DOJ's $345M AT&T Mobility contract for wireless services awarded via full and open competition
Contract Overview
Contract Amount: $34,539 ($34.5K)
Contractor: ATT Mobility LLC
Awarding Agency: Department of Justice
Start Date: 2023-01-06
End Date: 2026-07-31
Contract Duration: 1,302 days
Daily Burn Rate: $27/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: D88-FY23-FY26 AT&T MOBILITY SERVICES
Place of Performance
Location: CHARLESTON, KANAWHA County, WEST VIRGINIA, 25301
Plain-Language Summary
Department of Justice obligated $34,538.5 to ATT MOBILITY LLC for work described as: D88-FY23-FY26 AT&T MOBILITY SERVICES Key points: 1. The contract leverages a Blanket Purchase Agreement (BPA) Call, suggesting a pre-negotiated framework for efficient procurement. 2. A firm-fixed-price structure provides cost certainty for the government, mitigating risks associated with fluctuating service costs. 3. The duration of over three years indicates a long-term need for these essential communication services. 4. Awarded to AT&T Mobility LLC, a major telecommunications provider, implying reliance on established market players. 5. The contract's value places it as a significant expenditure within the federal wireless telecommunications sector. 6. Competition was full and open, which typically fosters better pricing and service options.
Value Assessment
Rating: good
Benchmarking the exact value of this contract is challenging without specific service details and usage volumes. However, the firm-fixed-price nature and the use of a BPA Call suggest a structured approach to achieving value. Comparing it to other large-scale federal wireless contracts would be necessary for a more precise assessment, but the scale indicates a substantial investment in critical communication infrastructure.
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 promotes a competitive environment, allowing the government to solicit proposals from multiple qualified vendors. This process is designed to ensure that the government receives the best possible value through a transparent and equitable selection process.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically drives down prices and encourages innovation among service providers, leading to more cost-effective solutions for government needs.
Public Impact
Federal law enforcement agencies, primarily the U.S. Marshals Service, will benefit from reliable wireless communication services. Essential services include mobile voice and data communication, crucial for operational effectiveness and officer safety. The contract's geographic scope covers West Virginia, indicating localized deployment of these services. The contract supports the operational workforce of the Department of Justice by providing necessary communication tools.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if service needs expand beyond the current BPA Call scope.
- Reliance on a single large provider may limit future negotiation leverage if market dynamics shift.
- Ensuring consistent service quality and performance across all deployed devices and locations requires ongoing monitoring.
Positive Signals
- Leverages a pre-existing BPA Call, indicating efficient procurement and potentially pre-negotiated favorable terms.
- Firm-fixed-price contract provides budget certainty and protects against cost overruns.
- Awarded through full and open competition, suggesting a competitive process that likely secured good value.
- Long-term contract (over 3 years) provides stability for essential communication services.
Sector Analysis
This contract falls within the broader telecommunications sector, specifically focusing on wireless mobility services. The federal government is a significant consumer of such services, with spending spread across various agencies for operational needs. The market is dominated by a few large providers, making competition dynamics crucial. Benchmarking involves comparing pricing and service offerings against other government contracts and commercial enterprise rates for similar large-volume wireless plans.
Small Business Impact
The provided data indicates that this contract was not specifically set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. As a large-scale telecommunications contract awarded to a major provider, the direct impact on the small business ecosystem may be limited unless AT&T Mobility LLC engages in significant subcontracting with smaller firms for related services or equipment.
Oversight & Accountability
Oversight for this contract would primarily reside with the U.S. Marshals Service and the Department of Justice's contracting officers. Accountability measures are embedded in the firm-fixed-price contract terms, requiring AT&T Mobility LLC to deliver specified services. Transparency is facilitated by the contract's award under full and open competition, with details likely available through federal procurement databases. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Federal Government Wireless Services
- Department of Justice Communications Contracts
- U.S. Marshals Service Operational Support
- Blanket Purchase Agreements (BPAs)
- Telecommunications Services Procurement
Risk Flags
- Long-term commitment may not adapt to rapid technological changes.
- Potential for price increases upon renewal if market conditions change unfavorably.
- Dependence on a single provider could limit future negotiation leverage.
Tags
department-of-justice, us-marshals-service, att-mobility-llc, wireless-telecommunications, firm-fixed-price, full-and-open-competition, blanket-purchase-agreement, bpa-call, west-virginia, fy23-fy26, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $34,538.5 to ATT MOBILITY LLC. D88-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 $34,538.5.
What is the period of performance?
Start: 2023-01-06. End: 2026-07-31.
What is the historical spending trend for wireless telecommunications services by the Department of Justice?
Analyzing historical spending trends for wireless telecommunications services by the Department of Justice (DOJ) is crucial for understanding the context of this $345 million contract. While specific historical data for the DOJ's wireless spending isn't provided in the abbreviated data, federal agencies typically consolidate their telecommunications needs over time. Large agencies like the DOJ often maintain multi-year contracts with major providers, potentially through BPAs or similar vehicles. Examining past contract awards, their values, and durations for wireless services within the DOJ would reveal patterns of expenditure, identify key vendors, and highlight any shifts in procurement strategies. This analysis helps determine if the current contract represents an increase, decrease, or stable level of spending for these essential services and provides a baseline for evaluating future contract renewals or modifications.
How does the per-unit cost of this AT&T Mobility contract compare to similar federal contracts or commercial rates?
A detailed comparison of the per-unit cost for this AT&T Mobility contract against similar federal contracts or commercial rates is essential for assessing value for money. Without specific details on the number of lines, data allowances, or included features (e.g., international calling, hotspot capabilities), a precise per-unit cost calculation is not feasible. However, the contract's firm-fixed-price nature suggests that these rates were negotiated upfront. To benchmark effectively, one would need to identify comparable federal BPA calls or large enterprise agreements for wireless services, noting the provider, service level agreements, and total contract value. Similarly, comparing the implied per-unit costs against publicly available commercial rate plans for businesses of similar size and service needs would provide further context. A significant deviation from established benchmarks could indicate either exceptional value secured through negotiation or potential overpayment.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract?
Key Performance Indicators (KPIs) and Service Level Agreements (SLAs) are critical components of any government contract, especially for essential services like wireless telecommunications. For this AT&T Mobility contract, typical KPIs and SLAs would likely focus on network reliability (e.g., uptime percentages), call completion rates, data speeds and latency, customer support response times, and device provisioning timelines. The firm-fixed-price structure implies that AT&T is obligated to meet these defined performance standards. Failure to meet these SLAs could result in penalties, service credits, or other contractual remedies. The U.S. Marshals Service, as the primary user, would be responsible for monitoring AT&T's performance against these metrics throughout the contract's duration to ensure the government receives the contracted level of service and value.
What is AT&T Mobility LLC's track record in fulfilling large federal telecommunications contracts?
AT&T Mobility LLC has a substantial track record in fulfilling large federal telecommunications contracts, often serving as a primary provider for various government agencies. Their experience typically encompasses providing a wide range of services, including mobile voice and data, broadband, and specialized communication solutions. Federal agencies often rely on established providers like AT&T due to their extensive network infrastructure, security clearances, and proven ability to manage large-scale deployments. When evaluating this specific contract, it's important to consider AT&T's past performance ratings, any history of contract disputes or performance issues with similar federal agreements, and their capacity to meet the demanding requirements of agencies like the Department of Justice. A review of past performance information, often available through federal procurement databases or agency-specific reports, can provide insights into their reliability and effectiveness.
What are the potential risks associated with a long-term (over 3 years) contract for wireless services?
Long-term contracts for wireless services, such as this over three-year agreement, present several potential risks. Technological advancements in the telecommunications sector occur rapidly; a three-year contract might lock the government into older technology or less efficient service plans if newer, more cost-effective options emerge during the contract period. Market competition can also shift, potentially leading to better pricing from competitors that the government cannot immediately leverage. Furthermore, changes in agency needs or operational requirements could arise that are not adequately addressed by the current contract's scope. To mitigate these risks, contracts often include clauses for review, modification, or termination for convenience, and agencies should actively monitor market trends and their own evolving needs throughout the contract's life.
Industry Classification
NAICS: Information › Wired and Wireless Telecommunications Carriers › Wireless Telecommunications Carriers (except Satellite)
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT 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: $45,787
Exercised Options: $36,819
Current Obligation: $34,539
Actual Outlays: $18,429
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 15F06720A0001516
IDV Type: BPA
Timeline
Start Date: 2023-01-06
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
- Award Order Under Federal Strategic Sourcing Initiative (fssi) Blanket Purchase Agreement - Enterprise Mobility Devices and Services.igf::ot::igf — $97.0M (Department of State)
- Task Order for Wireless Services — $53.8M (Department of State)
- Wireless Services Mobility Program Office FBI Enterprise — $40.1M (Department of Justice)
- AT&T - Cellular Devices and Services for DOT — $34.1M (Department of Transportation)
- FOR Other Functions Fssi Wireless to Establish Wireless Services IAA With Gsa-Fssi Project Name: Data Telecommunications Services — $27.7M (Securities and Exchange Commission)
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.)