DoD Awards $13M Contract for Integrated Support Services to Systems Intelligence, LLC
Contract Overview
Contract Amount: $12,970,648 ($13.0M)
Contractor: Systems Intelligence, LLC
Awarding Agency: Department of Defense
Start Date: 2025-02-05
End Date: 2026-02-04
Contract Duration: 364 days
Daily Burn Rate: $35.6K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: INTEGRATED SUPPORT SERVICES
Place of Performance
Location: HERNDON, FAIRFAX County, VIRGINIA, 20171
State: Virginia Government Spending
Plain-Language Summary
Department of Defense obligated $13.0 million to SYSTEMS INTELLIGENCE, LLC for work described as: INTEGRATED SUPPORT SERVICES Key points: 1. Contract awarded to Systems Intelligence, LLC for $12.97M. 2. Service category is Administrative Management and General Management Consulting Services. 3. Contract type is Cost Plus Fixed Fee, with a duration of 364 days. 4. The contract was not available for competition. 5. Small business status is not indicated as a factor.
Value Assessment
Rating: questionable
The Cost Plus Fixed Fee (CPFF) contract type can lead to cost overruns if not managed carefully. Without a competitive bidding process, it's difficult to assess if the fixed fee represents fair value for the services rendered.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not available for competition, suggesting a limited competition approach. This limits price discovery and potentially increases costs for taxpayers as there is no benchmark from competing bids.
Taxpayer Impact: The lack of competition may result in a higher cost to taxpayers compared to a fully competitive award.
Public Impact
Taxpayers may be paying more due to the absence of competitive bidding. The effectiveness of integrated support services is crucial for DoD operations. Transparency in contract execution and cost management is vital for accountability.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Cost Plus Fixed Fee contract type
- Limited transparency on pricing justification
Positive Signals
- Awarded to a single entity for integrated services
- Clear contract duration and start/end dates
Sector Analysis
This contract falls under administrative and management consulting services, a common area of government spending. Benchmarks for similar contracts are difficult to ascertain without competitive data.
Small Business Impact
The data does not indicate whether Systems Intelligence, LLC is a small business. Further analysis would be needed to determine the impact on small business participation.
Oversight & Accountability
Oversight will be critical to ensure the Cost Plus Fixed Fee structure does not lead to excessive costs and that the services delivered meet the Department of the Army's requirements effectively.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Department of Defense Contracting
- Department of the Army Programs
Risk Flags
- Potential for cost overruns due to CPFF structure.
- Lack of competitive bidding limits price validation.
- Absence of justification for limited competition.
- Uncertainty regarding the specific deliverables and performance metrics.
Tags
administrative-management-and-general-ma, department-of-defense, va, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $13.0 million to SYSTEMS INTELLIGENCE, LLC. INTEGRATED SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is SYSTEMS INTELLIGENCE, LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $13.0 million.
What is the period of performance?
Start: 2025-02-05. End: 2026-02-04.
What specific integrated support services are being provided, and how do they align with the Army's strategic objectives?
The contract specifies 'Administrative Management and General Management Consulting Services.' While broad, these services likely encompass operational support, strategic planning, and administrative efficiency improvements for the Department of the Army. The alignment with strategic objectives would depend on the specific tasks outlined in the contract's statement of work, which is not detailed in the provided data.
What is the justification for awarding this contract on a limited competition basis, and what steps were taken to ensure fair pricing?
The justification for limited competition is not provided. Typically, this occurs when only one source can meet the requirement. Without competitive bids, ensuring fair pricing relies heavily on the government's negotiation skills and robust cost analysis of the contractor's proposed costs and fee.
How will the effectiveness and value of these integrated support services be measured and evaluated throughout the contract period?
Effectiveness and value are typically measured through performance metrics and deliverables outlined in the contract's Statement of Work (SOW). For a CPFF contract, the government's contracting officer's representative (COR) would monitor progress against the SOW, assess the quality of services, and ensure costs remain within the estimated cost and fixed fee parameters.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 2553 DULLES VIEW DR, HERNDON, VA, 20171
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $44,662,072
Exercised Options: $22,011,856
Current Obligation: $12,970,648
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2025-02-05
Current End Date: 2026-02-04
Potential End Date: 2027-02-04 00:00:00
Last Modified: 2025-09-11
More Contracts from Systems Intelligence, LLC
- Swoop Operating System Demonstration and Test Report — $9.7M (Department of Defense)
- Enterprise Resourcing Planning (ERP) Software for Nssc Warehouse — $4.4M (Department of Health and Human Services)
- Relocate Esc's Exadata — $74.4K (Department of Transportation)
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)