NOAA Awards $167.7M Fixed-Price Task Order to Verizon for NWS Telecom Infrastructure
Contract Overview
Contract Amount: $16,770,935 ($16.8M)
Contractor: Verizon Business Network Services LLC
Awarding Agency: Department of Commerce
Start Date: 2024-07-01
End Date: 2026-06-30
Contract Duration: 729 days
Daily Burn Rate: $23.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT
Sector: IT
Official Description: THIS IS A FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT TASK ORDER FOR THE NATIONAL WEATHER SERVICE FOR TELECOMMUNICATIONS INFRASTRUCTURE TRANSITION TO THE ENTERPRISE INFRASTRUCTURE SOLUTIONS (EIS) IDIQ CONTRACT.
Place of Performance
Location: SILVER SPRING, MONTGOMERY County, MARYLAND, 20910
State: Maryland Government Spending
Plain-Language Summary
Department of Commerce obligated $16.8 million to VERIZON BUSINESS NETWORK SERVICES LLC for work described as: THIS IS A FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT TASK ORDER FOR THE NATIONAL WEATHER SERVICE FOR TELECOMMUNICATIONS INFRASTRUCTURE TRANSITION TO THE ENTERPRISE INFRASTRUCTURE SOLUTIONS (EIS) IDIQ CONTRACT. Key points: 1. Verizon secures a significant task order for critical telecommunications infrastructure. 2. The contract leverages the Enterprise Infrastructure Solutions (EIS) IDIQ, indicating a strategic procurement approach. 3. Fixed-price with economic price adjustment offers some cost certainty while accounting for market fluctuations. 4. The award is for the National Weather Service, highlighting the importance of reliable communication for weather forecasting and public safety.
Value Assessment
Rating: good
This is a fixed-price with economic price adjustment contract, which is a common pricing structure for telecommunications services. The price is benchmarked against the overall IDIQ contract value and the duration of the task order.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a robust price discovery process. This method typically leads to more competitive pricing as multiple vendors have the opportunity to bid.
Taxpayer Impact: The use of a competitive process for this significant task order is expected to yield fair market value for taxpayers.
Public Impact
Ensures continuity of essential telecommunications services for the National Weather Service. Supports critical weather forecasting and dissemination of public safety information. Modernizes NWS telecommunications infrastructure through the EIS program. Potential for improved network reliability and performance.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Economic price adjustment introduces potential for cost increases beyond initial estimates.
- Reliance on a single vendor (Verizon) for a critical service.
Positive Signals
- Awarded under a competitive IDIQ contract.
- Supports a vital government function (National Weather Service).
- Fixed-price element provides some cost control.
Sector Analysis
This award falls within the Wired Telecommunications Carriers sector, a critical component of government IT infrastructure. Spending in this sector is substantial, and competitive IDIQ vehicles like EIS are designed to streamline procurement and achieve better pricing.
Small Business Impact
The data indicates this task order was not set aside for small businesses and was awarded to a large business (Verizon). There is no specific information provided regarding small business participation in the subcontracting plan.
Oversight & Accountability
The use of the EIS IDIQ contract implies established oversight mechanisms. However, ongoing monitoring of performance and cost adjustments under the economic price adjustment clause will be crucial for accountability.
Related Government Programs
- Wired Telecommunications Carriers
- Department of Commerce Contracting
- National Oceanic and Atmospheric Administration Programs
Risk Flags
- Potential for cost overruns due to economic price adjustment.
- Dependency on a single large vendor for critical infrastructure.
- Lack of specific detail on small business subcontracting.
- Performance risks associated with large-scale telecommunications transitions.
Tags
wired-telecommunications-carriers, department-of-commerce, md, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $16.8 million to VERIZON BUSINESS NETWORK SERVICES LLC. THIS IS A FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT TASK ORDER FOR THE NATIONAL WEATHER SERVICE FOR TELECOMMUNICATIONS INFRASTRUCTURE TRANSITION TO THE ENTERPRISE INFRASTRUCTURE SOLUTIONS (EIS) IDIQ CONTRACT.
Who is the contractor on this award?
The obligated recipient is VERIZON BUSINESS NETWORK SERVICES LLC.
Which agency awarded this contract?
Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).
What is the total obligated amount?
The obligated amount is $16.8 million.
What is the period of performance?
Start: 2024-07-01. End: 2026-06-30.
What is the expected impact of the economic price adjustment on the total contract cost over its 729-day duration?
The economic price adjustment (EPA) clause allows for modifications to the contract price based on fluctuations in specific economic factors, such as inflation or changes in labor and material costs. While the base price is fixed, the EPA introduces uncertainty regarding the final cost. The actual impact will depend on the specific indices used in the EPA and the prevailing economic conditions over the contract period. Detailed analysis of historical EPA trends for similar telecommunications contracts would be needed to quantify potential cost increases.
How does the competitive landscape within the EIS IDIQ influence the pricing and service levels for this specific task order?
The EIS IDIQ was awarded through a full and open competition, establishing a pool of qualified vendors. This task order, also competed under full and open terms, likely benefited from this pre-existing competition. The availability of multiple vendors capable of meeting the NWS's requirements within the EIS framework should have driven competitive pricing and encouraged strong service level commitments from Verizon to secure the award.
What are the key performance indicators (KPIs) and service level agreements (SLAs) in place to ensure the effectiveness of this telecommunications infrastructure transition?
While specific KPIs and SLAs are not detailed in the provided data, task orders under the EIS IDIQ typically include stringent performance requirements. For the NWS, these would likely focus on network uptime, latency, bandwidth availability, and response times for issue resolution. Effective monitoring and reporting against these SLAs are crucial for ensuring the transition meets the operational needs of the National Weather Service and provides reliable communication.
Industry Classification
NAICS: Information › Wired and Wireless Telecommunications (except Satellite) › Wired Telecommunications Carriers
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - NETWORK
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 4
Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT (K)
Evaluated Preference: NONE
Contractor Details
Parent Company: Verizon Maryland LLC
Address: 22001 LOUDOUN COUNTY PKWY, ASHBURN, VA, 20147
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $77,809,917
Exercised Options: $20,723,452
Current Obligation: $16,770,935
Actual Outlays: $2,624,138
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS00Q17NSD3009
IDV Type: IDC
Timeline
Start Date: 2024-07-01
Current End Date: 2026-06-30
Potential End Date: 2032-06-30 00:00:00
Last Modified: 2026-03-18
More Contracts from Verizon Business Network Services LLC
- Centralized HHS EIS Requirement — $398.5M (Department of Health and Human Services)
- Enterprise Infrastructure Solutions (EIS) Program - SSA Data Network Services (ssanet) — $283.5M (Social Security Administration)
- THE Tfcceis Task Order IS to Transition the Existing Tfcc Services From the Networx Contract Onto the EIS Contract Vehicle in a Manner That Will Enable Continuity of an Enterprise Network of Toll Free Services for the IRS — $264.6M (Department of the Treasury)
- National Security and Emergency Preparedness (ns/Ep) Priority Service (PS) With Verizon Business Services — $205.1M (Department of Defense)
- Toll Free Contact Center (tfcc)-Verizon-Exercise Option Period 1 YR 3 — $192.8M (Department of the Treasury)
View all Verizon Business Network Services LLC federal contracts →
Other Department of Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)