Commerce Department awards $7.5M contract for IT staffing support to Trident Technical Solutions

Contract Overview

Contract Amount: $749,717 ($749.7K)

Contractor: Trident Technical Solutions, LLC

Awarding Agency: Department of Commerce

Start Date: 2026-04-04

End Date: 2027-04-03

Contract Duration: 364 days

Daily Burn Rate: $2.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: STAFFING SUPPORT

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20230

State: District of Columbia Government Spending

Plain-Language Summary

Department of Commerce obligated $749,716.8 to TRIDENT TECHNICAL SOLUTIONS, LLC for work described as: STAFFING SUPPORT Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is for IT staffing support, a common requirement across federal agencies. 3. The duration of one year (364 days) indicates a short-term or project-specific need. 4. The firm-fixed-price structure aims to control costs and provide budget certainty. 5. The contract value is modest, suggesting it may be a component of a larger IT strategy. 6. The award to a single vendor implies a specific need or a successful bid in a competitive environment.

Value Assessment

Rating: good

The contract value of approximately $7.5 million for a one-year IT staffing support engagement appears reasonable when benchmarked against similar federal contracts for specialized IT services. The firm-fixed-price (FFP) contract type is generally favorable for the government as it shifts cost risk to the contractor. Without specific details on the roles and skill sets required, a precise per-unit cost comparison is difficult, but the overall value seems aligned with market rates for IT professional services.

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 bids. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust competitive process was intended. This approach typically leads to better price discovery and a wider range of technical solutions being considered by the agency.

Taxpayer Impact: A full and open competition generally benefits taxpayers by fostering a competitive environment that can drive down prices and encourage innovation, leading to better value for public funds.

Public Impact

The primary beneficiaries are the Department of Commerce, which will receive essential IT staffing support. The services delivered will likely involve IT project management, software development, cybersecurity, or other specialized technical roles. The geographic impact is concentrated in the District of Columbia, where the Department of Commerce is headquartered. The contract supports the federal IT workforce by providing necessary personnel to execute agency missions.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The IT staffing support sector within the federal government is a significant market, driven by the continuous need for specialized technical expertise across various agencies. This contract fits within the broader category of professional services, specifically IT services, which represent a substantial portion of federal IT spending. Comparable spending benchmarks for IT staffing can vary widely based on skill sets, duration, and security requirements, but contracts in the multi-million dollar range for a year of support are common.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a small business set-aside. The primary contractor, Trident Technical Solutions, LLC, is not explicitly identified as a small business in the provided data.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the program office within the Department of Commerce's Office of the Secretary. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified services. Transparency is facilitated through contract award databases like FPDS, where basic contract information is publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

it-staffing-support, department-of-commerce, trident-technical-solutions-llc, firm-fixed-price, full-and-open-competition, delivery-order, district-of-columbia, professional-services, it-services, custom-computer-programming-services, one-year-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Commerce awarded $749,716.8 to TRIDENT TECHNICAL SOLUTIONS, LLC. STAFFING SUPPORT

Who is the contractor on this award?

The obligated recipient is TRIDENT TECHNICAL SOLUTIONS, 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 $749,716.8.

What is the period of performance?

Start: 2026-04-04. End: 2027-04-03.

What specific IT roles and skill sets are covered under this staffing support contract?

The provided data does not specify the exact IT roles or skill sets required for this contract. However, given the NAICS code 541511 (Custom Computer Programming Services) and the description 'STAFFING SUPPORT,' it is likely to encompass a range of IT professionals such as software developers, systems analysts, network engineers, cybersecurity specialists, project managers, or IT support technicians. The Department of Commerce's specific needs within its IT infrastructure and ongoing projects would dictate the precise requirements. Further details would typically be found in the contract's Statement of Work (SOW).

How does the $7.5 million contract value compare to similar IT staffing contracts awarded by the Department of Commerce or other federal agencies?

The $7.5 million value for a one-year IT staffing support contract is within a common range for federal engagements of this nature. Many federal agencies procure IT staffing services through various contract vehicles, including task orders against larger indefinite-delivery/indefinite-quantity (IDIQ) contracts or direct awards. Values can fluctuate significantly based on the number of personnel, seniority of roles, specific technical expertise required (e.g., cloud computing, AI, cybersecurity), and the duration of the contract. Without knowing the exact personnel count and skill mix, a precise benchmark is challenging, but this award appears to be a standard-sized engagement for specialized IT support.

What are the potential risks associated with relying on a single vendor for IT staffing support, even under a firm-fixed-price contract?

While a firm-fixed-price (FFP) contract helps mitigate cost risks, relying on a single vendor for IT staffing can still present challenges. Key risks include potential vendor lock-in, where the contractor's personnel become so integrated into agency systems and processes that switching vendors becomes difficult and costly. There's also a risk of reduced innovation if the vendor doesn't proactively suggest improvements. Furthermore, if the vendor experiences staffing issues (e.g., key personnel departures, recruitment difficulties), it could disrupt service delivery. The government must maintain strong contract management and performance monitoring to ensure the vendor meets all obligations and to identify any emerging risks early.

What is the track record of Trident Technical Solutions, LLC in performing federal IT staffing contracts?

Information regarding the specific track record of Trident Technical Solutions, LLC in performing federal IT staffing contracts is not detailed in the provided data. To assess their performance history, one would typically consult federal procurement databases (like SAM.gov or FPDS) for past awards, contract performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any publicly available company information or case studies. A thorough review would examine their success in delivering similar services, adherence to schedules and budgets, and overall customer satisfaction on previous government contracts.

How does the $7.5 million award fit into the Department of Commerce's overall IT spending or strategic goals?

The $7.5 million contract for IT staffing support likely represents a component of the Department of Commerce's broader IT strategy and budget. Such contracts are often used to fill specific skill gaps, augment existing teams for particular projects, or provide specialized expertise that may not be available internally or through other contract vehicles. Without insight into the Department's specific IT modernization plans, digital transformation initiatives, or cybersecurity priorities, it's difficult to precisely position this contract. However, it signifies an investment in human capital to ensure the effective operation and development of the Department's technology infrastructure and services.

What is the significance of the contract being a 'Delivery Order' (aw: DELIVERY ORDER)?

The designation 'DELIVERY ORDER' typically indicates that this contract is a task order issued against a larger, pre-existing indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar type of multiple-award contract. This means that the underlying IDIQ contract likely established terms, conditions, and potentially ceiling prices, and this delivery order specifies the exact scope, quantity, and price for a particular delivery or performance period. It suggests that the Department of Commerce may have utilized a contract vehicle that allows for the issuance of multiple task orders to one or more awardees over its period of performance.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesCustom Computer Programming Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

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

Address: 8370 W HILLSBOROUGH AVE STE 206, TAMPA, FL, 33615

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $749,717

Exercised Options: $749,717

Current Obligation: $749,717

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QTCA22D0048

IDV Type: FSS

Timeline

Start Date: 2026-04-04

Current End Date: 2027-04-03

Potential End Date: 2027-04-03 00:00:00

Last Modified: 2026-04-02

More Contracts from Trident Technical Solutions, LLC

View all Trident Technical Solutions, LLC federal contracts →

Other Department of Commerce Contracts

View all Department of Commerce contracts →

Explore Related Government Spending