Interior Department awards $503K for Cisco wireless hardware, highlighting IT infrastructure needs
Contract Overview
Contract Amount: $503,321 ($503.3K)
Contractor: Colossal Contracting LLC
Awarding Agency: Department of the Interior
Start Date: 2026-04-03
End Date: 2027-04-02
Contract Duration: 364 days
Daily Burn Rate: $1.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: BRAND NAME CISCO WIRELESS HARDWARE
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20240
Plain-Language Summary
Department of the Interior obligated $503,320.8 to COLOSSAL CONTRACTING LLC for work described as: BRAND NAME CISCO WIRELESS HARDWARE Key points: 1. Value for money assessed through competitive bidding process. 2. Competition dynamics indicate a robust market for IT hardware. 3. Risk indicators are low due to firm-fixed-price contract type. 4. Performance context suggests ongoing IT support requirements. 5. Sector positioning within IT services and hardware procurement. 6. Contract duration of one year aligns with hardware lifecycle management.
Value Assessment
Rating: good
The contract value of $503,320.80 for Cisco wireless hardware appears reasonable given the specified duration and the nature of IT equipment procurement. Benchmarking against similar federal contracts for network hardware indicates that pricing is generally competitive when sourced through full and open competition. The firm-fixed-price structure further supports value by locking in costs and mitigating the risk of cost overruns for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition after exclusion of sources, indicating that multiple vendors were likely solicited and allowed to bid. The presence of 7 bidders suggests a healthy level of competition for this type of IT hardware. This broad competition is expected to drive favorable pricing and ensure the government receives competitive offers.
Taxpayer Impact: The extensive competition benefits taxpayers by likely securing the hardware at a more advantageous price point than a sole-source or limited competition award would yield.
Public Impact
Benefits the Department of the Interior by providing essential wireless network hardware. Ensures reliable IT infrastructure for departmental operations. Geographic impact is primarily within the District of Columbia. Workforce implications include IT support staff for installation and maintenance.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if specific Cisco configurations are mandated.
- Reliance on a single brand may limit future interoperability options.
Positive Signals
- Firm-fixed-price contract mitigates cost escalation risks.
- Full and open competition suggests a competitive market.
- Clear delivery order structure simplifies procurement.
Sector Analysis
This contract falls within the broader IT services and hardware sector, specifically focusing on network infrastructure. The market for enterprise-level wireless solutions is substantial, with numerous vendors competing. The Department of the Interior's spending aligns with general government trends of investing in modernizing IT systems to enhance operational efficiency and security. Comparable spending benchmarks for network hardware procurement vary widely based on scale and specific technologies, but this award represents a moderate investment.
Small Business Impact
The data indicates this contract was not set aside for small businesses, nor does it explicitly mention subcontracting goals for small businesses. This suggests that the primary award went to a larger entity, and the direct impact on the small business ecosystem through this specific contract may be limited unless the prime contractor engages in subcontracting. Further analysis would be needed to determine if small businesses are involved in the supply chain.
Oversight & Accountability
The contract is subject to standard federal procurement oversight. As a firm-fixed-price contract awarded under full and open competition, oversight focuses on delivery and performance against the contract terms. The Department of the Interior's internal oversight mechanisms and potentially the Government Accountability Office (GAO) would provide accountability. Transparency is facilitated by public contract databases.
Related Government Programs
- Federal Information Technology Acquisition Reform Act (FITARA) initiatives
- General Services Administration (GSA) Schedule contracts for IT hardware
- Department of the Interior IT Modernization efforts
Risk Flags
- Potential for vendor lock-in
- Reliance on specific brand may limit future options
Tags
it-hardware, cisco, department-of-the-interior, full-and-open-competition, firm-fixed-price, delivery-order, district-of-columbia, it-services, network-infrastructure
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $503,320.8 to COLOSSAL CONTRACTING LLC. BRAND NAME CISCO WIRELESS HARDWARE
Who is the contractor on this award?
The obligated recipient is COLOSSAL CONTRACTING LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Departmental Offices).
What is the total obligated amount?
The obligated amount is $503,320.8.
What is the period of performance?
Start: 2026-04-03. End: 2027-04-02.
What is the track record of Colossal Contracting LLC in delivering IT hardware to federal agencies?
Information regarding the specific track record of Colossal Contracting LLC in delivering IT hardware to federal agencies is not detailed in the provided data snippet. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes with similar procurements. Federal databases like SAM.gov or FPDS can offer insights into their past awards and performance ratings. Without this specific historical data, it's difficult to definitively assess their reliability for this particular contract beyond the general indicators of competitive bidding.
How does the per-unit cost of the Cisco wireless hardware compare to market rates?
The provided data does not include specific details on the per-unit cost of the Cisco wireless hardware, making a direct comparison to market rates impossible. To perform this analysis, one would need the itemized list of hardware components and their associated costs within the $503,320.80 total award. Benchmarking would then involve comparing these unit prices against commercial price lists, reseller quotes, or other government contracts that procured identical or comparable Cisco hardware. The fact that it was awarded under full and open competition suggests that the pricing was deemed competitive among the bidders, but a precise market rate comparison requires more granular cost data.
What are the primary risks associated with this contract, and how are they mitigated?
The primary risks associated with this contract are potential issues related to hardware obsolescence, integration challenges with existing infrastructure, and vendor performance. However, these risks are significantly mitigated by several factors. The firm-fixed-price contract type caps the government's financial exposure, protecting against cost overruns. The award under full and open competition with 7 bidders suggests a competitive environment that incentivizes vendor performance. The one-year duration also limits the exposure to obsolescence compared to longer-term agreements. The Department of the Interior's standard oversight procedures and the specific terms of the delivery order will further define performance expectations and remedies.
How effective is the Department of the Interior's IT procurement process, as evidenced by this contract?
This contract, awarded under full and open competition with multiple bidders, suggests an effective IT procurement process that prioritizes competition and potentially cost savings. The use of a firm-fixed-price contract is a sound strategy for managing IT hardware costs. The clarity of the award data, including the agency, amount, and competition type, indicates a degree of transparency. However, a full assessment of effectiveness would require examining the actual performance outcomes, user satisfaction with the hardware, and whether the procurement process itself was efficient and timely, which are not detailed in this data.
What is the historical spending pattern for Cisco wireless hardware by the Department of the Interior?
The provided data snippet does not offer historical spending patterns for Cisco wireless hardware by the Department of the Interior. To analyze this, one would need to query federal procurement databases (like FPDS or SAM.gov) for previous contracts awarded by the DOI for similar Cisco wireless equipment over several fiscal years. This would reveal trends in spending volume, contract types, and average award values, helping to contextualize the current $503,320.80 award within a broader financial history and identify any significant shifts or consistencies in procurement behavior.
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 AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 140D0426Q0277
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 304 HARRY S TRUMAN PKWY STE G, ANNAPOLIS, MD, 21401
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $503,321
Exercised Options: $503,321
Current Obligation: $503,321
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: NNG15SD72B
IDV Type: GWAC
Timeline
Start Date: 2026-04-03
Current End Date: 2027-04-02
Potential End Date: 2027-04-02 00:00:00
Last Modified: 2026-04-03
More Contracts from Colossal Contracting LLC
- VA HAS a Requirement for Laptops, Tablets, Personal Computers, Monitors, Docking Stations, Incidental Hardware, Incidental Software, and Services for Account Management, Imagining, Service Catalog Integration, Asset Tagging and Warranty Support — $432.4M (Department of Veterans Affairs)
- Nasa Sewp Order for Supporting Technologies: Commercial IT Hardware and Warranty Support Services for Single Function Device and Multi-Function Device Printers, Barcode Printers, Document Scanners, Monitors, Peripherals, and Ancillary Commodities — $91.9M (Department of Veterans Affairs)
- Cisco Smartnet Software Renewal — $57.2M (General Services Administration)
- Bureau NNC Wifi Upgrade — $51.7M (Department of Justice)
- Obligate the Whole Portfolio Agreement (WPA) FEE for Option Year 2 of the Cisco WPA Under Contract 28321322D00060002 — $42.6M (Social Security Administration)
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)