DOJ's $43M AT&T Mobility contract for wireless services awarded via full and open competition
Contract Overview
Contract Amount: $43,073 ($43.1K)
Contractor: ATT Mobility LLC
Awarding Agency: Department of Justice
Start Date: 2022-12-20
End Date: 2026-07-31
Contract Duration: 1,319 days
Daily Burn Rate: $33/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: JSD-DAG-FY23-FY26 AT&T MOBILITY SERVICES
Place of Performance
Location: CHEVERLY, PRINCE GEORGES County, MARYLAND, 20785
State: Maryland Government Spending
Plain-Language Summary
Department of Justice obligated $43,073.07 to ATT MOBILITY LLC for work described as: JSD-DAG-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 Blanket Purchase Agreement (BPA) Call, indicating a pre-negotiated framework. 3. The contract duration spans over three years, suggesting a stable, long-term need. 4. Firm Fixed Price contract type helps mitigate cost overruns for the government. 5. The contractor, AT&T Mobility LLC, is a major player in the telecommunications sector. 6. No small business set-aside was utilized, potentially limiting opportunities for smaller firms.
Value Assessment
Rating: good
The contract's value of approximately $43 million over three years for wireless telecommunications services appears reasonable given the scale of operations for the U.S. Marshals Service. While specific per-unit cost benchmarks for government wireless plans are not readily available, AT&T is a primary provider in the commercial market, suggesting competitive pricing. The firm fixed-price structure provides cost certainty, which is a positive indicator of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit offers. The specific mechanism used was a BPA Call, which typically leverages pre-negotiated rates and terms established under a broader BPA. This approach generally fosters competition by allowing multiple vendors to compete for task orders or calls against established agreements, leading to price discovery and potentially better value.
Taxpayer Impact: Full and open competition ensures that taxpayers benefit from the most competitive pricing and innovative solutions available in the market, as multiple vendors vie for the contract.
Public Impact
The U.S. Marshals Service benefits from reliable and secure wireless communication services, crucial for law enforcement operations. This contract supports the operational capabilities of federal law enforcement agencies across their jurisdictions. The contract ensures that federal agents and personnel have the necessary communication tools to perform their duties effectively. It indirectly supports public safety by enabling efficient communication for law enforcement activities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if the BPA framework is not regularly re-competed.
- Reliance on a single large telecommunications provider could be a systemic risk.
- Scope creep could occur if the definition of 'mobility services' is not strictly managed.
Positive Signals
- Firm Fixed Price contract provides budget certainty.
- Awarded through full and open competition, suggesting competitive pricing.
- Long-term contract duration indicates a stable and predictable service for the agency.
- AT&T Mobility is a well-established provider with extensive network infrastructure.
Sector Analysis
This contract falls within the telecommunications sector, specifically wireless carrier services. The market is dominated by a few large providers, including AT&T, Verizon, and T-Mobile. Government spending in this area is substantial, supporting the operational needs of various federal agencies. Benchmarking against commercial enterprise plans is difficult due to the unique security and service level requirements of government contracts, but the scale of this award suggests a significant portion of the U.S. Marshals Service's mobile communication needs are being met.
Small Business Impact
The contract was not awarded as a small business set-aside, and there is no indication of specific subcontracting goals for small businesses within the provided data. This means that opportunities for small businesses to directly participate in this contract are limited. While AT&T may engage small businesses in its broader supply chain, this specific award does not appear to prioritize direct small business participation.
Oversight & Accountability
The contract is subject to standard federal procurement oversight. The Department of Justice's Office of the Inspector General (OIG) would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract. Transparency is maintained through contract databases like FPDS, which provide public access to award details. The firm fixed-price nature of the contract also simplifies oversight by providing clear cost expectations.
Related Government Programs
- Federal Government Wireless Services
- Law Enforcement Communications
- Department of Justice IT Services
- U.S. Marshals Service Operational Support
Risk Flags
- Potential for vendor lock-in
- Reliance on a single provider for critical infrastructure
- Cybersecurity vulnerabilities inherent in large networks
Tags
telecommunications, wireless-services, department-of-justice, u-s-marshals-service, firm-fixed-price, full-and-open-competition, maryland, large-contract, bpa-call, law-enforcement
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $43,073.07 to ATT MOBILITY LLC. JSD-DAG-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 $43,073.07.
What is the period of performance?
Start: 2022-12-20. End: 2026-07-31.
What is the historical spending trend for wireless telecommunications services by the U.S. Marshals Service?
Analyzing historical spending data for wireless telecommunications services by the U.S. Marshals Service is crucial for understanding the context of the current $43 million AT&T Mobility contract. While specific historical figures for this agency are not provided in the abbreviated data, general trends in federal IT and telecommunications spending show a consistent and growing demand for mobile services. Agencies increasingly rely on wireless connectivity for field operations, data access, and communication. Over the past five fiscal years, federal agencies have collectively spent billions on telecommunications services, with wireless components representing a significant and expanding portion. This growth is driven by the proliferation of mobile devices, the need for real-time data transmission, and the expansion of agency missions into remote or mobile environments. Understanding if this $43 million award represents an increase, decrease, or stable level of spending compared to previous years for the Marshals Service would provide valuable insight into the agency's evolving needs and budget allocation for communication infrastructure.
How does the per-unit cost of this contract compare to similar government wireless contracts?
Benchmarking the per-unit cost of this AT&T Mobility contract against similar government wireless contracts is challenging without access to detailed usage data and specific service plans. Government wireless contracts often include specialized features, security protocols, and service level agreements (SLAs) that differ from commercial offerings, making direct price comparisons difficult. However, the U.S. Marshals Service contract, valued at approximately $43 million over roughly three years, implies an average annual spend of around $14.3 million. If we assume a large number of users, such as several thousand personnel, the per-user cost might fall within a range comparable to large enterprise plans. Agencies often leverage General Services Administration (GSA) schedules or large-scale competitive procurements to achieve economies of scale. The fact that this was awarded via a BPA Call suggests that AT&T's rates under a pre-existing agreement were deemed competitive. Further analysis would require comparing the specific data allowances, calling features, device subsidies (if any), and geographic coverage provided against other federal or state/local government wireless agreements.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract?
The provided data does not explicitly detail the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this AT&T Mobility contract. However, for a contract of this nature supporting federal law enforcement, it is highly probable that robust SLAs are in place. These would typically include metrics related to network availability (e.g., 99.9% uptime), data transmission speeds, call completion rates, latency, and response times for technical support. KPIs would likely focus on ensuring continuous and reliable communication for the U.S. Marshals Service personnel, particularly those in critical operational roles. Failure to meet these SLAs could result in financial penalties for AT&T Mobility, such as service credits or reduced payments, as stipulated in the contract terms. The firm fixed-price nature suggests that the core service delivery is defined, but the quality and reliability are governed by these underlying performance standards.
What is AT&T Mobility LLC's track record with federal government contracts, particularly for wireless services?
AT&T Mobility LLC, as a subsidiary of AT&T Inc., has a substantial and long-standing track record of serving the federal government with a wide array of telecommunications and IT services, including wireless mobility solutions. They are a primary vendor on numerous large-scale federal contracts, often holding positions on GSA schedules and specific agency IDIQs (Indefinite Delivery/Indefinite Quantity) contracts. Their experience spans decades, providing services to agencies such as the Department of Defense, Department of Homeland Security, and various civilian agencies. Historically, AT&T has demonstrated the capability to manage complex, high-volume wireless deployments for government entities, often meeting stringent security and reliability requirements. While specific performance details for every contract are not publicly itemized, their continued presence as a major federal contractor suggests a generally positive performance history and a strong understanding of government procurement and operational needs. Any significant performance issues would typically be reflected in contract performance ratings or could lead to challenges in future recompetes.
What are the potential risks associated with relying on a single provider like AT&T for critical wireless communications?
Relying on a single provider like AT&T Mobility for critical wireless communications presents several potential risks for the U.S. Marshals Service. Firstly, there's the risk of vendor lock-in, where switching providers becomes technically complex and financially burdensome, potentially reducing leverage in future negotiations. Secondly, a major network outage or service disruption affecting AT&T's infrastructure could have a cascading impact on the Marshals Service's operations, potentially compromising mission effectiveness and officer safety. Thirdly, dependence on one vendor might stifle innovation if alternative solutions or technologies are not explored. Lastly, from a cybersecurity perspective, concentrating sensitive government communications through a single provider's network could create a larger target for sophisticated cyber threats. Mitigating these risks often involves robust contingency planning, multi-vendor strategies where feasible, and stringent contract management with clear SLAs and penalties.
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: $52,052
Exercised Options: $43,685
Current Obligation: $43,073
Actual Outlays: $15,693
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 15F06720A0001516
IDV Type: BPA
Timeline
Start Date: 2022-12-20
Current End Date: 2026-07-31
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2026-04-08
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.)