DOJ's DEA awards $21.1M task order to Arctic Slope Mission Services for custom computer programming

Contract Overview

Contract Amount: $21,118,576 ($21.1M)

Contractor: Arctic Slope Mission Services LLC

Awarding Agency: Department of Justice

Start Date: 2022-08-01

End Date: 2024-01-31

Contract Duration: 548 days

Daily Burn Rate: $38.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: THE PURPOSE OF THIS ACTION IS TO EXERCISE TASK ORDER 1 OF CONTRACT 15DDHQ18D00000018 FOR OPTION YEAR 4. THE PERIOD OF PERFORMANCE IS FROM AUGUST 1, 2022 TO JULY 31, 2023.

Place of Performance

Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22202

State: Virginia Government Spending

Plain-Language Summary

Department of Justice obligated $21.1 million to ARCTIC SLOPE MISSION SERVICES LLC for work described as: THE PURPOSE OF THIS ACTION IS TO EXERCISE TASK ORDER 1 OF CONTRACT 15DDHQ18D00000018 FOR OPTION YEAR 4. THE PERIOD OF PERFORMANCE IS FROM AUGUST 1, 2022 TO JULY 31, 2023. Key points: 1. Contract value represents a significant investment in IT services for the DEA. 2. The contract was awarded under full and open competition, suggesting a competitive pricing environment. 3. Performance period spans over a year, indicating ongoing need for these services. 4. Custom computer programming services are critical for agency operations and data management. 5. The award falls within the IT services sector, a major area of federal spending.

Value Assessment

Rating: good

The awarded amount of $21.1 million for a one-year period of performance appears reasonable for custom computer programming services. Benchmarking against similar contracts for IT support within law enforcement agencies suggests this is within expected ranges. The 'Time and Materials' contract type allows for flexibility but requires careful monitoring to ensure cost efficiency. Without specific details on the scope of work, a precise value-for-money assessment is challenging, but the competitive award process provides some assurance of fair pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This task order was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that the initial contract vehicle allowed for broad participation, and this specific task order was also competed openly. The number of bidders is not specified, but the 'full and open' nature suggests multiple entities had the opportunity to compete, which generally leads to better price discovery and potentially lower costs for the government.

Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by driving down prices through market forces. This approach maximizes the value received for the funds obligated.

Public Impact

The Drug Enforcement Administration (DEA) benefits from enhanced IT capabilities. Services delivered likely support critical law enforcement functions, data analysis, and operational efficiency. The geographic impact is primarily national, supporting DEA operations across the United States. Workforce implications include support for IT professionals and potentially end-users of the developed systems.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology (IT) sector, specifically Custom Computer Programming Services (NAICS 541511). The federal IT services market is substantial, with agencies consistently investing in software development, system integration, and IT support to maintain and modernize operations. Comparable spending benchmarks for custom programming services vary widely based on complexity and duration, but this award represents a significant, albeit specific, investment within the broader IT landscape.

Small Business Impact

The provided data does not indicate if this contract included small business set-asides or subcontracting goals. As a task order under a larger contract, the small business participation may have been addressed at the prime contract level. Further analysis would be needed to determine the specific impact on the small business ecosystem for this particular award.

Oversight & Accountability

Oversight for this contract is likely managed by the Drug Enforcement Administration's contracting officers and program managers. The 'Time and Materials' pricing structure necessitates close monitoring of labor hours and material costs to ensure compliance and prevent overruns. Transparency is generally maintained through contract reporting requirements, and any significant issues would fall under the purview of the Department of Justice's Office of the Inspector General.

Related Government Programs

Risk Flags

Tags

it-services, custom-programming, drug-enforcement-administration, department-of-justice, time-and-materials, full-and-open-competition, task-order, ict-services, national, contract-renewal

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $21.1 million to ARCTIC SLOPE MISSION SERVICES LLC. THE PURPOSE OF THIS ACTION IS TO EXERCISE TASK ORDER 1 OF CONTRACT 15DDHQ18D00000018 FOR OPTION YEAR 4. THE PERIOD OF PERFORMANCE IS FROM AUGUST 1, 2022 TO JULY 31, 2023.

Who is the contractor on this award?

The obligated recipient is ARCTIC SLOPE MISSION SERVICES LLC.

Which agency awarded this contract?

Awarding agency: Department of Justice (Drug Enforcement Administration).

What is the total obligated amount?

The obligated amount is $21.1 million.

What is the period of performance?

Start: 2022-08-01. End: 2024-01-31.

What is the track record of Arctic Slope Mission Services LLC with the Department of Justice and the DEA?

Arctic Slope Mission Services LLC has a history of performing contracts with the Department of Justice and its various components, including the Drug Enforcement Administration. Their performance on previous contracts, particularly those involving IT services and mission support, would be a key indicator of their capability to fulfill the requirements of this task order. Reviewing past performance evaluations and contract modifications can provide insights into their reliability, quality of service, and adherence to schedules and budgets. The fact that they were awarded this task order, especially for an option year, suggests a positive past performance history with the agency.

How does the $21.1 million value compare to similar custom computer programming contracts awarded by the DEA or other law enforcement agencies?

The $21.1 million value for a one-year period of performance (August 1, 2022, to July 31, 2023) for custom computer programming services is substantial. To benchmark this effectively, one would compare it to contracts with similar scopes of work, complexity, and duration awarded by agencies like the FBI, ATF, or DHS. Factors such as the specific technologies used, the level of security clearance required, and the criticality of the systems being developed heavily influence pricing. While $21.1 million is a significant sum, it may be competitive within the specialized IT needs of a major federal law enforcement agency, especially if it involves complex system development or integration.

What are the primary risks associated with this Time and Materials (T&M) contract type for custom programming?

Time and Materials (T&M) contracts, while offering flexibility, carry inherent risks, particularly for custom programming. The primary risk is cost overrun, as the government pays for the actual labor hours and material costs incurred by the contractor. Without strict oversight and well-defined ceilings, contractors may have less incentive to control costs or complete tasks efficiently. For custom programming, this can manifest as extended development times or the incorporation of unnecessary features. Effective risk mitigation requires robust government oversight, detailed work breakdown structures, regular progress reviews, and clear performance metrics to ensure the contractor remains focused on delivering value within the obligated funds.

How effective are the DEA's oversight mechanisms for ensuring value and performance on this contract?

The effectiveness of the DEA's oversight mechanisms is crucial for this T&M contract. Standard oversight includes the appointment of a Contracting Officer's Representative (COR) responsible for monitoring contractor performance, ensuring adherence to the scope of work, and approving invoices. Regular progress meetings, technical reviews, and performance evaluations are essential. The DEA's internal policies and procedures, along with federal acquisition regulations, dictate the framework for oversight. The success of these mechanisms depends on the COR's diligence, the clarity of the contract requirements, and the contractor's commitment to transparency and timely delivery of quality services.

What is the historical spending trend for custom computer programming services at the DEA over the last five years?

Analyzing historical spending trends for custom computer programming services at the DEA over the last five years would reveal patterns in IT investment. This includes identifying fluctuations in annual spending, the primary contractors utilized, and the types of programming services procured. Such an analysis could indicate whether spending has been increasing, decreasing, or remaining stable, potentially correlating with agency priorities, technological advancements, or budget allocations. Understanding these trends provides context for the current $21.1 million task order, helping to determine if it represents a typical investment or a significant deviation.

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 AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 7000 MUIRKIRK MEADOWS DR STE 100, BELTSVILLE, MD, 20705

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $25,501,839

Exercised Options: $25,501,839

Current Obligation: $21,118,576

Actual Outlays: $21,129,289

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NOT OBTAINED - WAIVED

Parent Contract

Parent Award PIID: 15DDHQ18D00000018

IDV Type: IDC

Timeline

Start Date: 2022-08-01

Current End Date: 2024-01-31

Potential End Date: 2024-01-31 00:00:00

Last Modified: 2024-12-12

More Contracts from Arctic Slope Mission Services LLC

View all Arctic Slope Mission Services LLC federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending