DoD's Defense Health Agency Spends $26.2M on Computer Facilities Management Services with Dawson Federal, Inc
Contract Overview
Contract Amount: $26,252,240 ($26.3M)
Contractor: Dawson Federal, Inc
Awarding Agency: Department of Defense
Start Date: 2017-09-28
End Date: 2022-09-28
Contract Duration: 1,826 days
Daily Burn Rate: $14.4K/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::OT::IGF PROGRAM MANAGEMENT
Place of Performance
Location: FALLS CHURCH, FAIRFAX County, VIRGINIA, 22042
State: Virginia Government Spending
Plain-Language Summary
Department of Defense obligated $26.3 million to DAWSON FEDERAL, INC for work described as: IGF::OT::IGF PROGRAM MANAGEMENT Key points: 1. Significant contract value of $26.2M over 5 years. 2. Sole-source award raises questions about competition and potential overpricing. 3. Lack of small business participation noted. 4. IT sector spending, specifically in facilities management.
Value Assessment
Rating: questionable
The contract value of $26.2M over five years for computer facilities management services appears high without competitive benchmarking. The lack of competition makes it difficult to assess if the pricing is fair and reasonable compared to market rates for similar services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, indicating a lack of competition. This procurement method limits price discovery and may result in higher costs for taxpayers compared to a competitively awarded contract.
Taxpayer Impact: The sole-source nature of this award limits competitive pressure, potentially leading to higher costs for taxpayers than if the contract had been competed.
Public Impact
Taxpayers may have overpaid due to the absence of competitive bidding. Limited visibility into the specific services provided under this large contract. Potential missed opportunities for small businesses to participate in defense contracts.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- No small business participation
- Long contract duration
Positive Signals
- Definitive contract awarded
- Firm fixed price contract type
Sector Analysis
This contract falls within the Information Technology sector, specifically for computer facilities management services. Spending in this area is crucial for maintaining operational infrastructure, but competitive procurement is key to ensuring value for money.
Small Business Impact
The contract data indicates no small business participation (sb: false). This suggests a missed opportunity to support small businesses and potentially leverage their specialized capabilities within the IT services domain.
Oversight & Accountability
The sole-source nature of this award warrants further oversight to ensure the Defense Health Agency received fair value and that the procurement process was justified. Accountability for the lack of competition and small business inclusion should be reviewed.
Related Government Programs
- Computer Facilities Management Services
- Department of Defense Contracting
- Defense Health Agency Programs
Risk Flags
- Sole-source award limits competition and price discovery.
- No small business participation noted.
- High contract value over a long duration.
- Lack of transparency regarding specific services and justification for sole-sourcing.
Tags
computer-facilities-management-services, department-of-defense, va, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $26.3 million to DAWSON FEDERAL, INC. IGF::OT::IGF PROGRAM MANAGEMENT
Who is the contractor on this award?
The obligated recipient is DAWSON FEDERAL, INC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Health Agency).
What is the total obligated amount?
The obligated amount is $26.3 million.
What is the period of performance?
Start: 2017-09-28. End: 2022-09-28.
What specific justification was provided for the sole-source award of this $26.2M contract, and were alternative competitive strategies explored?
The provided data indicates the contract was 'NOT COMPETED UNDER SAP,' suggesting it was not competed under simplified acquisition procedures. A sole-source award typically requires a justification and approval (J&A) outlining why only one source can meet the requirement. Without this J&A, it's impossible to assess the validity of the sole-source determination or if competitive alternatives were adequately considered.
How does the $26.2M contract value compare to industry benchmarks for similar computer facilities management services, especially given the lack of competition?
Benchmarking this $26.2M contract is challenging due to its sole-source nature and the absence of competitive bids. Without a competitive process, it's difficult to determine if the price reflects fair market value. A thorough review would involve comparing the contract's scope, duration, and specific services against publicly available data for similar IT facilities management contracts awarded competitively.
What is the potential impact on the Defense Health Agency's IT infrastructure and service delivery due to the long, sole-source contract with Dawson Federal, Inc.?
A long-term, sole-source contract can potentially lead to vendor lock-in and reduced innovation if not managed carefully. While it provides stability, it may limit the agency's ability to adopt newer technologies or benefit from competitive pricing that could arise from regular re-competition. The effectiveness hinges on Dawson Federal's performance and the agency's oversight.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Facilities Management Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: HT001117R0027
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 112 E PECAN ST STE 300, SAN ANTONIO, TX, 78205
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Native Hawaiian Organization Owned Firm, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $31,100,266
Exercised Options: $26,252,240
Current Obligation: $26,252,240
Subaward Activity
Number of Subawards: 4
Total Subaward Amount: $328,945
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2017-09-28
Current End Date: 2022-09-28
Potential End Date: 2022-09-28 00:00:00
Last Modified: 2024-12-02
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)