GSA Awards $61.3M IT Task Order to Peraton Enterprise Solutions for Computing Infrastructure Services

Contract Overview

Contract Amount: $37,047,158 ($37.0M)

Contractor: Peraton Enterprise Solutions LLC

Awarding Agency: General Services Administration

Start Date: 2005-05-23

End Date: 2009-05-30

Contract Duration: 1,468 days

Daily Burn Rate: $25.2K/day

Competition Type: NON-COMPETITIVE DELIVERY ORDER

Number of Offers Received: 1

Pricing Type: COMBINATION (TWO OR MORE)

Sector: IT

Official Description: IN ITSS UNDER PROJECT NUMBER: K04BN001S00 ALL WORK AND SERVICES UNDER THIS TASK ORDER SHALL BE COMPLETED IN ACCORDANCE WITH THE STATEMENT OF WORK DATED 7 JUNE 2004 (PREVIOUSLY FURNISHED), THE VENDOR'S ACCEPTED PROPOSAL DATED JANUARY 6, 2005 (ATTACHED), THE TASK ORDER CLAUSES AND THE TERMS AND CONDITIONS CONTAINED IN THE CONTINUATION OF BLOCK 20 DOCUMENT (ATTACHED). TASK 1 IS TIME & MATERIALS / TASK 2 IS FIRM-FIXED-PRICE / TOTAL ESTIMATED DOLLAR VALUE - NOT TO EXCEED: $61,255,884.00 BASE PERIOD OF PERFORMANCE: 05/31/2005 THROUGH 05/30/2006. PERIOD OF PERFORMANCE IS A BASE PERIOD OF ONE YEAR PLUS FOUR ONE YEAR OPTION PERIODS FOR A TOTAL OF FIVE (5) YEARS.

Place of Performance

Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22209

State: Virginia Government Spending

Plain-Language Summary

General Services Administration obligated $37.0 million to PERATON ENTERPRISE SOLUTIONS LLC for work described as: IN ITSS UNDER PROJECT NUMBER: K04BN001S00 ALL WORK AND SERVICES UNDER THIS TASK ORDER SHALL BE COMPLETED IN ACCORDANCE WITH THE STATEMENT OF WORK DATED 7 JUNE 2004 (PREVIOUSLY FURNISHED), THE VENDOR'S ACCEPTED PROPOSAL DATED JANUARY 6, 2005 (ATTACHED), THE TASK ORDER CLAUSES AND … Key points: 1. The task order, valued at up to $61.3 million, covers computing infrastructure, data processing, and web hosting services. 2. Awarded non-competitively, this suggests a potential lack of market research or a specific need for the incumbent. 3. The contract spans a base year with four one-year options, indicating a potential long-term relationship. 4. The mix of Time & Materials and Firm-Fixed-Price contract types may introduce cost control challenges.

Value Assessment

Rating: fair

The total estimated value of $61.3 million for a 5-year period (including options) suggests an average annual value of approximately $12.26 million. Without specific benchmarks for similar IT infrastructure services, a precise pricing assessment is difficult, but this figure should be compared against industry standards for comparable government or commercial contracts.

Cost Per Unit: N/A

Competition Analysis

Competition Level: unknown

This was awarded as a non-competitive delivery order. This method limits price discovery and competition, potentially leading to higher costs for taxpayers if not carefully managed and justified.

Taxpayer Impact: The non-competitive nature raises concerns about whether the government secured the best possible price and value for these essential IT services.

Public Impact

Federal agencies rely on IT infrastructure services for critical operations, impacting service delivery to citizens. The use of a non-competitive award may limit opportunities for small businesses and innovative solutions. Long-term contracts can provide stability but also risk vendor lock-in and reduced agility.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Non-competitive award
  • Mix of contract types (T&M/FFP)
  • Potential for vendor lock-in

Positive Signals

  • Long-term performance period
  • Established vendor relationship

Sector Analysis

This contract falls within the IT sector, specifically focusing on computing infrastructure, data processing, and web hosting. Spending in this area is substantial across government, with benchmarks varying widely based on service scope and complexity.

Small Business Impact

The non-competitive award mechanism raises questions about opportunities for small businesses to compete for this significant IT services contract. Further analysis would be needed to determine if small business set-asides were considered or if subcontracting opportunities exist.

Oversight & Accountability

The use of a non-competitive delivery order requires strong justification and oversight to ensure fair pricing and prevent potential waste. The General Services Administration (GSA) should have robust internal controls to monitor performance and costs.

Related Government Programs

  • Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  • General Services Administration Contracting
  • Federal Acquisition Service Programs

Risk Flags

  • Non-competitive award limits price competition.
  • Time & Materials component poses cost control risks.
  • Potential for vendor lock-in over the contract's lifespan.
  • Lack of transparency in source selection.
  • Limited opportunities for small business participation.

Tags

computing-infrastructure-providers-data-, general-services-administration, va, do, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $37.0 million to PERATON ENTERPRISE SOLUTIONS LLC. IN ITSS UNDER PROJECT NUMBER: K04BN001S00 ALL WORK AND SERVICES UNDER THIS TASK ORDER SHALL BE COMPLETED IN ACCORDANCE WITH THE STATEMENT OF WORK DATED 7 JUNE 2004 (PREVIOUSLY FURNISHED), THE VENDOR'S ACCEPTED PROPOSAL DATED JANUARY 6, 2005 (ATTACHED), THE TASK ORDER CLAUSES AND THE TERMS AND CONDITIONS CONTAINED IN THE CONTINUATION OF BLOCK 20 DOCUMENT (ATTACHED). TASK 1 IS TIME & MATERIALS / TASK 2 IS FIRM-FIXED-PRICE / TOTAL ESTIMATED DOLLAR VALUE - NOT TO EXCEED: $61,255,884.00 BASE PERIOD

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 $37.0 million.

What is the period of performance?

Start: 2005-05-23. End: 2009-05-30.

What was the justification for awarding this task order non-competitively, and were alternative solutions or vendors evaluated?

The justification for a non-competitive award is crucial for ensuring taxpayer value. Agencies must demonstrate that only one source can fulfill the requirement due to unique capabilities, urgent needs, or specific program requirements. Without this justification, the government risks paying inflated prices and missing out on potentially better solutions from a competitive marketplace.

How will the Time & Materials portion of the contract be managed to prevent cost overruns and ensure efficient service delivery?

Managing Time & Materials (T&M) contracts requires diligent oversight. Agencies should establish clear labor categories, rates, and ceilings, and closely monitor hours worked and materials used. Implementing performance metrics and regular progress reviews can help control costs and ensure the vendor is delivering value efficiently, mitigating the inherent risks of T&M pricing.

What are the key performance indicators (KPIs) for this contract, and how will they be measured to ensure effective service delivery?

Effective service delivery hinges on well-defined KPIs. For IT infrastructure services, these might include system uptime, response times, data security compliance, and user satisfaction. Regular performance reviews against these KPIs are essential for holding the vendor accountable and ensuring the services meet the government's operational needs and provide adequate value.

Industry Classification

NAICS: InformationComputing Infrastructure Providers, Data Processing, Web Hosting, and Related ServicesComputing Infrastructure Providers, Data Processing, Web Hosting, and Related Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSADP AND TELECOMMUNICATIONS

Competition & Pricing

Extent Competed: NON-COMPETITIVE DELIVERY ORDER

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: COMBINATION (TWO OR MORE) (2)

Evaluated Preference: NONE

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: $80,704,018

Exercised Options: $53,459,669

Current Obligation: $37,047,158

Parent Contract

Parent Award PIID: GS35F0323J

IDV Type: FSS

Timeline

Start Date: 2005-05-23

Current End Date: 2009-05-30

Potential End Date: 2009-05-30 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