DoD Awards $23.8M for JCC Support Services to Peraton Inc. Under Full and Open Competition
Contract Overview
Contract Amount: $23,822,170 ($23.8M)
Contractor: Peraton Inc.
Awarding Agency: Department of Defense
Start Date: 2019-05-01
End Date: 2025-06-30
Contract Duration: 2,252 days
Daily Burn Rate: $10.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IGF::OT::IGF JCC SUPPORT SERVICES
Plain-Language Summary
Department of Defense obligated $23.8 million to PERATON INC. for work described as: IGF::OT::IGF JCC SUPPORT SERVICES Key points: 1. Contract awarded to Peraton Inc. for $23.8 million. 2. Services fall under Computer Systems Design, NAICS 541512. 3. Procurement utilized full and open competition. 4. Contract duration extends to June 2025. 5. Firm Fixed Price contract type.
Value Assessment
Rating: good
The contract value of $23.8 million appears reasonable for specialized IT support services. Benchmarking against similar DoD contracts for computer systems design services would provide a more definitive assessment of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The use of full and open competition suggests a robust process for soliciting bids and achieving competitive pricing. This method typically leads to better price discovery and potentially lower costs for the government.
Taxpayer Impact: The competitive nature of this award is expected to yield fair market value, ensuring taxpayer dollars are used efficiently for essential IT support.
Public Impact
Ensures continued operational support for Joint Command Center (JCC) systems. Supports critical Department of Defense IT infrastructure. Potential impact on readiness and operational effectiveness of military units relying on JCC. Contractor performance will be key to maintaining system integrity and availability.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in provided data.
- Potential for cost overruns if scope expands beyond initial estimates.
Positive Signals
- Full and open competition utilized.
- Firm Fixed Price contract type limits cost risk.
- Long-term contract provides stability for support.
Sector Analysis
This contract falls within the IT services sector, specifically computer systems design. Spending in this area is substantial across the federal government, supporting a wide range of mission-critical functions.
Small Business Impact
The data indicates this contract was not awarded to small businesses, as 'sb' is false. Further analysis would be needed to determine if small business subcontracting opportunities exist within this award.
Oversight & Accountability
Oversight will be crucial to ensure Peraton Inc. meets performance requirements and stays within budget. The Department of the Army's contracting office is responsible for monitoring this contract's execution.
Related Government Programs
- Computer Systems Design Services
- Department of Defense Contracting
- Department of the Army Programs
Risk Flags
- Potential for vendor lock-in if specialized knowledge is highly concentrated.
- Dependence on a single contractor for critical IT infrastructure.
- Risk of performance degradation if contractor resources are diverted.
- Cybersecurity risks associated with IT support services.
Tags
computer-systems-design-services, department-of-defense, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $23.8 million to PERATON INC.. IGF::OT::IGF JCC SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is PERATON INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $23.8 million.
What is the period of performance?
Start: 2019-05-01. End: 2025-06-30.
What specific IT systems and services does JCC Support Services entail, and how does this contract ensure the necessary technical expertise is maintained?
The contract likely covers the design, implementation, maintenance, and potentially upgrade of complex IT systems integral to Joint Command Center operations. Ensuring technical expertise involves rigorous contractor vetting, defined service level agreements, and potentially personnel qualifications specified in the contract's statement of work. The firm fixed price nature suggests a well-defined scope, but ongoing monitoring is essential to confirm the contractor's ability to deliver specialized skills throughout the contract period.
Given the firm fixed price structure, what mechanisms are in place to manage potential scope creep or unforeseen technical challenges that could impact cost or delivery?
While a firm fixed price contract aims to cap costs, mechanisms for managing scope creep typically involve strict change control processes. Any proposed changes to the original scope must be formally documented, evaluated for impact on cost and schedule, and approved by the contracting officer. Unforeseen technical challenges are managed through contract clauses addressing such issues, potentially allowing for equitable adjustments if the challenges are beyond the contractor's control and not attributable to negligence.
How does the $23.8 million award compare to historical spending on similar JCC support services, and what is the projected return on investment for this expenditure?
A direct comparison to historical spending requires access to prior contract data for JCC support services. However, the value appears substantial, reflecting the critical nature of command center operations. The return on investment is primarily measured in terms of enhanced operational readiness, improved decision-making capabilities, and the secure, reliable functioning of critical defense infrastructure. Quantifying ROI precisely is challenging but is intrinsically linked to mission success and national security.
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 › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
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: $25,373,598
Exercised Options: $25,373,598
Current Obligation: $23,822,170
Actual Outlays: $536,272
Subaward Activity
Number of Subawards: 66
Total Subaward Amount: $32,222,067
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 47QTCK18D0011
IDV Type: GWAC
Timeline
Start Date: 2019-05-01
Current End Date: 2025-06-30
Potential End Date: 2025-06-30 00:00:00
Last Modified: 2025-04-24
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)