DoD's $42M Entry Control Point contract awarded to Bering Straits IT, with 4 bidders

Contract Overview

Contract Amount: $42,038,711 ($42.0M)

Contractor: Bering Straits Information Technology, LLC

Awarding Agency: Department of Defense

Start Date: 2012-05-31

End Date: 2015-05-31

Contract Duration: 1,095 days

Daily Burn Rate: $38.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: ENTRY CONTROL POINT, PHASE 3, DELIVERY ORDER 0005

Place of Performance

Location: ANCHORAGE, ANCHORAGE County, ALASKA, 99508

State: Alaska Government Spending

Plain-Language Summary

Department of Defense obligated $42.0 million to BERING STRAITS INFORMATION TECHNOLOGY, LLC for work described as: ENTRY CONTROL POINT, PHASE 3, DELIVERY ORDER 0005 Key points: 1. Value for money appears fair given the fixed-price nature and duration, though specific performance metrics are not detailed. 2. Competition dynamics show a moderate level of interest with 4 bidders for this delivery order. 3. Risk indicators are moderate, with a fixed-price contract and a 3-year duration mitigating some potential cost overruns. 4. Performance context is limited to the delivery order scope, focusing on Phase 3 of an entry control point system. 5. Sector positioning is within IT services for defense, a common area for federal spending.

Value Assessment

Rating: fair

The contract's total value of $42 million over three years suggests a significant investment. Benchmarking against similar entry control point system contracts is challenging without more detailed scope information. However, the firm-fixed-price structure provides some cost certainty for the government. The price per year is approximately $14 million, which seems reasonable for a complex IT system deployment, but a direct comparison to market rates for similar systems is not readily available.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. With four bidders participating, the competition level suggests a healthy interest in this requirement. This level of competition is generally conducive to price discovery and can lead to more competitive pricing for the government.

Taxpayer Impact: The full and open competition with multiple bidders likely resulted in a more favorable price for taxpayers compared to a sole-source or limited competition award.

Public Impact

The Department of Defense benefits from enhanced entry control point capabilities. Services delivered include the implementation of Phase 3 of an entry control point system. The geographic impact is primarily within Alaska, where the contract is managed. Workforce implications include potential employment opportunities for IT specialists and support staff.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology sector, specifically focusing on defense-related systems. The market for IT services supporting national security is substantial, with numerous companies vying for these contracts. Comparable spending benchmarks are difficult to establish without precise details on the technology and services provided, but federal IT spending is in the hundreds of billions annually.

Small Business Impact

The data indicates this contract was awarded under full and open competition and does not specify any small business set-aside. Therefore, there is no direct indication of small business participation in the prime contract. Subcontracting opportunities for small businesses may exist, but are not detailed in this award notice. The impact on the small business ecosystem is likely indirect, depending on whether the prime contractor utilizes small business subcontractors.

Oversight & Accountability

Oversight for this contract would typically be managed by the Department of the Army contracting officers and program managers. Accountability measures are inherent in the firm-fixed-price contract structure, requiring delivery of specified services. Transparency is provided through contract award databases, though detailed performance reporting is usually internal. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

department-of-defense, department-of-the-army, information-technology, entry-control-point, delivery-order, firm-fixed-price, full-and-open-competition, alaska, medium-value, it-services, defense-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $42.0 million to BERING STRAITS INFORMATION TECHNOLOGY, LLC. ENTRY CONTROL POINT, PHASE 3, DELIVERY ORDER 0005

Who is the contractor on this award?

The obligated recipient is BERING STRAITS INFORMATION TECHNOLOGY, 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 $42.0 million.

What is the period of performance?

Start: 2012-05-31. End: 2015-05-31.

What is the specific nature of the 'Entry Control Point, Phase 3' system being implemented?

The provided data does not specify the exact nature of 'Entry Control Point, Phase 3'. However, 'entry control points' in a defense context typically refer to systems and procedures designed to manage and secure access to military installations or facilities. Phase 3 suggests a later stage in the development or implementation of such a system, potentially involving advanced technologies like biometric scanners, automated gate systems, surveillance, and integrated command and control software. The contract's focus on Irradiation Apparatus Manufacturing (NAICS 334517) is unusual for an IT system and might indicate a specialized component or a data entry error in the provided information, as this NAICS code typically relates to manufacturing of scientific and medical equipment, not IT services.

How does the $42 million contract value compare to similar entry control point system contracts awarded by the DoD?

Direct comparison of the $42 million contract value to similar entry control point system contracts is difficult without more specific details on the scope, technology, and duration of those comparable contracts. However, the value represents a significant investment over its 3-year period. The firm-fixed-price nature suggests a defined scope, and the competition level (4 bidders) indicates a degree of market interest. To provide a robust comparison, one would need to analyze contracts for similar security systems, considering factors like the number of access points, integration requirements with existing infrastructure, and the level of technological sophistication (e.g., AI-driven surveillance, advanced biometrics).

What are the key performance indicators (KPIs) for this contract, and how is performance being measured?

The provided data does not explicitly list the Key Performance Indicators (KPIs) for this contract. For an 'Entry Control Point, Phase 3' system, typical KPIs might include system uptime, response time for access authorization, accuracy of threat detection (if applicable), and successful integration with other security systems. Performance measurement would likely involve regular reporting from the contractor, government inspections, and user feedback. The firm-fixed-price contract structure implies that the government expects specific deliverables and functionalities to be met by the specified end date.

What is Bering Straits Information Technology, LLC's track record with similar DoD contracts?

Bering Straits Information Technology, LLC (BSIT) has a history of performing contracts for the Department of Defense. While the specific details of their past performance on entry control point systems are not provided here, their ability to win a $42 million full-and-open competition contract suggests they have demonstrated capabilities relevant to DoD requirements. A deeper analysis would involve reviewing their contract history for similar IT or security system projects, including past performance evaluations, any contract modifications, and their overall financial stability and operational capacity.

What is the historical spending trend for entry control point systems within the Department of the Army?

The provided data focuses on a single delivery order and does not offer historical spending trends for entry control point systems within the Department of the Army. To analyze historical spending, one would need to aggregate data on all contracts related to entry control points over several fiscal years. This would involve searching contract databases for relevant keywords and NAICS codes, identifying the total obligated amounts, and tracking spending patterns. Such an analysis could reveal whether spending on these systems is increasing, decreasing, or remaining stable, and identify major contractors or technological shifts.

Are there any identified risks associated with the technology or implementation of this specific entry control point system?

Without specific details on the technology comprising 'Entry Control Point, Phase 3', it's challenging to identify precise risks. However, general risks for such systems include cybersecurity vulnerabilities, potential for system failures or downtime impacting base access, integration challenges with existing infrastructure, and the risk of obsolescence if technology rapidly advances. The NAICS code 'Irradiation Apparatus Manufacturing' is particularly concerning if it's accurately associated with this IT contract, as it suggests a potential mismatch or a highly specialized, perhaps hazardous, component that requires specific handling and security protocols beyond typical IT deployments.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingIrradiation Apparatus Manufacturing

Product/Service Code: INSTRUMENTS AND LABORATORY EQPT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: W911QY10R0066

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4600 DEBARR RD STE 200, ANCHORAGE, AK, 99508

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $42,038,711

Exercised Options: $42,038,711

Current Obligation: $42,038,711

Contract Characteristics

Commercial Item: COMMERCIAL ITEM

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W911QY11D0020

IDV Type: IDC

Timeline

Start Date: 2012-05-31

Current End Date: 2015-05-31

Potential End Date: 2015-05-31 00:00:00

Last Modified: 2015-12-07

More Contracts from Bering Straits Information Technology, LLC

View all Bering Straits Information Technology, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending