Interior's $12.4M contract for console equipment awarded to Strategic Communications LLC
Contract Overview
Contract Amount: $12,399 ($12.4K)
Contractor: Strategic Communications LLC
Awarding Agency: Department of the Interior
Start Date: 2026-04-10
End Date: 2026-06-19
Contract Duration: 70 days
Daily Burn Rate: $177/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TELEX CSOFT CONSOLE EQUIPMENT, GLAC
Place of Performance
Location: LOUISVILLE, JEFFERSON County, KENTUCKY, 40243
State: Kentucky Government Spending
Plain-Language Summary
Department of the Interior obligated $12,398.64 to STRATEGIC COMMUNICATIONS LLC for work described as: TELEX CSOFT CONSOLE EQUIPMENT, GLAC Key points: 1. Value for money appears fair given the fixed-price nature and defined delivery period. 2. Competition was open, suggesting potential for competitive pricing, though specific bid data is absent. 3. Risk indicators are low, with a firm fixed-price contract and a short performance duration. 4. Performance context is limited to a single delivery order under a larger contract vehicle. 5. Sector positioning is within IT services, specifically computer-related services for the National Park Service.
Value Assessment
Rating: fair
The contract value of $12.4 million for console equipment and related services is a significant investment. Without comparable contract data or detailed scope of work, a precise value-for-money assessment is challenging. However, the firm fixed-price structure provides cost certainty for the government. Benchmarking against similar IT equipment procurements would be necessary for a more robust evaluation of pricing.
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 had the opportunity to bid. The specific number of bidders is not provided, but this procurement method generally fosters price discovery and encourages competitive offers. The exclusion of sources clause suggests a specific reason for limiting initial outreach, but the subsequent open competition aims to broaden the field.
Taxpayer Impact: Taxpayers benefit from the potential for competitive pricing inherent in an open competition, which can drive down costs compared to sole-source or limited competition awards.
Public Impact
The National Park Service will benefit from updated console equipment, likely improving operational efficiency. Services delivered include the provision of console equipment and potentially related IT support. The geographic impact is primarily within Kentucky, where the equipment is slated for delivery. Workforce implications are minimal, likely involving installation and basic user training for park staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics makes it difficult to assess the quality of services beyond delivery.
- The specific nature of 'console equipment' is broad and could encompass a wide range of technologies with varying lifecycles.
- Dependence on a single vendor for this equipment could pose future sustainment challenges if not managed proactively.
Positive Signals
- Awarded under full and open competition, suggesting a competitive bidding process.
- Firm fixed-price contract type limits the government's exposure to cost overruns.
- Short delivery order duration (70 days) indicates a focused and potentially efficient execution.
Sector Analysis
This contract falls within the Information Technology sector, specifically under IT services and equipment procurement. The North American Industry Classification System (NAICS) code 541519, 'Other Computer Related Services,' encompasses a broad range of IT support and consulting. The market for such services is large and competitive, with numerous vendors capable of supplying hardware and related services to federal agencies. This specific procurement appears to be a targeted acquisition to meet an immediate need for console equipment.
Small Business Impact
The contract data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this specific award. While the prime contractor is Strategic Communications LLC, there is no explicit information regarding subcontracting plans with small businesses. Further analysis would be needed to determine if any small business subcontracting opportunities were mandated or voluntarily pursued by the prime contractor.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the National Park Service's contracting officers and program managers. As a delivery order under a larger contract vehicle, the initial contract vehicle likely has its own oversight mechanisms. Transparency is facilitated by public contract databases, but detailed operational oversight and accountability measures are internal to the agency and contractor.
Related Government Programs
- IT Equipment Procurement
- National Park Service Operations Support
- Federal IT Services Contracts
- Computer Hardware Acquisition
Risk Flags
- Potential for vendor lock-in if support/maintenance is not clearly defined.
- Scope creep risk if 'related services' are not tightly defined.
- Dependence on specific technology that may become obsolete.
Tags
it-services, department-of-the-interior, national-park-service, firm-fixed-price, delivery-order, full-and-open-competition, computer-equipment, kentucky, strategic-communications-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $12,398.64 to STRATEGIC COMMUNICATIONS LLC. TELEX CSOFT CONSOLE EQUIPMENT, GLAC
Who is the contractor on this award?
The obligated recipient is STRATEGIC COMMUNICATIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $12,398.64.
What is the period of performance?
Start: 2026-04-10. End: 2026-06-19.
What is the track record of Strategic Communications LLC in fulfilling federal contracts, particularly for IT equipment?
Strategic Communications LLC has been awarded federal contracts, including this one from the Department of the Interior's National Park Service. A comprehensive review of their past performance would involve examining contract databases for awards, performance ratings, and any reported issues or successes. Their experience with similar IT equipment procurements, delivery timelines, and adherence to specifications would be key factors in assessing their reliability for this contract. Without access to detailed performance history and past award data beyond this single entry, a definitive statement on their track record is limited. However, the award itself suggests they met the basic qualifications and competitive requirements set forth by the agency.
How does the $12.4 million value compare to similar console equipment procurements by federal agencies?
Benchmarking the $12.4 million value requires comparing it against similar procurements for console equipment by federal agencies. This comparison should consider the quantity, specifications, and type of console equipment being acquired, as well as the contract type (e.g., firm fixed-price). If this contract is for a large quantity of high-end specialized consoles, the price might be reasonable. Conversely, if it's for standard equipment, it could be on the higher side. Access to a broader dataset of federal IT equipment contracts, filtered by similar equipment types and quantities, would be necessary to establish a precise benchmark and assess whether this contract represents good value for money.
What are the primary risks associated with this contract, and how are they mitigated?
The primary risks associated with this contract include potential delays in delivery, equipment malfunction, or the procured equipment not meeting the National Park Service's specific operational needs. Mitigation strategies are embedded within the contract structure. The firm fixed-price (FFP) nature of the contract shifts the risk of cost overruns to the contractor, Strategic Communications LLC. The defined delivery period (70 days) and specific delivery location (Kentucky) provide clear performance expectations. Furthermore, the contract likely includes clauses for inspection, acceptance, and warranty, which serve as safeguards against defective equipment. The 'full and open competition' aspect also mitigates the risk of awarding to an unqualified vendor.
What is the expected effectiveness of the console equipment in supporting National Park Service operations?
The effectiveness of the console equipment in supporting National Park Service operations is contingent upon the specific functions these consoles are designed to perform. Typically, console equipment in such contexts supports communication, monitoring, control systems, or data management. If the equipment is intended to modernize outdated systems or enhance critical operational capabilities (e.g., emergency response coordination, visitor management systems), its effectiveness could be high. However, without detailed specifications on the equipment's capabilities and the operational challenges it aims to address, a precise assessment of its effectiveness is speculative. The National Park Service's internal program managers are best positioned to evaluate this based on their requirements.
What are the historical spending patterns for console equipment or similar IT services by the National Park Service?
Analyzing historical spending patterns for console equipment or similar IT services by the National Park Service would reveal trends in procurement volume, average contract values, and the types of services or equipment most frequently acquired. This data can indicate whether spending on such items is increasing, decreasing, or remaining stable. It can also highlight which contractors have been historically successful in winning these types of awards. Understanding these patterns helps in contextualizing the current $12.4 million award, assessing if it aligns with past investment levels or represents a significant shift in spending priorities for the agency's IT infrastructure.
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
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 310 EVERGREEN RD # 100, LOUISVILLE, KY, 40243
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Joint Venture Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $12,399
Exercised Options: $12,399
Current Obligation: $12,399
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SC90B
IDV Type: GWAC
Timeline
Start Date: 2026-04-10
Current End Date: 2026-06-19
Potential End Date: 2026-06-19 00:00:00
Last Modified: 2026-04-10
More Contracts from Strategic Communications LLC
- Cloud Infrastructure Services — $35.7M (Department of Defense)
- Amazon WEB Service Credits — $25.3M (Department of Defense)
- Oracle Java SE Universal Model Unlimited Subscriptions — $14.3M (Department of Defense)
- Amazon WEB Services Cloud Services FY24 — $12.9M (Federal Communications Commission)
- Cloud Services — $11.4M (National Science Foundation)
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.)