GSA's $21.3M Electronic Data Interchange Services Task Order to ManTech MGS, Inc. transferred options from a prior task order
Contract Overview
Contract Amount: $21,291,923 ($21.3M)
Contractor: Mantech MGS, Inc.
Awarding Agency: General Services Administration
Start Date: 2012-11-01
End Date: 2016-09-30
Contract Duration: 1,429 days
Daily Burn Rate: $14.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: VA FSC ELECTRONIC DATA INTERCHANGE SERVICES - TASK ORDER # FY369002001 IS A SUBTASK TO FY369002. THE PURPOSE OF THIS SUBTASK IS TO TRANSFER THE REMAINING OPTIONS (OPTION 3 AND OPTION 4) FROM TASK ORDER FY369002 TO NEW SUBTASK ORDER # FY369002001. OPTION 3 WAS EXERCISED AS A RESULT
Place of Performance
Location: AUSTIN, TRAVIS County, TEXAS, 78772
State: Texas Government Spending
Plain-Language Summary
General Services Administration obligated $21.3 million to MANTECH MGS, INC. for work described as: VA FSC ELECTRONIC DATA INTERCHANGE SERVICES - TASK ORDER # FY369002001 IS A SUBTASK TO FY369002. THE PURPOSE OF THIS SUBTASK IS TO TRANSFER THE REMAINING OPTIONS (OPTION 3 AND OPTION 4) FROM TASK ORDER FY369002 TO NEW SUBTASK ORDER # FY369002001. OPTION 3 WAS EXERCISED AS A RESU… Key points: 1. This task order represents a continuation of services previously contracted, with options transferred rather than new scope being added. 2. The contract type is Time and Materials, which can pose a higher risk for cost overruns if not managed closely. 3. The original task order was awarded under full and open competition, suggesting a competitive process for the initial award. 4. The services fall under Custom Computer Programming, a sector with significant government spending and evolving technological needs. 5. The duration of the task order is substantial, spanning over 1400 days, indicating a long-term need for these services. 6. The contract was awarded by the General Services Administration (GSA), a major contracting agency for federal IT services.
Value Assessment
Rating: fair
The contract is a Time and Materials (T&M) type, which generally offers less price certainty compared to fixed-price contracts. Without detailed breakdowns of labor rates and hours, it's difficult to benchmark the value definitively against similar contracts. However, the transfer of existing options suggests a continuation of services at potentially pre-negotiated rates. The total value of $21.3 million over its period of performance needs to be assessed against the specific deliverables and the market rates for custom computer programming services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The data indicates the original task order was awarded under 'FULL AND OPEN COMPETITION'. This suggests that multiple bidders were likely considered, which is generally favorable for price discovery and achieving competitive pricing. The transfer of options to a new subtask order implies that the original competitive process was deemed sufficient to cover the extended period.
Taxpayer Impact: A full and open competition process typically benefits taxpayers by fostering a competitive environment that can drive down costs and encourage innovation.
Public Impact
Federal agencies utilizing electronic data interchange (EDI) services benefit from streamlined data exchange and reduced administrative overhead. The services support the modernization and efficiency of government operations through improved data transfer capabilities. The contract impacts the IT services sector by providing work for a contractor specializing in custom computer programming. The geographic impact is primarily within Texas, where the contractor is located, but the services likely support federal operations nationwide.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type increases risk of cost overruns if not closely monitored.
- Lack of specific performance metrics makes it difficult to assess the effectiveness of the services delivered.
- The transfer of options without clear justification for the new subtask order could indicate potential contract management issues.
Positive Signals
- Awarded under full and open competition, suggesting a competitive initial process.
- Services are essential for efficient government data exchange, supporting operational needs.
- Contractor is established in the IT services sector, implying relevant expertise.
Sector Analysis
The contract falls within the Custom Computer Programming Services (NAICS 541511) sector, a significant segment of the federal IT market. This sector involves developing, testing, and maintaining software and systems. Government spending in this area is substantial, driven by the need for specialized IT solutions to support agency missions. Benchmarking this contract's value would require comparison with other government contracts for similar custom programming and data interchange services, considering factors like complexity, duration, and contractor expertise.
Small Business Impact
The provided data indicates that small business set-asides were not utilized for this contract (ss: false, sb: false). This means the contract was not specifically reserved for small businesses. While this contract itself may not directly benefit small businesses through a set-aside, the prime contractor, ManTech MGS, Inc., may engage small businesses as subcontractors. Further analysis would be needed to determine subcontracting plans and their impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Federal Acquisition Service. Mechanisms likely include contract performance reviews, financial audits, and adherence to the terms of the Time and Materials contract. Transparency is facilitated through contract databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- GSA IT Schedule Contracts
- Electronic Data Interchange (EDI) Services
- Custom Computer Programming Services
- Federal Data Management Initiatives
Risk Flags
- Time and Materials Contract Type
- Potential for Cost Overruns
- Lack of Specific Performance Metrics
- Option Transfer Justification Unclear
Tags
it, gsa, custom-computer-programming-services, time-and-materials, full-and-open-competition, task-order, man-tech-mgs-inc, federal-acquisition-service, texas, it-services
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $21.3 million to MANTECH MGS, INC.. VA FSC ELECTRONIC DATA INTERCHANGE SERVICES - TASK ORDER # FY369002001 IS A SUBTASK TO FY369002. THE PURPOSE OF THIS SUBTASK IS TO TRANSFER THE REMAINING OPTIONS (OPTION 3 AND OPTION 4) FROM TASK ORDER FY369002 TO NEW SUBTASK ORDER # FY369002001. OPTION 3 WAS EXERCISED AS A RESULT
Who is the contractor on this award?
The obligated recipient is MANTECH MGS, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $21.3 million.
What is the period of performance?
Start: 2012-11-01. End: 2016-09-30.
What is the specific nature of the 'remaining options' transferred from the original task order to this new subtask order?
The provided data states that the purpose of subtask order # FY369002001 is to transfer the remaining options (Option 3 and Option 4) from task order FY369002. Option 3 was exercised as a result. This implies that the services covered by these options were already defined and approved under the original task order. The transfer to a new subtask order might be for administrative reasons, to better track specific phases of the work, or to accommodate changes in funding or contract management. Without access to the original task order documentation and the modification details for this subtask, the precise scope and justification for the transfer remain unclear. However, it suggests a continuation of previously planned work rather than the initiation of entirely new services.
How does the Time and Materials (T&M) contract type compare to other contract types for similar IT services in terms of cost efficiency?
Time and Materials (T&M) contracts are often used when the scope of work is not clearly defined or is expected to change significantly. While they offer flexibility, they carry a higher risk of cost overruns for the government compared to fixed-price contracts, as the final cost depends on the actual labor hours and material costs incurred. For IT services where requirements are well-defined, fixed-price or cost-plus-fixed-fee contracts are generally preferred for better cost control. However, for tasks involving research, development, or undefined troubleshooting, T&M can be appropriate if stringent oversight and labor hour limitations are in place. The government's ability to manage and monitor T&M contracts closely is crucial for ensuring value for money.
What is ManTech MGS, Inc.'s track record with GSA and similar federal IT contracts?
ManTech MGS, Inc. has a history of receiving federal contracts, particularly within the IT and professional services sectors. Information from public databases like FPDS indicates numerous awards to ManTech across various agencies, including GSA. Their experience often involves complex IT solutions, systems integration, and program management. A detailed review of their past performance on similar GSA contracts, including customer satisfaction ratings, past performance evaluations, and any history of contract disputes or challenges, would be necessary to fully assess their track record for this specific task order. Their established presence suggests a capacity to handle large-scale federal IT requirements.
What are the potential risks associated with transferring contract options to a new subtask order?
Transferring contract options to a new subtask order can introduce several risks. Administratively, it can complicate tracking and reporting if not managed properly. There's a risk of scope creep if the new subtask order is not tightly defined, potentially leading to costs exceeding initial estimates. It could also obscure the original competitive basis for the work if the transfer is not well-justified. Furthermore, if the original task order had specific performance metrics or limitations, ensuring these are carried over and enforced under the new subtask order is critical. Without clear documentation and justification for the transfer, it raises questions about contract management efficiency and adherence to procurement regulations.
How does the $21.3 million value compare to typical spending on custom computer programming services by the federal government?
The $21.3 million value for this task order, spanning approximately four years, is within the range of significant federal IT procurements. The federal government spends billions annually on IT services, including custom computer programming (NAICS 541511). Contracts of this magnitude are common for developing, integrating, and maintaining complex software systems and data management solutions. To provide a precise comparison, one would need to benchmark against contracts of similar duration, complexity, and specific service offerings within the custom programming domain. However, as a single task order, it represents a substantial investment in specialized IT capabilities.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: FY369002001
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Kforce Inc. (UEI: 058287814)
Address: 2677 PROSPERITY AVE STE 100, FAIRFAX, VA, 22031
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $21,291,923
Exercised Options: $21,291,923
Current Obligation: $21,291,923
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Parent Contract
Parent Award PIID: GS35F0163Y
IDV Type: FSS
Timeline
Start Date: 2012-11-01
Current End Date: 2016-09-30
Potential End Date: 2016-10-31 00:00:00
Last Modified: 2019-04-09
More Contracts from Mantech MGS, Inc.
- Transformation Twenty-One Total Technology Next Generation (t4ng)program Business Case Analysis Technical Support Task Order — $35.5M (Department of Veterans Affairs)
- Single Mobility System / Coalition Mobility System — $34.2M (Department of Defense)
- National Center for Education Statistics (nces) WEB Support — $25.9M (Department of Education)
- Budget and Finance Support Services — $24.5M (Department of Defense)
- 200412!004720!2100!w74v8h!def. Contract. CMD. - Washington!gs23f9837h !C!N! !n!w74v8h04f1165! !20040930!20041231!101310399!101310399!101310399!n!bradson Corporation !1725 Jefferson Davis Highw!arlington !va!22202!27200!610!51!falls Church !falls Church (city) !virginia !+000000179865!n!n!000000000000!q999!other Medical Services !S1 !services !000 !* !541511!E! !6! ! ! ! ! !99990909!B! ! ! ! !A! ! ! !000! ! ! ! ! ! ! !y!b!n!n! ! ! ! ! ! !00 ! ! ! ! ! ! ! ! ! !0001! ! — $23.8M (Department of Defense)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)