Treasury's $14.6M contract for program management support services awarded to Interactive Technology Solutions LLC

Contract Overview

Contract Amount: $14,594,362 ($14.6M)

Contractor: Interactive Technology Solutions LLC

Awarding Agency: Department of the Treasury

Start Date: 2003-10-01

End Date: 2008-01-05

Contract Duration: 1,557 days

Daily Burn Rate: $9.4K/day

Competition Type: NON-COMPETITIVE DELIVERY ORDER

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PROGRAM MANAGEMENT SUPPORT SERVICES

Place of Performance

Location: LANHAM, PRINCE GEORGE'S County, MARYLAND, 20706

State: Maryland Government Spending

Plain-Language Summary

Department of the Treasury obligated $14.6 million to INTERACTIVE TECHNOLOGY SOLUTIONS LLC for work described as: PROGRAM MANAGEMENT SUPPORT SERVICES Key points: 1. Contract awarded on a non-competitive basis, raising questions about potential cost savings and market competition. 2. The contract duration of 1557 days suggests a long-term need for these services. 3. Services fall under Administrative Management and General Management Consulting, a broad category. 4. The firm fixed-price contract type aims to control costs, but the non-competitive nature may limit its effectiveness. 5. Awarded to a single vendor, limiting opportunities for broader market engagement and innovation. 6. The contract's value is moderate within the context of federal consulting services.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging due to its non-competitive nature and the broad scope of 'program management support services.' Without comparable bids, it's difficult to definitively assess if the $14.6 million represents optimal value for money. The firm fixed-price structure is a positive indicator for cost control, but the lack of competition means there's no direct market pressure to ensure the most competitive pricing. Further analysis would require understanding the specific deliverables and comparing them to industry standards for similar consulting engagements.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded as a non-competitive delivery order, indicating that a full and open competition was not conducted. This typically occurs when a specific vendor is uniquely qualified, or in situations where urgency or a lack of available alternatives necessitates a sole-source award. The limited competition means that the government did not benefit from a range of proposals and pricing strategies that would typically emerge from a competitive bidding process, potentially impacting price discovery.

Taxpayer Impact: For taxpayers, a sole-source award means there is a reduced likelihood of achieving the lowest possible price, as there was no competitive pressure to drive down costs. This can lead to higher overall expenditure for the government compared to what might have been achieved through open competition.

Public Impact

The primary beneficiaries are likely the internal programs and projects within the IRS that require program management support. Services delivered include administrative management and general management consulting, crucial for operational efficiency. The geographic impact is primarily within the IRS's operational areas, likely concentrated where the contractor provides services. Workforce implications may include the direct employment of consultants by Interactive Technology Solutions LLC and potential indirect impacts on IRS staff collaborating with the contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Non-competitive award limits price discovery and potentially increases costs for taxpayers.
  • Broad service category makes it difficult to assess specific performance metrics and value.
  • Long contract duration without clear performance benchmarks could lead to scope creep or inefficiencies.

Positive Signals

  • Firm fixed-price contract type provides cost certainty for the government.
  • Award to a single vendor may indicate specialized expertise required for the program.
  • The contract has been active for a significant period, suggesting a sustained need and potentially a stable working relationship.

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically administrative management and general management consulting. This sector is characterized by a wide range of services supporting government operations, from strategic planning to day-to-day administrative functions. The market size for federal consulting services is substantial, with agencies frequently outsourcing specialized expertise. This contract represents a moderate-sized engagement within this broader sector, supporting the IRS's internal operational needs.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'ss: false' and 'sb: false'. Therefore, it did not directly contribute to opportunities for small businesses through a set-aside. There is no information provided regarding subcontracting plans, so the impact on the small business ecosystem through subcontracting is unknown. The award to a single, likely larger, entity suggests that small businesses were not primary participants in this specific procurement.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and program managers within the IRS. Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to deliver specific services for an agreed-upon price. Transparency is limited due to the non-competitive nature of the award; details regarding the justification for the sole-source award and the evaluation process would be crucial for a full transparency assessment. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • IRS Program Management Support
  • Federal Management Consulting Services
  • Administrative Services Contracts
  • General Management Consulting

Risk Flags

  • Non-competitive award
  • Lack of detailed performance metrics
  • Broad service category

Tags

program-management-support, administrative-management, general-management-consulting, interactive-technology-solutions-llc, department-of-the-treasury, internal-revenue-service, non-competitive-delivery-order, firm-fixed-price, maryland, consulting-services, federal-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of the Treasury awarded $14.6 million to INTERACTIVE TECHNOLOGY SOLUTIONS LLC. PROGRAM MANAGEMENT SUPPORT SERVICES

Who is the contractor on this award?

The obligated recipient is INTERACTIVE TECHNOLOGY SOLUTIONS LLC.

Which agency awarded this contract?

Awarding agency: Department of the Treasury (Internal Revenue Service).

What is the total obligated amount?

The obligated amount is $14.6 million.

What is the period of performance?

Start: 2003-10-01. End: 2008-01-05.

What was the specific justification for awarding this contract on a non-competitive basis?

The provided data indicates the contract was a 'NON-COMPETITIVE DELIVERY ORDER' (ct: NON-COMPETITIVE DELIVERY ORDER). While the specific justification is not detailed in the provided data snippet, non-competitive awards are typically justified under circumstances such as: only one responsible source being available or uniquely qualified to provide the required services; an urgent need for the supplies or services; or when it is impractical or impossible to obtain competition. For a contract of this value and duration, the IRS would have had to document a compelling reason, likely related to specialized expertise or a critical, time-sensitive requirement that could not be met through a competitive process. Further investigation into the contract's award file would reveal the precise justification.

How does the $14.6 million contract value compare to similar program management support contracts at the IRS or other agencies?

Comparing the $14.6 million value requires context regarding the scope and duration. This contract spanned approximately 4.2 years (1557 days). For program management support services, this value is moderate. Larger agencies like the IRS often award multi-year contracts in the tens or even hundreds of millions for comprehensive support. However, without knowing the specific deliverables, number of personnel, and complexity of the programs supported, a precise benchmark is difficult. Generally, federal agencies procure program management support through various contract vehicles, including large IDIQs (Indefinite Delivery/Indefinite Quantity) where individual task orders can range significantly. This specific award, being non-competitive, might represent a higher per-year cost than a competitively bid contract of similar scope.

What are the key performance indicators (KPIs) or deliverables associated with this contract?

The provided data identifies the service as 'PROGRAM MANAGEMENT SUPPORT SERVICES' (d: PROGRAM MANAGEMENT SUPPORT SERVICES) and categorizes it under 'Administrative Management and General Management Consulting Services' (nd: Administrative Management and General Management Consulting Services). However, specific Key Performance Indicators (KPIs) or detailed deliverables are not included in this data snippet. Typically, such contracts would involve services like strategic planning, project management, organizational analysis, process improvement, and administrative support. Performance would likely be measured against adherence to project timelines, budget management, quality of reports and recommendations, and overall contribution to the successful execution of the programs being supported. The contracting officer's representative (COR) would be responsible for monitoring these aspects.

What is the track record of Interactive Technology Solutions LLC in performing federal contracts, particularly with the IRS?

Interactive Technology Solutions LLC (co: INTERACTIVE TECHNOLOGY SOLUTIONS LLC) has been awarded this contract by the IRS. To assess their track record, one would need to examine their past performance on federal contracts. This includes reviewing contract histories for on-time delivery, quality of work, adherence to budget, and any past performance evaluations or disputes. Databases like the Federal Procurement Data System (FPDS) or SAM.gov can provide insights into their contract awards, values, and agencies served. A positive track record with the IRS or similar agencies would suggest a higher likelihood of successful performance on this current contract, while a history of issues might raise concerns about the non-competitive award decision.

How has IRS spending on program management support services evolved over time, and does this contract fit into a larger trend?

Analyzing IRS spending trends on program management support requires access to historical spending data beyond this single contract. Program management support is a critical function, especially for an organization as large and complex as the IRS, which manages numerous ongoing initiatives and tax processing systems. Spending in this area can fluctuate based on new legislative mandates, technology modernization efforts, and shifts in operational priorities. This $14.6 million contract, awarded between 2003 and 2008, represents a specific investment during that period. To understand broader trends, one would need to examine aggregate spending on similar services over multiple fiscal years, looking for patterns of increase or decrease, and identifying key drivers behind those shifts.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NON-COMPETITIVE DELIVERY ORDER

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Contractor Details

Address: 15200 SHADY GROVE RD, ROCKVILLE, MD, 08

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $11,622,619

Exercised Options: $11,695,731

Current Obligation: $14,594,362

Parent Contract

Parent Award PIID: GS10F0176N

IDV Type: FSS

Timeline

Start Date: 2003-10-01

Current End Date: 2008-01-05

Potential End Date: 2008-01-05 00:00:00

Last Modified: 2013-04-01

More Contracts from Interactive Technology Solutions LLC

View all Interactive Technology Solutions LLC federal contracts →

Other Department of the Treasury Contracts

View all Department of the Treasury contracts →

Explore Related Government Spending