SSA's $14.5M AT&T Wireless BPA Call for IT Services Shows Moderate Competition and Long Duration

Contract Overview

Contract Amount: $14,570,241 ($14.6M)

Contractor: ATT Mobility LLC

Awarding Agency: Social Security Administration

Start Date: 2018-07-19

End Date: 2023-09-28

Contract Duration: 1,897 days

Daily Burn Rate: $7.7K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: CALL ORDER TO PURCHASE CLINS AGAINST SSA BPA SS00-14-40035(AT&T WIRELESS)WITH A BASE YEAR AND FOUR OPTION YEARS

Place of Performance

Location: HANOVER, ANNE ARUNDEL County, MARYLAND, 21076

State: Maryland Government Spending

Plain-Language Summary

Social Security Administration obligated $14.6 million to ATT MOBILITY LLC for work described as: CALL ORDER TO PURCHASE CLINS AGAINST SSA BPA SS00-14-40035(AT&T WIRELESS)WITH A BASE YEAR AND FOUR OPTION YEARS Key points: 1. The contract leverages a broader Blanket Purchase Agreement (BPA) for wireless services, indicating potential for streamlined procurement. 2. A firm-fixed-price structure suggests predictable costs for the agency, though it may limit flexibility for evolving needs. 3. The contract spans nearly five years, raising questions about its adaptability to rapid technological changes in wireless communication. 4. Awarded under full and open competition, the process aimed for broad market participation. 5. The specific NAICS code (541519) points to a focus on 'Other Computer Related Services,' suggesting IT support beyond basic telecommunications. 6. The absence of small business set-aside flags suggests the primary awardee is likely a large business, with limited direct subcontracting opportunities for small businesses within this specific call order.

Value Assessment

Rating: fair

The total value of $14.5 million over approximately 1900 days (nearly 5 years) averages to roughly $7.6 million per year. Benchmarking this against similar IT service contracts is challenging without more specific service details. However, the firm-fixed-price nature suggests the agency sought cost certainty. The value appears moderate for a federal agency's wireless and related IT services over such a long period, but a detailed cost-benefit analysis would require understanding the specific services rendered and their criticality.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that the Social Security Administration (SSA) sought bids from all responsible sources. This approach generally promotes a competitive environment, allowing multiple vendors to propose solutions and pricing. The specific number of bidders is not provided, but the 'full and open' designation suggests a deliberate effort to maximize market engagement and potentially secure favorable pricing through a competitive process.

Taxpayer Impact: Full and open competition is generally beneficial for taxpayers as it increases the likelihood of receiving competitive pricing and innovative solutions, potentially leading to better value for money.

Public Impact

Federal employees within the Social Security Administration benefit from reliable wireless communication and IT support services. The contract ensures the continuity of essential IT services required for SSA's operations. Services are likely concentrated within Maryland, where the agency's primary operations are located. The contract supports the IT infrastructure and workforce enabling the delivery of social security programs and services to the public.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader Information Technology (IT) and Telecommunications sector, specifically focusing on 'Other Computer Related Services.' The federal government is a significant consumer of such services, with spending often driven by the need for secure, reliable, and scalable communication and data processing infrastructure. The market includes large telecommunications providers and IT service firms. Benchmarking requires comparing against similar federal IT service contracts, particularly those involving wireless communication and support, which can vary widely based on scope and duration.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the primary awardee, AT&T Mobility LLC, is likely a large business. Consequently, direct subcontracting opportunities for small businesses under this specific call order may be limited unless AT&T Mobility LLC voluntarily includes them in its supply chain. The absence of a set-aside also means that the direct benefits to the small business ecosystem from this particular contract are minimal.

Oversight & Accountability

Oversight for this contract would typically fall under the Social Security Administration's contracting officers and program managers. As a firm-fixed-price contract awarded under full and open competition, the primary accountability lies in ensuring the contractor delivers the specified services within the agreed-upon terms and price. Transparency is generally facilitated through federal procurement databases like FPDS. Inspector General oversight may be involved if specific performance issues, fraud, or waste are identified.

Related Government Programs

Risk Flags

Tags

it-services, wireless-communication, social-security-administration, firm-fixed-price, full-and-open-competition, maryland, large-contract, information-technology, telecommunications, bpa-call-order

Frequently Asked Questions

What is this federal contract paying for?

Social Security Administration awarded $14.6 million to ATT MOBILITY LLC. CALL ORDER TO PURCHASE CLINS AGAINST SSA BPA SS00-14-40035(AT&T WIRELESS)WITH A BASE YEAR AND FOUR OPTION YEARS

Who is the contractor on this award?

The obligated recipient is ATT MOBILITY LLC.

Which agency awarded this contract?

Awarding agency: Social Security Administration (Social Security Administration).

What is the total obligated amount?

The obligated amount is $14.6 million.

What is the period of performance?

Start: 2018-07-19. End: 2023-09-28.

What specific 'Other Computer Related Services' are included under this BPA Call Order, and how do they align with AT&T's core competencies?

The provided data classifies the contract under NAICS code 541519 ('Other Computer Related Services'), which is broad. While AT&T Mobility LLC is primarily known for wireless telecommunications, this classification suggests the services extend beyond basic mobile phone plans. This could encompass managed network services, mobile device management, secure data transmission, cloud-based IT solutions accessed via wireless networks, or IT support related to these services. The alignment with AT&T's competencies would depend on the specific Statement of Work (SOW). If the SOW focuses heavily on network infrastructure, integration, and secure data transport, it aligns well. If it delves into areas like custom software development or extensive hardware maintenance unrelated to their core network offerings, the alignment might be less direct, potentially indicating a need for subcontracting or a broader interpretation of 'computer related services'.

How does the $14.5 million contract value compare to historical SSA spending on wireless and related IT services?

To accurately compare the $14.5 million contract value to historical SSA spending, one would need access to historical procurement data for similar services. This includes looking at previous contracts for wireless services, mobile device management, and related IT support. The provided data indicates this BPA Call Order has a duration of approximately 1897 days (nearly 5 years), with a total value of $14,570,241.20. This averages to roughly $7.6 million per year. Without historical context, it's difficult to definitively state if this represents an increase, decrease, or stable spending trend. However, federal agencies often consolidate spending under BPAs to achieve economies of scale. If previous spending was fragmented across multiple contracts or vendors, this consolidated approach might represent a strategic shift in procurement, potentially aiming for better management and possibly cost efficiencies, though the annual spend remains substantial.

What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract to ensure service quality?

The provided data does not explicitly detail the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this specific BPA Call Order. Typically, for IT and wireless service contracts, SLAs would define metrics such as network uptime, data transmission speeds, call completion rates, response times for technical support, and device provisioning timelines. The firm-fixed-price nature suggests that the contractor is obligated to deliver the defined services, and the agency would monitor adherence to the contract's scope. However, without explicit SLAs, the agency's ability to quantitatively measure and enforce service quality might be limited, relying more on qualitative assessments and adherence to the general terms of the contract. Robust oversight would involve tracking any reported outages, performance degradations, or support issues against the expected service delivery.

Given the contract's duration (nearly 5 years), what provisions exist for adapting to technological advancements in wireless communication?

Contracts with durations of nearly five years, especially in rapidly evolving fields like wireless technology, often include clauses for adaptation, though the specifics vary. This BPA Call Order, being a call against a larger BPA, might inherit terms from the parent agreement. Potential adaptation mechanisms could include: modification clauses allowing for scope adjustments, periodic reviews of technology and service offerings, or options for incorporating newer technologies at pre-negotiated rates if available under the BPA. However, the firm-fixed-price structure can sometimes limit flexibility, as significant changes might require formal contract modifications and potentially renegotiation. The agency likely relies on the BPA's framework and vendor's commitment to maintaining a competitive service offering throughout the contract term, but the inherent risk of technological obsolescence over such a long period remains a consideration.

What is the track record of AT&T Mobility LLC in fulfilling similar federal contracts, particularly those involving large-scale IT services?

AT&T Mobility LLC, as a major telecommunications provider, has a significant track record of fulfilling federal contracts. They are a frequent awardee of large-scale telecommunications and IT service contracts across various government agencies. Their experience typically includes providing wireless voice and data services, mobile device management, secure network solutions, and sometimes broader IT infrastructure support. Federal agencies often select vendors like AT&T based on their established infrastructure, security certifications (e.g., FedRAMP compliance for cloud services), and proven ability to manage complex deployments. While specific performance details for every contract are not always public, their continued presence as a major federal contractor suggests a generally positive track record in meeting government requirements, though like any large provider, specific contract performance can vary.

Industry Classification

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

Product/Service Code: COMM/DETECT/COHERENT RADIATION

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: 5565 GLENRIDGE CONNECTOR, ATLANTA, GA, 30342

Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $18,642,041

Exercised Options: $14,570,241

Current Obligation: $14,570,241

Actual Outlays: $13,051,453

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: SS001440035

IDV Type: BPA

Timeline

Start Date: 2018-07-19

Current End Date: 2023-09-28

Potential End Date: 2023-09-28 00:00:00

Last Modified: 2025-12-04

More Contracts from ATT Mobility LLC

View all ATT Mobility LLC federal contracts →

Other Social Security Administration Contracts

View all Social Security Administration contracts →

Explore Related Government Spending