOD OF PERFORMANCE BASE 6/21/2008-6/20/2009 WITH 4 OPTION YEARS. Key points: 1. Contract value appears reasonable given the extended performance period and scope of database support. 2. Competition dynamics indicate a competitive delivery order, suggesting potential for price discovery. 3. Risk indicators are moderate, with a firm fixed-price contract type mitigating cost overrun risks. 4. Performance context shows a multi-year contract for essential IT services. 5. Sector positioning is within custom computer programming services, a critical area for government operations.
Value Assessment
Rating: good
The total award of $24.26 million over approximately 6 years suggests a consistent annual spend of around $4 million. This is a moderate figure for comprehensive database support services. Benchmarking against similar contracts for custom computer programming services indicates that this pricing is within expected ranges for the scope and duration. The firm fixed-price contract type further supports value by capping potential cost escalations.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded as a competitive delivery order, indicating that it was competed under a broader contract vehicle. The presence of 3 bidders suggests a reasonable level of competition for this specific order. While not a direct full and open competition for the delivery order itself, its placement within a competitive framework is positive for price discovery and ensuring a fair market price.
Taxpayer Impact: The competitive nature of this delivery order suggests that taxpayers benefited from a more efficient pricing structure compared to a sole-source award.
Public Impact
Benefits the Department of Agriculture, specifically the Farm Service Agency, by ensuring the continuity of critical database operations. Delivers essential IT support services, likely encompassing maintenance, updates, and potentially development for key agricultural databases. Geographic impact is primarily focused on supporting the Farm Service Agency's national operations, with potential for remote or distributed access. Workforce implications include the need for skilled IT professionals to manage and maintain complex database systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if requirements are not clearly defined and managed.
- Dependence on a single contractor for critical database infrastructure could pose a risk if performance falters.
Positive Signals
- Firm fixed-price contract type helps control costs.
- Competitive award process suggests a fair market price was likely achieved.
- Long-term contract provides stability for service delivery.
Sector Analysis
This contract falls within the Information Technology sector, specifically under Custom Computer Programming Services (NAICS 541511). This is a vital segment of the federal IT market, supporting the development, maintenance, and operation of government software and data systems. The market for such services is large and competitive, with numerous vendors capable of providing specialized database support. This contract represents a typical investment in maintaining essential IT infrastructure for a major federal agency.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). As a competitive delivery order, it's possible that small businesses could have participated as subcontractors. However, without specific subcontracting plans or data, the direct impact on the small business ecosystem is unclear. Larger prime contractors often utilize small businesses for specialized IT services, but this contract's structure doesn't guarantee it.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and program managers within the Farm Service Agency. Accountability measures are inherent in the firm fixed-price contract, requiring the contractor to deliver services as specified. Transparency is generally maintained through contract award databases and reporting requirements. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Department of Agriculture IT Modernization Efforts
- Farm Service Agency Data Management Systems
- Federal Custom Computer Programming Services
- Government Database Support Contracts
- IT Services for Agricultural Agencies
Risk Flags
- Contract Duration
- Firm Fixed Price Contract Type
- Competitive Delivery Order Award
Tags
it, custom-computer-programming-services, department-of-agriculture, farm-service-agency, competitive-delivery-order, firm-fixed-price, database-support, mid-tier-contract-value, us-federal-government
Frequently Asked Questions
What is this federal contract paying for?
Department of Agriculture awarded $24.3 million to PERATON ENTERPRISE SOLUTIONS LLC. DBMO-2008-02 DATABASE SUPPORT PERIOD OF PERFORMANCE BASE 6/21/2008-6/20/2009 WITH 4 OPTION YEARS.
Who is the contractor on this award?
The obligated recipient is PERATON ENTERPRISE SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of Agriculture (Farm Service Agency).
What is the total obligated amount?
The obligated amount is $24.3 million.
What is the period of performance?
Start: 2008-06-21. End: 2014-10-02.
What was the specific nature of the database support provided under this contract?
The contract, DBMO-2008-02, was for 'DATABASE SUPPORT PERIOD OF PERFORMANCE BASE 6/21/2008-6/20/2009 WITH 4 OPTION YEARS'. While the exact technical specifications are not detailed in the provided data, 'database support' typically encompasses a range of services including database administration, maintenance, performance tuning, security patching, data backup and recovery, and potentially minor enhancements or bug fixes. Given the duration and the agency (Farm Service Agency), it's highly probable that this support was critical for managing agricultural data, program eligibility information, or operational records essential for the FSA's mission.
How does the total award amount of $24.26 million compare to similar database support contracts?
The total award of $24.26 million over approximately 6.2 years (from June 2008 to October 2014) equates to an average annual spend of roughly $3.9 million. This figure is considered moderate for comprehensive database support services for a federal agency of the Department of Agriculture's size and scope. Comparable contracts for similar IT services, particularly custom computer programming and database management, often range from several million to tens of millions of dollars annually, depending on the complexity, criticality, and number of databases supported. This contract appears to be within the expected range for its duration and service type.
What were the primary risks associated with this contract, and how were they mitigated?
Key risks for a database support contract include performance failures (downtime, data loss), security breaches, cost overruns (if not fixed-price), and contractor dependency. This contract utilized a 'FIRM FIXED PRICE' (pt: FIRM FIXED PRICE) type, which is a primary mitigation strategy against cost overruns. The competitive award process (ct: COMPETITIVE DELIVERY ORDER) also helps ensure the contractor is capable and incentivized to perform. The multi-year nature (dur: 2294 days) implies a need for robust service level agreements (SLAs) and ongoing performance monitoring by the agency to ensure consistent delivery and mitigate performance risks.
What was the historical spending pattern for database support by the Farm Service Agency prior to this contract?
The provided data does not include historical spending patterns for the Farm Service Agency (FSA) prior to this specific contract (DBMO-2008-02). To assess historical spending, one would need to analyze previous contracts awarded by the FSA for similar database support or IT services. This would involve searching federal procurement databases for contracts awarded in the years preceding 2008. Understanding past spending would provide context for whether the $24.26 million award represented an increase, decrease, or stable level of investment in database support services for the agency.
How did the number of bidders (3) impact the final price and value for the government?
Having 3 bidders for this competitive delivery order suggests a moderate level of competition. While more bidders generally lead to greater price pressure and potentially better value, three offers indicate that the market had sufficient interest and capability to respond. This level of competition likely prevented the contractor from charging excessively high prices and encouraged them to offer a competitive bid to secure the contract. It strikes a balance between ensuring a fair price and avoiding the administrative burden of managing a very large number of proposals.
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: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: AG-645S-S-08-0003
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Hewlett Packard Enterprise CO (UEI: 079834910)
Address: 13600 EDS DR, HERNDON, VA, 20171
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $24,257,214
Exercised Options: $24,257,214
Current Obligation: $24,257,214
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Parent Contract
Parent Award PIID: AG645SC080013
IDV Type: IDC
Timeline
Start Date: 2008-06-21
Current End Date: 2014-10-02
Potential End Date: 2016-09-22 00:00:00
Last Modified: 2016-09-23
More Contracts from Peraton Enterprise Solutions LLC
- Federal Contract — $1.2B (Department of Health and Human Services)
- Other ADP & Telecommunications Services — $771.5M (Department of Defense)
- THE Agency Consolidated End-User Services (aces)contract Will Provide and Manage Nasa's Personal Computing Hardware, Agency Standard Software, Mobile IT Services, Peripherals and Accessories, Associated End-User Services, and Supporting Infrastructure — $769.2M (National Aeronautics and Space Administration)
- THE Above Solicitation Number IS a Continuation of Solicitation Numbers Hshqdc-07-Q-00050a and Hshqdc-07-Q-00050b. This Number IS for the Down Select Process and Shall Start With Base Notice Even Though ALL Amendments ARE Attached From Phase ONE — $749.5M (Department of Homeland Security)
- Other ADP & Telecommunications Services — $674.7M (Department of Defense)
View all Peraton Enterprise Solutions LLC federal contracts →
Other Department of Agriculture Contracts
- Usda Enterprise-Scale Fedramp Certified Cloud Hosting Services. Igf::ot::igf — $336.8M (Accenture Federal Services LLC)
- Usda Disc Enterprise Wide Salesforce Software&support Services — $294.8M (Carahsoft Technology Corp)
- Provide Removal of Carcasses AT Premise X Igf::ot::igf Hpai — $292.5M (Clean Harbors Environmental Services Inc)
- Financial Management Modernization Initiative — $291.0M (Accenture LLP)
- Enterprise Application Services — $273.5M (Synergy Business Innovation & Solutions Inc.)