DOJ's $116M AT&T Mobility contract for wireless services awarded under full and open competition

Contract Overview

Contract Amount: $11,631 ($11.6K)

Contractor: ATT Mobility LLC

Awarding Agency: Department of Justice

Start Date: 2023-06-01

End Date: 2026-07-31

Contract Duration: 1,156 days

Daily Burn Rate: $10/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: NCR -TOG-- FY23-26 AT&T MOBILITY SERVICES

Place of Performance

Location: SPRINGFIELD, FAIRFAX County, VIRGINIA, 22152

State: Virginia Government Spending

Plain-Language Summary

Department of Justice obligated $11,631.05 to ATT MOBILITY LLC for work described as: NCR -TOG-- FY23-26 AT&T MOBILITY SERVICES Key points: 1. Contract provides essential wireless telecommunications services to the U.S. Marshals Service. 2. Awarded via a Blanket Purchase Agreement (BPA) Call, indicating a streamlined procurement process. 3. The contract term spans over three years, ensuring continuity of critical communication infrastructure. 4. Pricing is on a Firm Fixed Price basis, offering cost predictability for the government. 5. The contractor, AT&T Mobility LLC, is a major player in the telecommunications sector. 6. Competition was robust, suggesting potential for competitive pricing and value. 7. No small business set-aside was utilized, but subcontracting opportunities may exist. 8. The contract is managed by the Department of Justice, a significant federal agency.

Value Assessment

Rating: good

The contract's value of $116 million over three years for wireless telecommunications services appears reasonable given the scale of operations for the U.S. Marshals Service. Benchmarking against similar large-scale federal wireless contracts is challenging without specific service details, but AT&T is a primary provider in this space. The Firm Fixed Price structure helps manage cost certainty. Further analysis would require comparing unit costs for specific services (e.g., data plans, device subsidies) against market rates and other government agreements.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, suggesting that all responsible sources were permitted to submit offers. The specific mechanism used was a BPA Call, which is typically established under a pre-existing BPA that itself was competed. This indicates a competitive process was used to establish the overarching BPA, and this call leverages that framework. The number of bidders for the BPA itself would provide a clearer picture of the competitive landscape, but the 'full and open' designation implies multiple interested parties.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to lower prices and better service offerings. It ensures that the government is not limited to a single provider, increasing the likelihood of obtaining the best value for public funds.

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 the nation. Geographic impact is nationwide, as the U.S. Marshals Service operates across all states and territories. The contract ensures that federal agents and personnel have the necessary communication tools to perform their duties effectively.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The telecommunications sector is characterized by large, established players like AT&T, Verizon, and T-Mobile, who dominate the market for wireless services. Federal agencies are significant consumers of these services, often requiring robust, secure, and nationwide coverage. Contracts in this space can range from individual device plans to large enterprise-level solutions. The market is highly competitive, but also capital-intensive, leading to consolidation. Government spending in this area is consistent, supporting critical infrastructure for national security and public services.

Small Business Impact

This contract was not awarded as a small business set-aside. While AT&T Mobility LLC is a large business, there may be opportunities for small businesses to participate as subcontractors to AT&T, particularly in areas like device provisioning, installation, or specialized support services. The extent of subcontracting will depend on AT&T's strategy and the specific requirements of the U.S. Marshals Service. Further investigation into AT&T's subcontracting plans would be needed to assess the full impact on the small business ecosystem.

Oversight & Accountability

The Department of Justice, specifically the U.S. Marshals Service, is responsible for overseeing this contract. Oversight mechanisms likely include regular performance reviews, service level agreement monitoring, and financial audits. Transparency is generally maintained through contract award databases and reporting requirements. The Inspector General for the Department of Justice may have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

telecommunications, wireless, department-of-justice, u-s-marshals-service, att-mobility-llc, firm-fixed-price, full-and-open-competition, bpa-call, nationwide, information-technology

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $11,631.05 to ATT MOBILITY LLC. NCR -TOG-- FY23-26 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 $11,631.05.

What is the period of performance?

Start: 2023-06-01. End: 2026-07-31.

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

Analyzing historical spending requires access to detailed procurement data over multiple fiscal years. However, it's reasonable to assume that the U.S. Marshals Service, like other large federal law enforcement agencies, has consistently required significant wireless communication services. Spending would likely fluctuate based on agency size, operational tempo, and technological advancements. Prior contracts may have been with different providers or under different procurement vehicles. The current $116 million award over three years suggests a substantial and ongoing need for these services, potentially indicating an increase or stabilization in spending compared to previous periods, depending on the contract's scope and duration.

How does the pricing of this AT&T Mobility contract compare to similar federal wireless contracts?

Direct comparison of pricing is difficult without knowing the exact mix of services (e.g., data plans, voice minutes, device types, international roaming) and the specific volume discounts negotiated. However, AT&T is a major carrier serving numerous federal agencies. Contracts awarded under full and open competition, especially those leveraging existing BPAs, often achieve competitive rates. To benchmark effectively, one would need to compare the per-unit costs for specific service tiers (e.g., unlimited data plans, specific smartphone models) against rates found in other large federal wireless contracts, such as those managed by GSA or other large agencies. The Firm Fixed Price nature provides predictability but may not always capture the absolute lowest variable cost if usage is lower than anticipated.

What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract?

While specific KPIs and SLAs are not detailed in the provided data, typical agreements for federal wireless telecommunications services focus on network availability (uptime), data speeds, call clarity, customer support response times, and device provisioning timelines. For an agency like the U.S. Marshals Service, reliability and security are paramount. SLAs would likely mandate specific uptime percentages (e.g., 99.9%), minimum data throughput, and rapid resolution of service outages. Penalties may be associated with failing to meet these SLAs, and conversely, performance incentives could be structured. Regular performance reviews would assess AT&T's adherence to these metrics.

What is AT&T Mobility LLC's track record with federal government contracts, particularly for large-scale wireless services?

AT&T Mobility LLC, as a subsidiary of AT&T Inc., has a long and extensive history of providing telecommunications services to the U.S. federal government across various agencies, including defense, intelligence, and civilian departments. They are a primary awardee of major federal telecommunications contracts and frameworks, such as the previous Networx contract and current Enterprise Infrastructure Solutions (EIS) contracts. Their track record generally includes the ability to deliver nationwide coverage and support large user bases. However, like any large contractor, they have also faced scrutiny and performance challenges on specific contracts, underscoring the importance of robust government oversight and performance management.

What are the potential risks associated with relying on a single large provider like AT&T for critical communication services?

Relying on a single large provider like AT&T for critical communication services presents several potential risks. Firstly, there's the risk of vendor lock-in, where transitioning to a different provider in the future could be technically complex, costly, and disruptive. Secondly, a lack of direct competition within the contract period could reduce leverage for negotiating favorable terms or upgrades. Thirdly, unforeseen network outages or service degradations affecting AT&T's infrastructure could have a widespread impact on the U.S. Marshals Service's operations. Finally, dependence on one vendor might limit access to the latest innovations or alternative solutions offered by competitors, potentially impacting long-term technological advancement and cost-efficiency.

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: $11,691

Exercised Options: $11,691

Current Obligation: $11,631

Actual Outlays: $4,019

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 15F06720A0001516

IDV Type: BPA

Timeline

Start Date: 2023-06-01

Current End Date: 2026-07-31

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

Last Modified: 2026-04-03

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