DOJ Awards $44.2M Task Order to Arctic Slope Mission Services for IT and Customer Support
Contract Overview
Contract Amount: $44,233,861 ($44.2M)
Contractor: Arctic Slope Mission Services LLC
Awarding Agency: Department of Justice
Start Date: 2024-02-01
End Date: 2025-07-31
Contract Duration: 546 days
Daily Burn Rate: $81.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: LN10.02 THE PURPOSE OF THIS ACTION IS CREATE A TO CREATE A TASK ORDER ON CONTRACT 15DDHQ18D00000018 WITH ASMS FOR INFORMATION TECHNOLOGY AND CUSTOMER SUPPORT SERVICES. SEE ATTACHED D19 FOR DETAILS
Place of Performance
Location: HERNDON, FAIRFAX County, VIRGINIA, 20171
State: Virginia Government Spending
Plain-Language Summary
Department of Justice obligated $44.2 million to ARCTIC SLOPE MISSION SERVICES LLC for work described as: LN10.02 THE PURPOSE OF THIS ACTION IS CREATE A TO CREATE A TASK ORDER ON CONTRACT 15DDHQ18D00000018 WITH ASMS FOR INFORMATION TECHNOLOGY AND CUSTOMER SUPPORT SERVICES. SEE ATTACHED D19 FOR DETAILS Key points: 1. Contract awarded to Arctic Slope Mission Services LLC for IT and customer support. 2. The contract is a firm-fixed-price delivery order with a total value of $44.2M. 3. Competition method was 'Full and Open Competition After Exclusion of Sources'. 4. The task order is for services including custom computer programming. 5. The period of performance is from February 1, 2024, to July 31, 2025.
Value Assessment
Rating: fair
The $44.2M award for IT and customer support services appears to be within a reasonable range for similar government contracts, though specific benchmarks for 'Custom Computer Programming Services' are not readily available without further analysis of scope and complexity.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while competition was sought, certain sources were excluded. This method can impact price discovery by potentially limiting the number of competitive bids received.
Taxpayer Impact: Taxpayers are impacted by the $44.2M expenditure, with the expectation that the services provided will be effective and efficiently delivered to justify the cost.
Public Impact
Ensures continued IT and customer support for the Drug Enforcement Administration. Supports critical functions within the Department of Justice. Provides services through a firm-fixed-price contract, offering cost predictability. The duration of the task order is 546 days.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited details on the specific exclusion of sources in the competition.
- Lack of detailed performance metrics for IT and customer support services.
- Potential for cost overruns if scope expands beyond initial estimates.
Positive Signals
- Firm-fixed-price contract provides budget certainty.
- Awarded to a single vendor, potentially streamlining management.
- Supports essential government operations.
Sector Analysis
This contract falls within the Information Technology sector, specifically Custom Computer Programming Services. Government spending in this area is substantial, with benchmarks varying widely based on the complexity and criticality of the IT solutions required.
Small Business Impact
The data indicates this contract was not set aside for small businesses (sb: false). Therefore, small businesses were not directly involved as prime contractors in this specific award, though they may be subcontractors.
Oversight & Accountability
Oversight of this task order would typically be managed by the Drug Enforcement Administration's contracting officers and program managers to ensure performance aligns with contract requirements and taxpayer value.
Related Government Programs
- Custom Computer Programming Services
- Department of Justice Contracting
- Drug Enforcement Administration Programs
Risk Flags
- Potential for limited competition due to source exclusion.
- Lack of detailed service scope and performance metrics.
- Risk of vendor lock-in if services are highly specialized.
- Dependence on a single vendor for critical IT functions.
Tags
custom-computer-programming-services, department-of-justice, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $44.2 million to ARCTIC SLOPE MISSION SERVICES LLC. LN10.02 THE PURPOSE OF THIS ACTION IS CREATE A TO CREATE A TASK ORDER ON CONTRACT 15DDHQ18D00000018 WITH ASMS FOR INFORMATION TECHNOLOGY AND CUSTOMER SUPPORT SERVICES. SEE ATTACHED D19 FOR DETAILS
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 $44.2 million.
What is the period of performance?
Start: 2024-02-01. End: 2025-07-31.
What specific IT and customer support services are included in this task order, and how do they align with the DEA's mission objectives?
The task order is for Information Technology and Customer Support Services, including Custom Computer Programming. While the data doesn't detail the specific services, they are crucial for supporting the Drug Enforcement Administration's operational and administrative functions. These services likely encompass software development, system maintenance, user support, and potentially data management, all vital for the agency's law enforcement and intelligence gathering activities.
What was the rationale for excluding certain sources in the 'Full and Open Competition After Exclusion of Sources' method, and what was the competitive landscape?
The rationale for excluding sources is not detailed in the provided data. This method implies that while the competition was intended to be open, specific vendors were deemed ineligible or unsuitable based on predefined criteria. Understanding the exclusion criteria is key to assessing if the competition was truly robust and if the government secured the best possible value by limiting the pool of potential bidders.
How will the effectiveness and efficiency of the IT and customer support services be measured to ensure value for taxpayer money?
Effectiveness and efficiency are typically measured through performance metrics and service level agreements (SLAs) outlined in the contract. For this task order, the DEA would likely monitor factors such as system uptime, response times for customer support, bug resolution rates, and project completion timelines. Regular performance reviews and adherence to the firm-fixed-price structure are intended to ensure the services deliver value and stay within budget.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom 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: FIRM FIXED PRICE (J)
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: $46,935,676
Exercised Options: $46,935,676
Current Obligation: $44,233,861
Actual Outlays: $29,645,602
Subaward Activity
Number of Subawards: 6
Total Subaward Amount: $2,445,221
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: 2024-02-01
Current End Date: 2025-07-31
Potential End Date: 2025-07-31 00:00:00
Last Modified: 2025-07-21
More Contracts from Arctic Slope Mission Services LLC
- FOR Critical Functions - Management of Seized and Forfeited Assets Cyrbyme-C — $41.6M (Department of the Treasury)
- FOR Other Functions Administrative Support Services (oprso/Fletc) — $38.3M (Department of Justice)
- Imcs IV Task Order 46 for EPA Docket Center Services — $24.0M (Environmental Protection Agency)
- 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 — $21.1M (Department of Justice)
- Task Order for Records and Information Management Services Region 10 Superfund Records Center — $7.6M (Environmental Protection Agency)
View all Arctic Slope Mission Services LLC federal contracts →
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)