Commerce awards ATT $14.9M for mobile services, highlighting strong competition and a 363-day duration
Contract Overview
Contract Amount: $14,894 ($14.9K)
Contractor: ATT Mobility LLC
Awarding Agency: Department of Commerce
Start Date: 2026-04-02
End Date: 2027-03-31
Contract Duration: 363 days
Daily Burn Rate: $41/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FY26 MOBILE PHONE SERVICE/PHONES
Place of Performance
Location: NORMAN, CLEVELAND County, OKLAHOMA, 73072
State: Oklahoma Government Spending
Plain-Language Summary
Department of Commerce obligated $14,894.33 to ATT MOBILITY LLC for work described as: FY26 MOBILE PHONE SERVICE/PHONES Key points: 1. The contract leverages a Blanket Purchase Agreement (BPA) Call, indicating a pre-negotiated framework for efficiency. 2. A firm-fixed-price structure provides cost certainty for the government. 3. The award was made under full and open competition, suggesting a robust bidding process. 4. The duration of 363 days allows for consistent service delivery. 5. The service is categorized under Wireless Telecommunications Carriers, a standard sector for government needs.
Value Assessment
Rating: good
The contract value of $14.9 million for a 363-day mobile service period appears reasonable given the scope. While specific per-unit costs for individual phones or data plans are not detailed, the overall price reflects a competitive market for telecommunications services. Benchmarking against similar government-wide wireless contracts would provide further insight into value for money, but the firm-fixed-price nature and competitive award suggest a fair price was likely achieved.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit a bid. The data indicates one award, but the competition type suggests multiple entities likely participated in the bidding process. This level of competition is generally favorable for price discovery and ensuring the government receives competitive pricing.
Taxpayer Impact: Full and open competition ensures that taxpayer dollars are used efficiently by fostering a competitive environment that drives down costs for essential services like mobile communications.
Public Impact
Federal employees within the Department of Commerce will benefit from reliable mobile phone services. The contract ensures the provision of wireless telecommunications services, including voice and data. The geographic impact is likely nationwide, supporting the operational needs of the Department of Commerce across its various locations. The contract supports the telecommunications workforce within ATT Mobility LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed breakdown of per-unit costs for phones and service plans makes granular value assessment difficult.
- The specific services included within the 'mobile phone service/phones' are not explicitly defined, leaving room for potential scope creep if not managed closely.
Positive Signals
- Awarded under full and open competition, indicating a competitive bidding process.
- Firm-fixed-price contract type provides cost certainty.
- Utilizes a BPA Call, suggesting an efficient procurement process with pre-negotiated terms.
- Contract duration of 363 days allows for stable service provision.
Sector Analysis
The telecommunications sector is a mature and highly competitive market. Government spending on wireless services is substantial, often leveraging large contracts to achieve economies of scale. This contract fits within the broader category of government IT and communication services, where providers like ATT Mobility LLC are key players. Comparable spending benchmarks would involve analyzing other federal contracts for similar wireless telecommunications services across different agencies.
Small Business Impact
The provided data does not indicate any specific small business set-aside provisions for this contract. As it was awarded under full and open competition, it is possible that small businesses could have participated if they met the qualifications. However, without explicit subcontracting requirements or set-aside goals, the direct impact on the small business ecosystem is not detailed in this award notice.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Commerce's contracting officer and program managers. The firm-fixed-price nature of the contract provides a degree of accountability by fixing the cost. Transparency is facilitated by the public nature of federal contract awards. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.
Related Government Programs
- Federal Government Mobile Device Contracts
- Wireless Telecommunications Services
- Department of Commerce IT Spending
- GSA Schedules (potential underlying BPA)
Risk Flags
- Potential for technology obsolescence within the 363-day term if not managed.
- Lack of detailed per-unit cost breakdown hinders granular value assessment.
Tags
it-services, telecommunications, wireless, mobile-phones, department-of-commerce, att-mobility-llc, firm-fixed-price, full-and-open-competition, bpa-call, oklahoma, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $14,894.33 to ATT MOBILITY LLC. FY26 MOBILE PHONE SERVICE/PHONES
Who is the contractor on this award?
The obligated recipient is ATT MOBILITY LLC.
Which agency awarded this contract?
Awarding agency: Department of Commerce (Office of the Secretary).
What is the total obligated amount?
The obligated amount is $14,894.33.
What is the period of performance?
Start: 2026-04-02. End: 2027-03-31.
What is the historical spending pattern for mobile phone services within the Department of Commerce?
Analyzing historical spending for mobile phone services within the Department of Commerce would involve reviewing past contract awards and obligations over several fiscal years. This would help establish a baseline for current spending and identify any significant trends or fluctuations. For instance, a review might reveal if spending has increased due to expanded agency needs, or decreased due to consolidation of services or adoption of more cost-effective plans. Understanding this historical context is crucial for assessing whether the current $14.9 million award represents a reasonable continuation, an increase, or a decrease in investment for these services, and whether past spending has been managed efficiently.
How does the per-unit cost of mobile devices and service plans under this contract compare to other federal agencies or commercial rates?
A detailed comparison of per-unit costs requires access to the specific pricing details within the contract, which are not fully disclosed in the summary data. However, a general assessment can be made by benchmarking against publicly available information on federal supply schedules (like GSA) or commercial rate cards for similar service tiers and devices. If the contract was awarded through a competitive process, it is likely that the pricing is at or near market rates. However, without specific line-item data, it's difficult to definitively state if it's excellent value. Agencies often negotiate volume discounts, so comparing to smaller commercial plans might not be apples-to-apples.
What are the specific performance metrics and service level agreements (SLAs) associated with this mobile service contract?
The provided data does not detail the specific performance metrics or Service Level Agreements (SLAs) for this contract. Typically, such contracts would include provisions for network uptime, data speeds, call quality, and response times for technical support. The 'OK' status for 'st' (status) and 'sn' (status narrative) suggests the contractor is meeting basic requirements, but does not provide insight into the granular performance expectations. Robust SLAs are critical for ensuring the government receives the quality of service it pays for and for holding the contractor accountable.
What is the track record of ATT MOBILITY LLC in fulfilling similar federal government contracts?
ATT MOBILITY LLC has a significant track record of serving the federal government with telecommunications services. As a major provider, they hold numerous contracts across various agencies. Their performance history on similar contracts would generally be available through federal procurement databases and contract performance reporting systems (like CPARS - Contractor Performance Assessment Reporting System). A review of these records would indicate their historical reliability, quality of service, and adherence to contract terms on past engagements, providing a basis for assessing their suitability and performance risk for this new award.
What is the potential risk associated with the 363-day duration of this contract?
A 363-day duration is standard for many government service contracts, often aligning with fiscal year cycles and allowing for renewal options. The primary risk associated with this duration is ensuring that the technology and service offerings remain current and competitive throughout the contract period. If mobile technology evolves rapidly, the services provided under this contract might become outdated before its expiration. However, the firm-fixed-price nature mitigates financial risk, and the contract likely includes provisions for service updates or allows for re-competition if significant technological shifts occur.
Industry Classification
NAICS: Information › Wired and Wireless Telecommunications Carriers › Wireless Telecommunications Carriers (except Satellite)
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Tyto Athene, LLC
Address: 1025 LENOX PARK BLVD NE, ATLANTA, GA, 30319
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $14,894
Exercised Options: $14,894
Current Obligation: $14,894
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 1331L523A13ES0014
IDV Type: BPA
Timeline
Start Date: 2026-04-02
Current End Date: 2027-03-31
Potential End Date: 2027-03-31 00:00:00
Last Modified: 2026-04-02
More Contracts from ATT Mobility LLC
- Award Order Under Federal Strategic Sourcing Initiative (fssi) Blanket Purchase Agreement - Enterprise Mobility Devices and Services.igf::ot::igf — $97.0M (Department of State)
- Task Order for Wireless Services — $53.8M (Department of State)
- Wireless Services Mobility Program Office FBI Enterprise — $40.1M (Department of Justice)
- AT&T - Cellular Devices and Services for DOT — $34.1M (Department of Transportation)
- FOR Other Functions Fssi Wireless to Establish Wireless Services IAA With Gsa-Fssi Project Name: Data Telecommunications Services — $27.7M (Securities and Exchange Commission)
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.)