DOJ's $120M AT&T Mobility contract for wireless services awarded via full and open competition

Contract Overview

Contract Amount: $120,009 ($120.0K)

Contractor: ATT Mobility LLC

Awarding Agency: Department of Justice

Start Date: 2022-11-03

End Date: 2026-07-31

Contract Duration: 1,366 days

Daily Burn Rate: $88/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: D80-FY23-FY26 AT&T MOBILITY SERVICES

Place of Performance

Location: SAN ANTONIO, BEXAR County, TEXAS, 78206

State: Texas Government Spending

Plain-Language Summary

Department of Justice obligated $120,009.46 to ATT MOBILITY LLC for work described as: D80-FY23-FY26 AT&T MOBILITY SERVICES Key points: 1. Contract provides essential wireless telecommunications services to the U.S. Marshals Service. 2. Awarded through a broad, competitive process, suggesting potential for favorable pricing. 3. Long-term duration (2022-2026) indicates a stable, ongoing need for these services. 4. Firm-fixed-price structure offers cost certainty for the government. 5. Contractor, AT&T Mobility LLC, is a major player in the telecommunications sector. 6. Geographic coverage extends across Texas, supporting widespread operational needs.

Value Assessment

Rating: good

The contract value of $120 million over approximately four years for wireless telecommunications services appears reasonable given the scale and duration. Benchmarking against similar large-scale government wireless contracts is challenging without specific service details, but AT&T is a primary provider in this space. The firm-fixed-price nature of the contract helps control costs, and the competitive award process suggests that pricing was vetted against market alternatives.

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 method generally fosters a competitive environment, which can lead to better pricing and service terms for the government. The U.S. Marshals Service leveraged a broad solicitation to ensure a wide range of potential providers could participate.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the potential for cost savings through robust price discovery and encourages providers to offer their best terms to win the contract.

Public Impact

Law enforcement operations of the U.S. Marshals Service are supported through reliable mobile communication. Personnel across Texas benefit from consistent and secure wireless connectivity for their duties. The contract ensures the availability of critical communication infrastructure for federal law enforcement. Supports the operational efficiency of the U.S. Marshals Service by providing necessary technology.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the telecommunications sector, specifically wireless carrier services. The market is dominated by a few large national providers, including AT&T, Verizon, and T-Mobile. Government spending in this area is substantial, supporting a wide range of agency needs from basic communication to advanced data services. Benchmarks for similar large-scale government wireless contracts are often in the tens to hundreds of millions of dollars, depending on the scope and duration.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses, nor does it appear to involve significant subcontracting opportunities for them based on the primary awardee being AT&T Mobility LLC. Large telecommunications contracts are typically awarded to major providers, and while these prime contractors may utilize small businesses for certain support functions, the direct impact on the small business ecosystem for this specific award is likely limited.

Oversight & Accountability

Oversight for this contract would primarily reside with the U.S. Marshals Service contracting officers and program managers. They are responsible for monitoring performance, ensuring compliance with contract terms, and managing any modifications or disputes. Transparency is facilitated through contract databases like FPDS, which record award details. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract were suspected.

Related Government Programs

Risk Flags

Tags

wireless-telecommunications, att-mobility-llc, department-of-justice, u.s.-marshals-service, firm-fixed-price, full-and-open-competition, bpa-call, texas, large-contract, law-enforcement-support, national-provider

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $120,009.46 to ATT MOBILITY LLC. D80-FY23-FY26 AT&T MOBILITY SERVICES

Who is the contractor on this award?

The obligated recipient is ATT MOBILITY LLC.

Which agency awarded this contract?

Awarding agency: Department of Justice (U.S. Marshals Service).

What is the total obligated amount?

The obligated amount is $120,009.46.

What is the period of performance?

Start: 2022-11-03. End: 2026-07-31.

What is the historical spending pattern for wireless services by the U.S. Marshals Service?

Analyzing historical spending requires access to detailed procurement data over multiple fiscal years. However, the award of a $120 million contract for wireless services from FY23 to FY26 suggests a significant and ongoing requirement. Typically, agencies like the U.S. Marshals Service maintain substantial wireless footprints, often renewing and consolidating services through competitive procurements. Past spending would likely show similar large-scale contracts with major carriers, potentially with varying contract vehicles and pricing structures depending on market conditions and technological advancements at the time of award. Understanding the trend would involve comparing the total spend across different contract types and providers over time to identify any increases or decreases in expenditure and the reasons behind them, such as changes in user base, service requirements, or pricing.

How does the per-unit cost of this contract compare to similar government wireless contracts?

Determining a precise per-unit cost comparison is difficult without granular data on the specific services included (e.g., data allowances, voice minutes, device types, geographic coverage tiers) and the number of users or units procured. Government wireless contracts can vary widely in their per-unit pricing based on volume discounts, contract duration, and the specific service level agreements. However, given that AT&T Mobility is a major carrier and the contract was awarded competitively, the pricing is likely benchmarked against market rates for similar large enterprise or government plans. Without access to the detailed pricing structure or comparable contract data, a definitive per-unit cost assessment cannot be made, but the firm-fixed-price nature suggests a negotiated rate intended to be cost-effective for the volume of services provided.

What is AT&T Mobility LLC's track record with federal government contracts?

AT&T Mobility LLC, as a subsidiary of AT&T Inc., has a long and extensive history of securing and performing on numerous federal government contracts across various agencies. They are a primary provider of telecommunications services, including wireless, to the U.S. government. Their track record generally includes large-scale agreements for mobile voice and data services, network infrastructure, and specialized communication solutions. While specific performance metrics for individual contracts are not publicly detailed in aggregate, AT&T's continued success in winning competitive bids for significant federal procurements indicates a generally positive performance history and capability to meet government requirements. Agencies often rely on established providers like AT&T due to their national coverage, robust infrastructure, and experience with government security and compliance standards.

What are the potential risks associated with this contract?

Potential risks include over-reliance on a single large provider, which could limit future negotiation leverage or flexibility if market conditions change. Service disruptions, though unlikely with a major provider, could impact critical U.S. Marshals Service operations. Ensuring consistent service quality and coverage across all operational areas within Texas requires diligent monitoring. Furthermore, as technology evolves, the contract may need adjustments to incorporate new services or features, posing a risk if the current agreement is not adaptable. Finally, the sheer scale of the contract means any performance issues could have a significant operational impact.

How does this contract contribute to the overall mission of the U.S. Marshals Service?

This contract is fundamental to the operational effectiveness of the U.S. Marshals Service. Reliable and secure mobile communication is essential for law enforcement activities, including coordinating field operations, communicating with command centers, accessing critical information in real-time, and ensuring officer safety. By providing wireless telecommunications services, the contract directly supports the agency's core missions of protecting federal judicial officials, apprehending fugitives, managing seized assets, and facilitating the justice process. The nationwide (and in this case, state-specific) coverage ensures that personnel can remain connected regardless of their location within their operational area, which is critical for a mobile law enforcement agency.

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: $124,493

Exercised Options: $120,009

Current Obligation: $120,009

Actual Outlays: $53,368

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 15F06720A0001516

IDV Type: BPA

Timeline

Start Date: 2022-11-03

Current End Date: 2026-07-31

Potential End Date: 2026-07-31 00:00:00

Last Modified: 2026-04-09

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