SSA's $5.5M E-Gov Travel Services Contract with CW Government Travel Inc. Faces Scrutiny
Contract Overview
Contract Amount: $5,529,048 ($5.5M)
Contractor: CW Government Travel Inc
Awarding Agency: Social Security Administration
Start Date: 2014-08-28
End Date: 2027-06-03
Contract Duration: 4,662 days
Daily Burn Rate: $1.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::CT::IGF E-GOV TRAVEL SERVICES 2 (ETS2) IMPLEMENTATION AND OPTIONS FOR TRANSACTIONS
Place of Performance
Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22203
State: Virginia Government Spending
Plain-Language Summary
Social Security Administration obligated $5.5 million to CW GOVERNMENT TRAVEL INC for work described as: IGF::CT::IGF E-GOV TRAVEL SERVICES 2 (ETS2) IMPLEMENTATION AND OPTIONS FOR TRANSACTIONS Key points: 1. The contract is for travel services, a common government function. 2. CW Government Travel Inc. is the incumbent, suggesting potential for vendor lock-in. 3. The fixed-price contract type offers some cost predictability. 4. The sector is IT/Services, with significant government spending.
Value Assessment
Rating: fair
The contract's value of $5.5M over its period of performance appears reasonable for e-government travel services. Benchmarking against similar government travel contracts would provide a clearer picture of its pricing competitiveness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which generally promotes competitive pricing. However, the specific details of the bidding process and the number of bidders are not provided, impacting a full assessment of price discovery.
Taxpayer Impact: The use of a competitive process aims to ensure taxpayer funds are used efficiently for travel services.
Public Impact
Federal employees rely on these services for official travel arrangements. Efficient travel management can lead to cost savings for the government. The contract's performance impacts employee travel experience and agency budgets.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed pricing benchmarks.
- Potential for incumbent advantage despite full and open competition.
Positive Signals
- Awarded under full and open competition.
- Firm fixed-price contract type.
Sector Analysis
This contract falls within the IT and Services sector, specifically e-government solutions for travel. Government spending in this area is substantial, with agencies seeking efficient and cost-effective ways to manage employee travel.
Small Business Impact
The provided data does not indicate any specific set-asides for small businesses. Further analysis would be needed to determine if small businesses had an opportunity to participate in this procurement.
Oversight & Accountability
The contract's duration and value suggest it would be subject to standard federal procurement oversight. However, specific oversight activities or findings are not detailed in the provided data.
Related Government Programs
- Scheduled Passenger Air Transportation
- Social Security Administration Contracting
- Social Security Administration Programs
Risk Flags
- Potential for incumbent advantage.
- Lack of detailed performance metrics.
- Limited insight into specific pricing benchmarks.
- No explicit mention of small business participation.
Tags
scheduled-passenger-air-transportation, social-security-administration, va, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Social Security Administration awarded $5.5 million to CW GOVERNMENT TRAVEL INC. IGF::CT::IGF E-GOV TRAVEL SERVICES 2 (ETS2) IMPLEMENTATION AND OPTIONS FOR TRANSACTIONS
Who is the contractor on this award?
The obligated recipient is CW GOVERNMENT TRAVEL INC.
Which agency awarded this contract?
Awarding agency: Social Security Administration (Social Security Administration).
What is the total obligated amount?
The obligated amount is $5.5 million.
What is the period of performance?
Start: 2014-08-28. End: 2027-06-03.
What is the specific scope of services provided under this contract, and how does it compare to industry standards for e-travel platforms?
The contract covers e-Gov Travel Services 2 (ETS2) implementation and transactions. This typically includes booking flights, hotels, and rental cars, along with expense management features. Benchmarking against industry standards would require detailed service level agreements and feature comparisons, which are not fully available in the provided data. However, ETS2 aims to consolidate and modernize federal travel systems.
Are there any identified risks associated with the incumbent contractor's performance or the technology platform used for ETS2?
The provided data does not explicitly detail performance risks with the incumbent, CW Government Travel Inc., or the ETS2 platform. However, any long-term contract with an incumbent carries inherent risks of complacency or vendor lock-in. A review of past performance evaluations and any reported issues with the ETS2 system would be necessary to fully assess these risks.
How effectively does this contract contribute to overall government travel cost savings and efficiency compared to alternative solutions?
The effectiveness in contributing to cost savings and efficiency is difficult to ascertain without detailed performance metrics and comparative data. While ETS2 aims to standardize and streamline travel, the actual savings depend on user adoption, negotiated rates, and the efficiency of the platform's transaction processing. A thorough analysis would require comparing travel spend and administrative costs before and after ETS2 implementation.
Industry Classification
NAICS: Transportation and Warehousing › Scheduled Air Transportation › Scheduled Passenger Air Transportation
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRAVEL, LODGING, RECRUITMENT SVCS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4300 WILSON BLVD STE 230, ARLINGTON, VA, 22203
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $8,405,180
Exercised Options: $5,529,048
Current Obligation: $5,529,048
Actual Outlays: $1,098,444
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS33FAA009
IDV Type: IDC
Timeline
Start Date: 2014-08-28
Current End Date: 2027-06-03
Potential End Date: 2027-06-03 00:00:00
Last Modified: 2026-01-22
More Contracts from CW Government Travel Inc
- Descr N.A — $63.8M (General Services Administration)
- Management Service FEE - Combined — $18.3M (Department of Defense)
- Management Service FEE - Combined — $14.7M (Department of Defense)
- THE Purpose of This Task Order IS to Obtain Contractor Support for a Single, End-To-End Travel Management System That IS Compliant With the Joint Travel Regulation (JTR) and Federal Travel Regulation (FTR) — $8.6M (Department of Homeland Security)
- E-Government Travel Services TAS::69 4562::TAS Igf::ot::igf — $8.0M (Department of Transportation)
Other Social Security Administration Contracts
- Itssc Task Order for Systems — $1.1B (Leidos, Inc.)
- Contractor IS to Provide the Expertise, Technical Knowledge, IT Support Personnel, and Other Related Resources Necessary for Systems Analysis and Testing — $734.1M (Northrop Grumman Systems Corporation)
- Contractor to Provide Development&database Support to Agency's Office of Software Engineering — $593.5M (Leidos, Inc.)
- THE Government Intends to Establish a Single-Award Delivery Order Base Plus Four 1year Option Periods for the Renewal of IBM Software Maintenance and the Purchase of More Additional IBM Software Licenses Against the General Services Administrations Federal Supply Schedule Program. Previous Order SS00-15-30081 — $525.4M (International Business Machines Corporation)
- NEW 66 Month Open-Market Contract for Renewal of CA Software, Support Services, and Maintenance. CA Proprietary Software Products ARE Used Extensively Throughout OUR Mainframe and Distributed Environments AT ALL SSA Data Centers — $419.8M (CA, Inc.)