DoD Awards $26.9M Contract for Healthcare Delivery Platform to Peraton Inc
Contract Overview
Contract Amount: $26,937,637 ($26.9M)
Contractor: Peraton Inc.
Awarding Agency: Department of Defense
Start Date: 2024-10-10
End Date: 2025-12-09
Contract Duration: 425 days
Daily Burn Rate: $63.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: HEALTHCARE DELIVERY PLATFORM
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22209
State: Virginia Government Spending
Plain-Language Summary
Department of Defense obligated $26.9 million to PERATON INC. for work described as: HEALTHCARE DELIVERY PLATFORM Key points: 1. Contract awarded to Peraton Inc. for a healthcare delivery platform. 2. The contract value is $26.9 million over 425 days. 3. Awarded under full and open competition. 4. The sector is IT services, specifically computer systems design. 5. The contract is a delivery order under an existing award.
Value Assessment
Rating: good
The contract value of $26.9M for a 425-day period appears reasonable for a complex IT service like a healthcare delivery platform. Benchmarking against similar large-scale IT projects suggests this pricing is within expected ranges, especially considering the specialized nature of healthcare IT.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, indicating a robust price discovery process. This method typically ensures competitive pricing by allowing all eligible vendors to bid, leading to potentially better value for the government.
Taxpayer Impact: The competitive nature of the award suggests taxpayers are likely receiving fair market value for the services rendered, as multiple vendors vied for the contract.
Public Impact
Enhances healthcare delivery capabilities for the Department of Defense. Supports military personnel and their families by improving health services. Leverages advanced IT solutions for efficient healthcare management. Potential for improved patient outcomes and operational efficiency within the DHA.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Contract duration is relatively short (425 days), potentially leading to follow-on procurements.
- No specific small business participation mentioned.
Positive Signals
- Awarded under full and open competition.
- Firm Fixed Price contract type provides cost certainty.
- Delivery order under an existing award may indicate a streamlined process.
Sector Analysis
This contract falls within the Information Technology sector, specifically Computer Systems Design Services. Spending in this area is critical for modernizing government operations. The benchmark for similar large-scale IT service contracts can range widely, but $26.9M for a specialized platform is a significant but not unusual investment.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Further analysis would be needed to determine if small businesses were involved as subcontractors or if there were opportunities missed for their participation.
Oversight & Accountability
The contract is a delivery order under an existing award, suggesting some level of prior oversight. However, the specific oversight mechanisms for this particular delivery order, especially concerning performance and cost control, would require further investigation.
Related Government Programs
- Computer Systems Design Services
- Department of Defense Contracting
- Defense Health Agency Programs
Risk Flags
- Potential for follow-on procurements due to short contract duration.
- Lack of explicit small business participation noted.
- Complexity of healthcare IT systems can introduce unforeseen challenges.
- Dependence on Peraton Inc. for critical healthcare infrastructure.
Tags
computer-systems-design-services, department-of-defense, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $26.9 million to PERATON INC.. HEALTHCARE DELIVERY PLATFORM
Who is the contractor on this award?
The obligated recipient is PERATON INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Health Agency).
What is the total obligated amount?
The obligated amount is $26.9 million.
What is the period of performance?
Start: 2024-10-10. End: 2025-12-09.
What specific functionalities will the healthcare delivery platform provide, and how do they align with the Defense Health Agency's strategic goals?
The platform is expected to enhance the efficiency and effectiveness of healthcare delivery within the DoD. Specific functionalities likely include patient management, appointment scheduling, electronic health records integration, and potentially telehealth capabilities. Its alignment with strategic goals would focus on improving access to care, enhancing medical readiness, and optimizing resource utilization for military personnel and their families.
What are the key performance indicators (KPIs) for this contract, and how will Peraton Inc.'s performance be measured?
Key performance indicators would likely focus on system uptime, data security and integrity, user satisfaction (clinicians and patients), response times for critical functions, and successful integration with existing DoD IT infrastructure. Performance measurement would involve regular reporting from Peraton, potential site visits, user feedback surveys, and audits by the Defense Health Agency contracting officer's representative.
What is the potential for scope creep or cost overruns given the nature of IT development projects?
While a Firm Fixed Price contract offers cost certainty, IT development projects inherently carry a risk of scope creep if requirements are not clearly defined or if unforeseen technical challenges arise. The relatively short duration and the fact it's a delivery order might mitigate some risk, but continuous monitoring of requirements and change management processes by the DHA will be crucial to prevent overruns.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
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: $38,473,742
Exercised Options: $26,937,637
Current Obligation: $26,937,637
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $23,948,859
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HT003822G0002
IDV Type: BOA
Timeline
Start Date: 2024-10-10
Current End Date: 2025-12-09
Potential End Date: 2026-10-09 00:00:00
Last Modified: 2025-05-13
More Contracts from Peraton Inc.
- 200107!000034!5700!GZ80 !smc/Pks !F0470101C0001 !A!N!*!Y! !20001103!20061031!052819732!052819732!001216845!n!itt Industries, Inc , Systems !4410 E Fountain Blvd !colorado Sprin !co!80916!16000!041!08!colorado Springs !EL Paso !colorado !+000016429445!n!n!000000000000!ac26!rdte/Missile and Space Systems-Mgmt Support !A2 !missile and Space Systems !3000!NOT Discernable or Classified !541710!*!*!3! ! ! !*!*!*!B!*!*!B! !A !Y!R!2!003!B! !A!N!Z! ! !N!C!N! ! ! !c!c!a!a!000!a!c!n! ! ! !Y! ! !0001! — $1.7B (Department of Defense)
- THE Exploration and Space Communications Projects Division (ESC) IS a National Resource Located AT Goddard Space Flight Center (gsfc) Which Enables Scientific Discovery and Space Exploration by Providing Innovative and Mission-Effective Space Communications and Navigation Solutions to a Large Community of Diverse Customers. ESC Manages Operational Geostationary Communications Relay Satellites and Ground Systems for the Space Communications and Navigation (scan) Program AT Nasa Headquarters. Today, Scan Network Systems Consist of the Space Network (SN), the Near Earth Network (NEN), and the Deep Space Network (DSN). the Day-To-Day Management of These Three Networks IS Currently NOT Fully Consistent. IT IS the Intention of the Government to Unify the SN and NEN Where Practicable Under This Contract Using Integrated, Common Management Practices and Network Solutions — $1.5B (National Aeronautics and Space Administration)
- Nasa Goddard Space Flight Center's (gsfc) Goal for the Space Communications Networks Services Contract (scns) IS to Enable Mission Success for Every Customer Using Scns Services. KEY Objectives of the Scns Contract ARE to Decrease Cost and Maintain or Improve Operational Efficiency and Reliability, While Maintaining an Acceptable Level of Risk and Providing for Safe Operation of the Missions. the Contractor Shall Implement a Safety, Health, and Mission Assurance Program That Provides a Safe and Healthy Work Environment, Minimizes Program Risk, and Maximizes Nasa Mission Success. the Contractor Shall BE Responsible and Accountable for Achieving the Required Results. Core Requirement Functions, Such AS Configuration Management, Quality Assurance, ETC. ARE Required to Support Idiq Task Orders. the Space Network (SN) IS Comprised of a Fleet of On-Orbit Tracking and Data Relay Satellites (tdrs) and Associated Ground Systems That Provide Telecommunications Services. the Nature of the SN Architecture, I.E., Extremely Large Capital Investment, Contractor Operated Facilities, Continuous 24X7 Requirements, ETC., Lends Itself to a Core Requirements Approach. the Ground Network (GN) Consists of an Orbital Tracking Network and the Satellite Laser Ranging Network. the Nature of the Ground Network Architecture, I.E., Diverse MIX of Commercial and Government Assets, Evolving Geographic and Technical Customer Requirements, and Legacy Systems, ETC. Lends Itself to an Idiq Approach. Other Activities, I.E., Very Long Baseline Interferometry Network Operations and Maintenance (O&M), Electronic System Test Laboratory, Requirements Development, Hardware and Software Development, ETC. ARE Best Suited to an Idiq Approach in the Resource-Constrained Environment That Nasa Operates in — $1.2B (National Aeronautics and Space Administration)
- Operational Planning Implementation and Assessment Services (opias) Base Award — $800.8M (General Services Administration)
- Sitec 3 EOM Provides Ussocom With O&M Services to Maintain Netops, Maintain Systems & Network Infrastructure, Provide END User & Common Device Support, Provide Configuration, Change, License, & Asset Mgmt. Conduct Training and Perform Imacs Services — $651.0M (General Services Administration)
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)