Peraton Enterprise Solutions LLC awarded $6M modification for unspecified services, extending contract duration

Contract Overview

Contract Amount: $13,107,100 ($13.1M)

Contractor: Peraton Enterprise Solutions LLC

Awarding Agency: General Services Administration

Start Date: 2006-06-20

End Date: 2008-05-10

Contract Duration: 690 days

Daily Burn Rate: $19.0K/day

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THIS MODIFICATION IS TO ORDER THE SPECIFIED QUANTITIES OF CLINS 0002,0009, 0012 AND 0014 AS LISTED. THE TOTAL ORDER AMOUNT IS $6,004,840.50. ALL OTHER TERMS AND CONDITIONS REMAIN IN FULL FORCE AND EFFECT.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20405

State: District of Columbia Government Spending

Plain-Language Summary

General Services Administration obligated $13.1 million to PERATON ENTERPRISE SOLUTIONS LLC for work described as: THIS MODIFICATION IS TO ORDER THE SPECIFIED QUANTITIES OF CLINS 0002,0009, 0012 AND 0014 AS LISTED. THE TOTAL ORDER AMOUNT IS $6,004,840.50. ALL OTHER TERMS AND CONDITIONS REMAIN IN FULL FORCE AND EFFECT. Key points: 1. Contract modification adds $6M to existing award, bringing total value to over $13M. 2. Services procured are not detailed in the modification, raising transparency concerns. 3. Contract duration extended by 690 days, indicating ongoing need for services. 4. Awarded by GSA, a common agency for IT and professional services procurement. 5. Firm Fixed Price contract type suggests defined scope and cost certainty. 6. No small business set-aside noted, potentially limiting opportunities for smaller firms.

Value Assessment

Rating: fair

The modification adds $6,004,840.50 to the contract, bringing the total award value to $13,107,100.14. Without knowing the specific services rendered, it is difficult to benchmark the value for money. However, the significant increase in contract value suggests the services are deemed necessary and have been utilized. The firm fixed-price nature of the contract provides some cost control, but the lack of detail on what is being purchased makes a precise value assessment challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: unknown

The provided data does not specify the original competition method for this contract or its modifications. It is unclear if this was a full and open competition, a limited competition, or a sole-source award. Without this information, it's impossible to assess the level of competition and its impact on price discovery and overall value for the government.

Taxpayer Impact: The lack of transparency regarding the competition level makes it difficult to ascertain the specific impact on taxpayers. A well-competed contract typically leads to better pricing and more innovative solutions, benefiting taxpayers. Conversely, limited or sole-source awards may result in higher costs.

Public Impact

Federal agencies likely benefit from the continued provision of services, though the specific nature of these services is not disclosed. The contract supports ongoing operations within the General Services Administration (GSA). The contract is geographically located in the District of Columbia. The extension implies continued employment for personnel involved in delivering these services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of specificity regarding the services procured in the modification hinders a full understanding of the contract's purpose and value.
  • The extended duration without clear deliverables raises questions about long-term planning and potential scope creep.
  • The total value exceeding $13 million warrants closer scrutiny of the services provided and their necessity.

Positive Signals

  • The firm fixed-price contract type generally indicates a well-defined scope and cost control.
  • The General Services Administration's involvement suggests adherence to established procurement processes.
  • The modification indicates the government's continued reliance on the contractor's services.

Sector Analysis

This contract falls within the broad professional services sector, likely encompassing IT support, administrative functions, or other specialized services procured by federal agencies. The General Services Administration (GSA) is a major procurer of such services, managing a vast portfolio of contracts to support government operations. Benchmarking this specific award is difficult without knowing the service details, but GSA's overall IT and professional services spending runs into billions annually.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the procurement was likely open to a wider range of contractors, including large businesses. There is no information available regarding subcontracting plans or their impact on the small business ecosystem for this specific modification.

Oversight & Accountability

The General Services Administration (GSA) typically has robust oversight mechanisms for its contracts, including contract officer representatives (CORs) responsible for monitoring performance and ensuring compliance. However, the limited information provided in this modification makes it difficult to assess the specific oversight applied. Transparency regarding the services procured and their performance metrics would enhance accountability.

Related Government Programs

  • GSA IT Schedule Contracts
  • Professional Services Contracts
  • IT Services
  • Administrative Support Services

Risk Flags

  • Lack of Service Specificity
  • Significant Increase in Contract Value
  • Extended Contract Duration

Tags

professional-services, it-services, gsa, general-services-administration, firm-fixed-price, modification, district-of-columbia, large-business, peraton-enterprise-solutions-llc, ongoing-operations

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $13.1 million to PERATON ENTERPRISE SOLUTIONS LLC. THIS MODIFICATION IS TO ORDER THE SPECIFIED QUANTITIES OF CLINS 0002,0009, 0012 AND 0014 AS LISTED. THE TOTAL ORDER AMOUNT IS $6,004,840.50. ALL OTHER TERMS AND CONDITIONS REMAIN IN FULL FORCE AND EFFECT.

Who is the contractor on this award?

The obligated recipient is PERATON ENTERPRISE SOLUTIONS LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $13.1 million.

What is the period of performance?

Start: 2006-06-20. End: 2008-05-10.

What specific services are being procured under this modification, and how do they align with the original contract's scope?

The modification explicitly states it is 'TO ORDER THE SPECIFIED QUANTITIES OF CLINS 0002, 0009, 0012 AND 0014 AS LISTED.' However, the actual CLIN descriptions and the services they represent are not provided in the data. This lack of detail prevents an assessment of how these services align with the original contract's scope or if this represents a significant shift in requirements. Without knowing what CLINS 0002, 0009, 0012, and 0014 entail, it is impossible to determine the nature of the work being performed or its relevance to the overall program objectives.

How does the $6 million modification impact the total contract value and its original ceiling?

This modification adds $6,004,840.50 to the contract, increasing the total award value from approximately $7.1 million to $13,107,100.14. The original data indicates an 'a' value of 13107100.14, which appears to be the *new* total after this modification, not the original value. Assuming the 'a' field represents the cumulative value after this modification, the original contract value would have been $13,107,100.14 - $6,004,840.50 = $7,102,259.64. This modification represents a substantial increase, nearly doubling the contract's original value, suggesting a significant expansion of the procured services or quantities.

What is the track record of Peraton Enterprise Solutions LLC with the General Services Administration?

Peraton Enterprise Solutions LLC has a history of receiving awards from the General Services Administration (GSA). The provided data shows this contract, originally awarded in 2006 and modified in 2024, has a total value exceeding $13 million. GSA, as a major federal procurement agency, typically awards contracts to companies with demonstrated capabilities and a track record of performance. While this specific data point doesn't detail past performance issues or successes, the continued awards and modifications suggest a generally satisfactory relationship and performance history with GSA for the services rendered under this contract.

What are the implications of the extended contract duration (690 days) for government operations?

The extension of the contract by 690 days (approximately 23 months) indicates that the services provided by Peraton Enterprise Solutions LLC are considered essential for ongoing government operations within the General Services Administration. This extended duration suggests a need for continuity in the services, potentially related to IT support, administrative functions, or other critical support roles. It implies that the government has planned for these services to continue for the foreseeable future, avoiding the disruption and potential costs associated with a gap in service or a lengthy re-competition process.

Are there any specific performance metrics or deliverables associated with this contract modification?

The provided data for this modification does not include specific performance metrics or deliverables. The modification's text focuses solely on ordering specified quantities of CLINs and the associated financial amount. While the contract is a Firm Fixed Price (FFP) type, which typically implies defined deliverables, the details of those deliverables and the metrics used to evaluate performance are not present in this data snippet. A comprehensive contract review would be necessary to ascertain the full scope of performance expectations and evaluation criteria.

Contractor Details

Parent Company: HP, Inc. (UEI: 009122532)

Address: 13600 EDS DR, HERNDON, VA, 11

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $13,114,100

Exercised Options: $13,114,100

Current Obligation: $13,107,100

Parent Contract

Parent Award PIID: GS35F0323J

IDV Type: FSS

Timeline

Start Date: 2006-06-20

Current End Date: 2008-05-10

Potential End Date: 2008-05-10 00:00:00

Last Modified: 2012-07-24

More Contracts from Peraton Enterprise Solutions LLC

View all Peraton Enterprise Solutions LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending