DOJ's FBI Awards $32.7M for CJIS FAST-NCIC Custom Programming Services to Trilogy Innovations Inc

Contract Overview

Contract Amount: $32,693,147 ($32.7M)

Contractor: Trilogy Innovations Inc.

Awarding Agency: Department of Justice

Start Date: 2025-04-15

End Date: 2027-04-14

Contract Duration: 729 days

Daily Burn Rate: $44.8K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 12

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: CJIS FAST- NCIC

Place of Performance

Location: BRIDGEPORT, HARRISON County, WEST VIRGINIA, 26330

State: West Virginia Government Spending

Plain-Language Summary

Department of Justice obligated $32.7 million to TRILOGY INNOVATIONS INC. for work described as: CJIS FAST- NCIC Key points: 1. Contract awarded to Trilogy Innovations Inc. for custom computer programming. 2. The contract is for delivery order under a larger award, with a duration of 729 days. 3. Spending is categorized under Custom Computer Programming Services (NAICS 541511). 4. The contract was awarded via full and open competition.

Value Assessment

Rating: fair

The contract value of $32.7 million for custom computer programming over two years appears reasonable given the specialized nature of the CJIS FAST-NCIC system. Benchmarking against similar complex federal IT development contracts is necessary for a definitive assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded through full and open competition, suggesting a robust price discovery process. This method allows multiple vendors to bid, promoting competitive pricing.

Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for essential federal IT services.

Public Impact

Ensures continued operation and development of critical criminal justice information systems. Supports law enforcement agencies nationwide through enhanced data access and processing. Potential for system improvements impacting data accuracy and response times for investigations.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT services sector, specifically custom computer programming. Federal spending in this area is substantial, with benchmarks varying widely based on project complexity and duration. The FBI's reliance on such services highlights the importance of secure and efficient data management.

Small Business Impact

The data indicates that this contract was not awarded to a small business (ss: false, sb: false). Further analysis would be needed to determine if small business subcontracting opportunities were adequately explored or mandated.

Oversight & Accountability

The contract is a delivery order under a larger award, suggesting existing oversight mechanisms are in place. However, the Time and Materials pricing structure necessitates vigilant monitoring by the agency to control costs and ensure performance.

Related Government Programs

Risk Flags

Tags

custom-computer-programming-services, department-of-justice, wv, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $32.7 million to TRILOGY INNOVATIONS INC.. CJIS FAST- NCIC

Who is the contractor on this award?

The obligated recipient is TRILOGY INNOVATIONS INC..

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Bureau of Investigation).

What is the total obligated amount?

The obligated amount is $32.7 million.

What is the period of performance?

Start: 2025-04-15. End: 2027-04-14.

What is the specific functionality being developed or maintained under CJIS FAST-NCIC, and how does it align with current FBI priorities?

The CJIS FAST-NCIC system is crucial for managing and disseminating criminal justice information nationwide. Enhancements likely focus on improving data accuracy, expanding search capabilities, and ensuring compliance with privacy regulations. Alignment with FBI priorities would involve supporting investigations, counter-terrorism efforts, and public safety initiatives through timely and reliable information.

What are the key performance indicators (KPIs) for this contract, and how will they be measured to ensure effective service delivery?

Key performance indicators would likely include system uptime, data processing speed, accuracy rates, and user satisfaction. Measurement methods would involve regular performance reports from the contractor, independent government testing, and user feedback mechanisms. Effective oversight would ensure these KPIs are met consistently throughout the contract period.

Given the Time and Materials contract type, what specific controls are in place to prevent cost overruns and ensure fair pricing?

Controls for Time and Materials contracts typically include detailed labor category rates, pre-approved hours, and strict limitations on material purchases. The government contracting officer must diligently monitor all expenditures, review invoices for accuracy, and ensure that the work performed is necessary and efficient. Regular progress reviews and audits are essential to maintain cost control.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesCustom Computer Programming Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 12

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 45 PROFESSIONAL PL, BRIDGEPORT, WV, 26330

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

Financial Breakdown

Contract Ceiling: $92,483,443

Exercised Options: $33,101,547

Current Obligation: $32,693,147

Actual Outlays: $9,528,055

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QTCA19D00GM

IDV Type: FSS

Timeline

Start Date: 2025-04-15

Current End Date: 2027-04-14

Potential End Date: 2030-10-14 00:00:00

Last Modified: 2026-04-08

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending