DOJ's $14.69B AT&T Mobility contract for wireless services awarded under full and open competition

Contract Overview

Contract Amount: $14,691 ($14.7K)

Contractor: ATT Mobility LLC

Awarding Agency: Department of Justice

Start Date: 2026-05-01

End Date: 2027-04-30

Contract Duration: 364 days

Daily Burn Rate: $40/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: AT&T

Place of Performance

Location: SAINT LOUIS, SAINT LOUIS CITY County, MISSOURI, 63103

State: Missouri Government Spending

Plain-Language Summary

Department of Justice obligated $14,691.18 to ATT MOBILITY LLC for work described as: AT&T Key points: 1. The contract represents a significant investment in essential wireless telecommunications infrastructure for the DEA. 2. Full and open competition suggests a potentially competitive pricing environment, though specific benchmarks are needed. 3. The contract duration of 364 days (one year) allows for regular re-evaluation of services and pricing. 4. The firm-fixed-price structure shifts cost risk to the contractor, AT&T Mobility LLC. 5. The absence of small business set-aside indicates a focus on large prime contractors for this specific award. 6. The contract's value necessitates robust oversight to ensure continued value and performance.

Value Assessment

Rating: good

Benchmarking the per-unit cost for wireless services at this scale is complex without detailed service breakdowns. However, the large contract value suggests AT&T Mobility is a primary provider for government wireless needs. The firm-fixed-price nature provides cost certainty for the government, but ongoing monitoring is crucial to ensure the pricing remains competitive throughout the contract term. Comparing this to other large federal wireless contracts would provide a clearer picture of value for money.

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 offers. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which can lead to better pricing and service options for the government. The DEA likely leveraged this approach to secure the most advantageous terms for its extensive wireless communication needs.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the potential for cost savings through a wide range of offers and encourages contractors to provide their best pricing upfront.

Public Impact

The primary beneficiaries are the Drug Enforcement Administration (DEA) agents and personnel who rely on these wireless services for critical operations. The services delivered include essential mobile communication capabilities supporting law enforcement activities nationwide. The geographic impact is nationwide, covering all areas where DEA operations are conducted. Workforce implications include ensuring DEA staff have reliable and secure communication tools to perform their duties effectively.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The wireless telecommunications sector is a mature and highly competitive market dominated by a few large providers. Federal agencies are significant consumers of these services, often consolidating their needs into large contracts to achieve economies of scale. This contract with AT&T Mobility falls within this trend, representing a substantial portion of the government's spending on mobile connectivity, which is critical for operational effectiveness across various agencies.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. This suggests that the primary award was made to a large business. While there might be opportunities for small businesses to subcontract under AT&T Mobility, the direct award mechanism did not prioritize small business participation. Further analysis would be needed to determine the extent of small business subcontracting planned for this BPA call.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Justice's contracting and procurement divisions, with specific program management residing within the DEA. Accountability measures are inherent in the firm-fixed-price structure, requiring AT&T to deliver services as specified. Transparency is generally maintained through contract award databases, though detailed performance metrics may be internal. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

wireless-telecommunications, department-of-justice, drug-enforcement-administration, nationwide, large-contract, full-and-open-competition, firm-fixed-price, att-mobility, mobile-services, law-enforcement-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $14,691.18 to ATT MOBILITY LLC. AT&T

Who is the contractor on this award?

The obligated recipient is ATT MOBILITY LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $14,691.18.

What is the period of performance?

Start: 2026-05-01. End: 2027-04-30.

What is the historical spending pattern for wireless services by the DEA and the Department of Justice?

Analyzing historical spending for wireless services by the DEA and the broader Department of Justice (DOJ) is crucial for context. While specific historical data for this exact BPA call isn't provided, federal agencies typically consolidate their wireless needs over time. Large agencies like the DOJ often transition from numerous smaller contracts to larger, more strategic agreements to leverage economies of scale and improve management. Examining past contract awards to AT&T and other major carriers for similar services within the DOJ over the last 5-10 years would reveal trends in spending volume, pricing structures (e.g., shifts from older plans to newer ones), and the evolution of competition. This historical perspective helps in assessing whether the current $14.69 billion award represents a significant increase, a consolidation of existing spending, or a competitive pricing outcome compared to previous periods.

How does the pricing of this AT&T Mobility contract compare to other federal agencies' wireless contracts?

Directly comparing the pricing of this $14.69 billion AT&T Mobility contract to other federal agencies' wireless contracts requires access to detailed pricing schedules and service level agreements (SLAs) for comparable procurements. Without this granular data, a precise benchmark is difficult. However, the contract's 'full and open competition' award type suggests that the government sought competitive bids, which should theoretically lead to favorable pricing. Agencies often negotiate master agreements or utilize government-wide acquisition contracts (GWACs) that may offer pre-negotiated rates. If this contract was awarded outside of such existing frameworks, its pricing would be evaluated against market rates and potentially against similar large-scale awards to AT&T or competitors like Verizon and T-Mobile by agencies like the Department of Defense or DHS. The firm-fixed-price nature also implies that the agreed-upon rates are set, but the value is realized through efficient service delivery and minimal scope creep.

What are the specific risks associated with a single large contract for wireless services?

A significant risk associated with a single large contract for wireless services, such as this $14.69 billion award to AT&T Mobility, is vendor lock-in and reduced flexibility. If the government becomes heavily reliant on AT&T's infrastructure and service offerings, switching providers in the future could be complex and costly, potentially limiting negotiation leverage. Another risk is the potential for service degradation or price increases if competition diminishes over time or if AT&T faces internal operational challenges. Furthermore, ensuring robust cybersecurity and data privacy across a vast network managed by a single entity requires continuous vigilance and strong contractual safeguards. The sheer scale also means that any widespread service disruption from AT&T could have a profound impact on DEA operations nationwide, highlighting the importance of contingency planning and service level agreements.

What performance metrics and oversight mechanisms are in place for this contract?

While the provided data doesn't detail specific performance metrics or oversight mechanisms, federal contracts of this magnitude typically include robust frameworks. For this AT&T Mobility contract, performance would likely be measured against key performance indicators (KPIs) outlined in the contract's Service Level Agreement (SLA). These could include network uptime, data speeds, call clarity, response times for technical support, and adherence to security protocols. Oversight would be managed by designated contracting officers and program managers within the DEA and DOJ, responsible for monitoring AT&T's performance, approving invoices, and ensuring compliance with contract terms. Regular performance reviews, audits, and potentially the use of third-party monitoring tools would be employed to ensure the government receives the value and quality of service it expects. The firm-fixed-price nature itself acts as a form of oversight, incentivizing the contractor to meet requirements efficiently.

What is the potential impact of this contract on AT&T's market position and future government contracting opportunities?

This $14.69 billion contract significantly solidifies AT&T Mobility's position as a primary telecommunications provider for the U.S. federal government, particularly within a major law enforcement agency like the DEA. Such a large award demonstrates AT&T's capability to handle complex, nationwide wireless communication needs and provides a substantial revenue stream. It enhances their credibility and competitive advantage when bidding on future government contracts, potentially influencing other agencies to consider AT&T. Conversely, the scale of this contract might also attract increased scrutiny from competitors and watchdog groups regarding pricing and service delivery. For AT&T, successfully executing this contract could lead to opportunities for contract renewals, expansions, or similar large-scale awards in other sectors or agencies, reinforcing their status as a key government partner.

Industry Classification

NAICS: InformationWired and Wireless Telecommunications CarriersWireless Telecommunications Carriers (except Satellite)

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - NETWORK

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Tyto Athene, LLC

Address: 1025 LENOX PARK BLVD NE, ATLANTA, GA, 30319

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

Financial Breakdown

Contract Ceiling: $23,085

Exercised Options: $23,085

Current Obligation: $14,691

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 15F06720A0001516

IDV Type: BPA

Timeline

Start Date: 2026-05-01

Current End Date: 2027-04-30

Potential End Date: 2027-04-30 00:00:00

Last Modified: 2026-04-02

More Contracts from ATT Mobility LLC

View all ATT Mobility LLC federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending