Commerce Department awards $1.1M for Extreme Edge Switches, highlighting IT infrastructure needs
Contract Overview
Contract Amount: $110,127 ($110.1K)
Contractor: Impres Technology Solutions, Inc
Awarding Agency: Department of Commerce
Start Date: 2026-04-02
End Date: 2026-07-31
Contract Duration: 120 days
Daily Burn Rate: $918/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: EXTREME EDGE SWITCHES FOR RADAR OPERATIONS CENTER
Place of Performance
Location: NORMAN, CLEVELAND County, OKLAHOMA, 73069
State: Oklahoma Government Spending
Plain-Language Summary
Department of Commerce obligated $110,127.29 to IMPRES TECHNOLOGY SOLUTIONS, INC for work described as: EXTREME EDGE SWITCHES FOR RADAR OPERATIONS CENTER Key points: 1. The contract focuses on essential IT infrastructure, specifically edge switches crucial for radar operations. 2. Competition was robust, with 8 bidders vying for the contract, suggesting a healthy market. 3. The fixed-price nature of the contract helps mitigate cost overrun risks. 4. This award supports the Department of Commerce's ongoing efforts to modernize its technological capabilities. 5. The contractor, IMPRES TECHNOLOGY SOLUTIONS, INC, has secured this award through a competitive process. 6. The contract duration of 120 days indicates a focused, short-term need for these specific IT components.
Value Assessment
Rating: good
The contract value of $1.1 million for specialized edge switches appears reasonable given the IT sector's pricing for advanced hardware. Benchmarking against similar procurements for high-performance networking equipment would provide a more precise value-for-money assessment. The firm fixed-price structure suggests that the government has a clear understanding of the costs involved, which is a positive indicator for budget predictability.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, with 8 distinct bidders participating. This high level of competition is a strong positive signal, indicating that multiple vendors were capable of meeting the government's requirements and were willing to compete. Such a competitive landscape generally leads to better price discovery and potentially more favorable terms for the government.
Taxpayer Impact: The extensive competition ensures that taxpayer dollars are being used efficiently, as vendors were incentivized to offer their best pricing and solutions to win the contract.
Public Impact
The primary beneficiaries are the Department of Commerce and its operational units relying on the radar operations center. The services delivered involve the procurement and likely installation of critical IT hardware. The geographic impact is centered around the specific radar operations center, likely within Oklahoma. This contract supports the IT workforce involved in maintaining and operating advanced radar systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if these switches become proprietary to the radar system.
- Dependence on a single contractor for future upgrades or maintenance could arise.
- Risk of obsolescence if technology evolves rapidly and these switches are not easily upgradable.
Positive Signals
- Awarded through full and open competition, ensuring market-driven pricing.
- Firm fixed-price contract type limits cost uncertainty for the government.
- Contract duration is relatively short, allowing for reassessment of needs.
- The specific nature of the equipment suggests a targeted and necessary upgrade.
Sector Analysis
This contract falls within the Information Technology sector, specifically focusing on network hardware. The market for high-performance edge switches is competitive, driven by demand for faster data processing and enhanced network capabilities in various applications, including defense and critical infrastructure. Spending on IT infrastructure upgrades like this is common across federal agencies to maintain operational effectiveness and security.
Small Business Impact
The data indicates that this contract was not set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem appears minimal for this specific award. Further analysis of the prime contractor's subcontracting plan would be needed to determine any indirect benefits.
Oversight & Accountability
The contract is subject to standard federal procurement oversight. The firm fixed-price nature provides a degree of cost control. Transparency is facilitated by the public award data. The specific oversight mechanisms will depend on the Department of Commerce's internal controls and any applicable Inspector General (IG) jurisdiction over IT procurements.
Related Government Programs
- Federal IT Infrastructure Modernization Programs
- Department of Commerce Advanced Technology Investments
- Radar Systems and Operations Support
- Network Hardware Procurement
Risk Flags
- Short contract duration may indicate a temporary solution or require follow-on procurements.
- Lack of explicit small business subcontracting goals could limit broader economic impact.
Tags
it, department-of-commerce, network-hardware, full-and-open-competition, firm-fixed-price, radar-operations, edge-switches, oklahoma, it-services, procurement-value-1m-to-5m
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $110,127.29 to IMPRES TECHNOLOGY SOLUTIONS, INC. EXTREME EDGE SWITCHES FOR RADAR OPERATIONS CENTER
Who is the contractor on this award?
The obligated recipient is IMPRES TECHNOLOGY SOLUTIONS, INC.
Which agency awarded this contract?
Awarding agency: Department of Commerce (Office of the Secretary).
What is the total obligated amount?
The obligated amount is $110,127.29.
What is the period of performance?
Start: 2026-04-02. End: 2026-07-31.
What is the specific role of these 'Extreme Edge Switches' within the radar operations center?
These 'Extreme Edge Switches' are specialized network devices designed to operate at the periphery of a network, close to the data source or end-user. In the context of a radar operations center, they likely handle high-volume, low-latency data aggregation and processing from radar sensors before it is transmitted to core network infrastructure or analysis systems. Their 'extreme' designation suggests they are built to withstand potentially harsh environmental conditions or offer enhanced performance characteristics critical for real-time radar data streams. This ensures that raw radar data is efficiently managed and prepared for further analysis, contributing to the overall effectiveness and responsiveness of the radar operations.
How does the 'firm fixed price' contract type benefit the Department of Commerce in this scenario?
The firm fixed-price (FFP) contract type is highly beneficial for the Department of Commerce as it establishes a ceiling on the total cost the government will pay, regardless of the contractor's actual costs. This shifts the risk of cost overruns entirely to the contractor, IMPRES TECHNOLOGY SOLUTIONS, INC. For a procurement of specialized IT hardware like edge switches, where specifications are well-defined, FFP provides budget certainty and predictability. It simplifies financial management and reduces the need for extensive post-award cost audits, allowing the agency to allocate funds with confidence and avoid unexpected expenditures that could arise from cost-plus contracts.
What does the number of bidders (8) indicate about the market for these types of IT solutions?
Having 8 bidders for this contract signifies a healthy and competitive market for the specific type of 'Extreme Edge Switches' required by the Department of Commerce. A larger number of bidders generally suggests that the requirement is well-understood, the market is accessible to multiple vendors, and there is sufficient demand to encourage participation. This level of competition increases the likelihood that the government secured a competitive price and that the chosen solution represents a strong value proposition. It also indicates that the barrier to entry for qualified IT hardware providers in this niche is not excessively high.
Are there any potential risks associated with the short contract duration (120 days)?
A 120-day contract duration for IT hardware procurement, especially for specialized equipment, suggests a focused, immediate need rather than a long-term solution or integration project. Potential risks include the possibility that this is a stop-gap measure, and a more comprehensive solution will be needed later, potentially leading to fragmented IT infrastructure. It might also imply that the full scope of integration or long-term support requirements were not included, which could necessitate future, separate procurements. However, it also offers flexibility, allowing the agency to reassess its needs and market conditions after this period.
What is the typical spending range for similar IT hardware procurements by federal agencies?
Federal agencies procure a wide range of IT hardware, with costs varying significantly based on the type, quantity, and specifications. For specialized network equipment like high-performance edge switches, contracts can range from tens of thousands to millions of dollars. A $1.1 million award for a specific set of switches, especially if they are high-end or designed for demanding environments like radar operations, falls within a common range for such procurements. Agencies often leverage General Services Administration (GSA) schedules or competitive bidding processes to benchmark prices, but unique requirements can lead to price variations. This contract's value appears consistent with specialized IT infrastructure investments.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - NETWORK
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 810 HESTERS CROSSING RD, ROUND ROCK, TX, 78681
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Minority Owned Business, Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $110,127
Exercised Options: $110,127
Current Obligation: $110,127
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 1331L525A13OS0016
IDV Type: BPA
Timeline
Start Date: 2026-04-02
Current End Date: 2026-07-31
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2026-04-08
More Contracts from Impres Technology Solutions, Inc
- HUD Software Renewals — $21.4M (General Services Administration)
- Dell BPA Order #07: Ocio Lease Laptops Refresh FY23 October Order — $7.6M (Department of Labor)
- Dell BPA Order #12: Ocio Lease Laptops — $5.7M (Department of Labor)
- Impres Technology Award of 15spss 15TH Space Surveillance Squadron (15spss) AIR Force Research Laboratory Space Force Hardware, Software, Annual Licenses, and Support Service Renewals. the Contractor Shall Provide ALL Resource, Commercial Services — $2.3M (Department of Health and Human Services)
- Dell PRO MAX 14 (MC14250) Laptops — $1.4M (Commodity Futures Trading Commission)
View all Impres Technology Solutions, Inc 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.)