DoD's $53.9M Agile Task Order for Core Mission Planning awarded to Peraton Inc

Contract Overview

Contract Amount: $53,909,054 ($53.9M)

Contractor: Peraton Inc.

Awarding Agency: Department of Defense

Start Date: 2021-03-08

End Date: 2025-03-07

Contract Duration: 1,460 days

Daily Burn Rate: $36.9K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: CORE MISSION PLANNING (CMP) AGILE TASK ORDER

Place of Performance

Location: HERNDON, FAIRFAX County, VIRGINIA, 20170

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $53.9 million to PERATON INC. for work described as: CORE MISSION PLANNING (CMP) AGILE TASK ORDER Key points: 1. Contract awarded on a Time and Materials basis, which can pose cost control challenges. 2. The contract duration of 1460 days (4 years) suggests a long-term need for these services. 3. Awarded under full and open competition, indicating a broad market solicitation. 4. The task order is a Delivery Order, implying it's part of a larger contract vehicle. 5. The North American Industry Classification System (NAICS) code 541512 points to Computer Systems Design Services. 6. The contract is managed by the Department of the Air Force, a major component of the DoD. 7. The contractor, Peraton Inc., has a significant presence in the federal contracting space.

Value Assessment

Rating: fair

The Time and Materials (T&M) pricing structure for this $53.9 million contract requires careful monitoring to ensure value for money. Without fixed price components, the final cost is directly tied to the hours worked and the rates charged. Benchmarking T&M contracts for similar computer systems design services is crucial. While specific comparable data is not provided, T&M contracts generally carry a higher risk of cost overruns compared to fixed-price arrangements if not managed diligently. The contract's duration of four years suggests a sustained need, making effective cost management paramount.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, suggesting that multiple vendors had the opportunity to bid. The presence of 3 bidders indicates a moderate level of competition for this specific task order. A competitive process is generally favorable for price discovery and ensuring the government receives competitive pricing. However, the ultimate success of the competition in driving down costs depends on the specific requirements and the number of qualified bidders willing to participate.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to more cost-effective solutions and better pricing. The fact that three bids were received suggests that taxpayer funds are likely being used efficiently, though further analysis of the bid prices would be needed for definitive conclusions.

Public Impact

This contract directly supports the Department of Defense's core mission planning capabilities, enhancing operational effectiveness. The services provided are crucial for the Department of the Air Force's strategic and tactical planning processes. The contract's impact is primarily within the defense sector, supporting national security objectives. Workforce implications may include specialized IT and systems design professionals employed by Peraton Inc. and potentially subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Time and Materials pricing structure increases risk of cost overruns if not closely managed.
  • Long contract duration (4 years) necessitates ongoing vigilance for scope creep and efficiency.
  • Dependence on a single task order within a larger contract vehicle could obscure overall program costs.
  • Specific performance metrics and their impact on contractor compensation are not detailed.

Positive Signals

  • Awarded through full and open competition, indicating a robust bidding process.
  • Contract awarded to Peraton Inc., a known entity in federal IT services, suggesting established capabilities.
  • Task order supports critical DoD core mission planning, aligning with essential government functions.
  • Delivery Order structure implies it's part of a pre-competed Indefinite Delivery/Indefinite Quantity (IDIQ) contract, potentially offering efficiencies.

Sector Analysis

This contract falls within the Computer Systems Design Services sector, a critical component of the broader Information Technology (IT) industry. The IT services market supporting the federal government is substantial, with significant spending allocated to software development, systems integration, and IT consulting. Contracts like this, focused on mission-critical planning systems for defense agencies, represent a specialized but vital segment. Comparable spending benchmarks for similar defense-focused IT services can vary widely based on complexity, security requirements, and the specific technologies employed.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'sb: false'. Furthermore, the 'ss: false' flag suggests it is not a small business prime award. This means that the primary contract is not specifically targeted towards small businesses. While there is no direct set-aside, Peraton Inc., as the prime contractor, may still engage small businesses for subcontracting opportunities to fulfill the contract requirements. The extent of small business participation would depend on Peraton's subcontracting plan and the availability of qualified small business vendors for specialized IT services.

Oversight & Accountability

Oversight for this contract would primarily reside with the Department of the Air Force contracting and program management offices. As a Delivery Order under a larger contract, oversight may also be influenced by the terms of the parent IDIQ contract. Accountability measures are typically embedded in the contract's performance work statement (PWS), including deliverables, milestones, and quality standards. Transparency is generally facilitated through contract award databases and reporting requirements, though detailed operational oversight specifics are often internal.

Related Government Programs

  • Department of Defense IT Modernization Programs
  • Air Force Command and Control Systems
  • Agile Software Development Contracts
  • Computer Systems Design Services
  • Mission Planning Software

Risk Flags

  • Time and Materials Pricing
  • Long Contract Duration
  • Potential for Cost Overruns
  • Limited Competition (3 Bidders)

Tags

department-of-defense, department-of-the-air-force, it-services, computer-systems-design, agile-development, time-and-materials, full-and-open-competition, delivery-order, peraton-inc, core-mission-planning, virginia, defense-sector

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $53.9 million to PERATON INC.. CORE MISSION PLANNING (CMP) AGILE TASK ORDER

Who is the contractor on this award?

The obligated recipient is PERATON INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $53.9 million.

What is the period of performance?

Start: 2021-03-08. End: 2025-03-07.

What is Peraton Inc.'s track record with similar Time and Materials contracts for the Department of Defense?

Peraton Inc. has a substantial history of performing federal contracts, including those utilizing Time and Materials (T&M) pricing structures, particularly within the Department of Defense (DoD) and intelligence community. Their experience spans various IT services, including systems integration, software development, and cybersecurity. While T&M contracts offer flexibility, they also require rigorous oversight to manage costs effectively. Peraton's performance on such contracts is generally assessed through contract performance evaluations and award fee structures, if applicable. Historical data suggests they are a capable provider, but the success of T&M awards hinges significantly on the government's ability to manage scope and monitor labor hours diligently. Specific details on their T&M performance metrics for comparable DoD contracts would require deeper access to contract performance reports and award data.

How does the $53.9 million value of this task order compare to other DoD Agile Task Orders for Computer Systems Design Services?

The $53.9 million value for this Agile Task Order for Computer Systems Design Services is a significant, but not extraordinary, figure within the context of Department of Defense (DoD) IT spending. The DoD procures a vast array of IT services, and task orders can range from a few million dollars to hundreds of millions, depending on the scope, duration, and criticality of the requirement. Agile task orders, by their nature, often focus on iterative development and rapid deployment, which can sometimes lead to fluctuating costs based on evolving requirements. Compared to large-scale system development or sustainment contracts, this task order appears to be of moderate to substantial size. Benchmarking against similar 'Computer Systems Design Services' (NAICS 541512) task orders awarded by the Air Force or other DoD components would provide a more precise comparison, but generally, a $50M+ task order indicates a complex and important project.

What are the primary risks associated with the Time and Materials (T&M) pricing model used in this contract?

The primary risk associated with the Time and Materials (T&M) pricing model is the potential for cost overruns. Unlike fixed-price contracts, T&M contracts do not have a ceiling on the total cost, as payment is based on the actual labor hours expended and the cost of materials used. This can lead to unpredictability in final costs if the project scope expands, if labor productivity is lower than anticipated, or if the contractor's rates are high. For the government, effective oversight is critical to manage this risk. This includes closely monitoring the hours billed by contractor personnel, ensuring that only necessary work is performed, and verifying that the labor categories and rates are appropriate. Without stringent management and clear performance expectations, T&M contracts can become significantly more expensive than initially projected, potentially impacting the overall value for money.

How does the 'full and open competition' award strategy impact the potential for cost savings for the taxpayer?

Awarding a contract through 'full and open competition' is generally considered the most effective strategy for maximizing cost savings for the taxpayer. This approach allows any responsible source to submit a bid, thereby broadening the pool of potential offerors. A larger number of bidders typically increases competition, which in turn incentivizes contractors to offer their best pricing and most innovative solutions to win the contract. When multiple qualified companies compete, the government is more likely to receive proposals that are not only technically sound but also competitively priced. While the number of bidders (3 in this case) provides a moderate level of competition, the 'full and open' designation itself signals an intent to leverage market forces to achieve optimal value. The actual savings realized depend on the specific requirements, the market's capacity, and the government's negotiation and evaluation processes.

What are the implications of this contract being a 'Delivery Order' rather than a standalone contract?

This contract being a 'Delivery Order' signifies that it is a task order issued under a pre-existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract or a similar type of multiple-award contract vehicle. This structure implies that the foundational contract, including its terms, conditions, and potentially some pricing elements, has already undergone a competitive process. Issuing a Delivery Order allows the agency to procure specific goods or services incrementally as needed, up to the ceiling of the parent IDIQ contract. For taxpayers, this can offer benefits such as streamlined procurement processes, potentially pre-negotiated favorable rates, and consolidated oversight. However, it also means that the full scope and total cost of the program might be spread across multiple delivery orders, making it essential to view this task order within the context of the larger IDIQ contract for a complete understanding of the overall investment and value.

What is the typical duration for IT services contracts of this nature within the Department of the Air Force?

The typical duration for IT services contracts, especially those involving complex systems design and development like core mission planning, within the Department of the Air Force (and the DoD broadly) can vary significantly but often spans multiple years. Contracts are frequently structured with an initial base period and multiple option periods, allowing for flexibility and adaptation to evolving technological needs and mission requirements. A four-year duration (1460 days) for a task order like this is not uncommon, particularly for projects requiring sustained development, integration, and support. Longer-term contracts provide stability for both the government and the contractor, enabling deeper understanding of requirements and fostering a more committed partnership. However, they also necessitate robust oversight mechanisms to ensure continued relevance and cost-effectiveness throughout the contract's life cycle.

Industry Classification

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

Offers Received: 3

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 12975 WORLDGATE DR STE 7322, 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: $93,164,950

Exercised Options: $87,440,950

Current Obligation: $53,909,054

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $149,867

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QTCK18D0011

IDV Type: GWAC

Timeline

Start Date: 2021-03-08

Current End Date: 2025-03-07

Potential End Date: 2025-03-07 00:00:00

Last Modified: 2025-08-08

More Contracts from Peraton Inc.

View all Peraton Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending