Viasat Inc. awarded $8.2M task order for communications equipment, raising questions about competition and value
Contract Overview
Contract Amount: $8,201,513 ($8.2M)
Contractor: Viasat Inc
Awarding Agency: General Services Administration
Start Date: 2025-01-09
End Date: 2027-02-02
Contract Duration: 754 days
Daily Burn Rate: $10.9K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: VIASAT TASK ORDER 09 HEADQUARTERS DEPARTMENT OF THE ARMY
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20310
Plain-Language Summary
General Services Administration obligated $8.2 million to VIASAT INC for work described as: VIASAT TASK ORDER 09 HEADQUARTERS DEPARTMENT OF THE ARMY Key points: 1. The contract was not competed, limiting potential cost savings and innovation. 2. The fixed-price contract type offers some cost certainty but may not reflect true market value. 3. The duration of the order (754 days) suggests a need for sustained communication capabilities. 4. The award to Viasat Inc. warrants a review of their past performance and pricing. 5. The lack of competition could indicate a specialized need or a potential market gap. 6. The geographic location in Washington D.C. suggests a focus on high-level government operations.
Value Assessment
Rating: questionable
Benchmarking the value of this $8.2 million task order is challenging due to the lack of competitive bids. Without comparison to other offers, it's difficult to ascertain if the pricing is optimal. The fixed-price nature provides some predictability, but the absence of a competitive process means potential savings for taxpayers may have been forgone. Further analysis would require understanding the specific equipment and services provided and comparing them to similar procurements, if available.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This task order was awarded on a sole-source basis, meaning it was not openly competed. This approach is typically used when only one vendor can provide the required goods or services, or in urgent situations. The lack of competition means that the government did not receive multiple bids, which could have driven down the price through market forces. This raises concerns about whether the government secured the best possible value.
Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as the benefits of competition, such as lower prices and innovative solutions, are not realized.
Public Impact
The Department of the Army benefits from the acquisition of essential communications equipment. This contract supports the operational readiness and communication infrastructure of the U.S. Army. The services delivered are likely critical for command and control functions. The primary geographic impact is within Washington D.C., indicating a focus on national-level operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competitive bidding may result in a higher price than if multiple vendors had competed.
- Sole-source awards can reduce transparency and accountability in the procurement process.
- The specific nature of the equipment and its necessity for the Army requires further justification for a sole-source award.
Positive Signals
- The fixed-price contract type offers cost certainty for the government once awarded.
- Viasat Inc. is a known entity in the communications sector, potentially offering specialized expertise.
- The award supports critical communication needs for a major government agency.
Sector Analysis
This contract falls within the Other Communications Equipment Manufacturing sector, which is a vital component of the broader telecommunications industry. This sector is characterized by rapid technological advancements and specialized production capabilities. The market size for government communications equipment is substantial, driven by national security and operational requirements. This specific task order likely represents a niche requirement for advanced or specialized communication hardware, potentially related to satellite or secure network technologies, where Viasat Inc. has established expertise.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'ss': false and 'sb': false. Therefore, it is unlikely to directly benefit small businesses through subcontracting opportunities related to this specific award. The focus is on a large prime contractor, Viasat Inc. Further investigation would be needed to determine if Viasat Inc. has its own small business subcontracting plan in place for other contracts or overall business operations.
Oversight & Accountability
Oversight for this task order would typically fall under the purview of the Department of the Army's contracting and program management offices, as well as the General Services Administration (GSA) which facilitated the award. Transparency is limited due to the sole-source nature of the procurement. Accountability would be managed through contract performance monitoring and adherence to the firm fixed-price terms. Inspector General jurisdiction may apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Department of the Army Communications Systems
- GSA Federal Acquisition Service Contracts
- Other Communications Equipment Manufacturing Procurements
- Sole-Source Defense Contracts
Risk Flags
- Sole-source award raises concerns about price competition and potential overpayment.
- Lack of transparency in the procurement process.
- Need for detailed justification for sole-source award.
Tags
communications-equipment, other-communications-equipment-manufacturing, viasat-inc, general-services-administration, department-of-the-army, sole-source, firm-fixed-price, task-order, washington-dc, defense, information-technology
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $8.2 million to VIASAT INC. VIASAT TASK ORDER 09 HEADQUARTERS DEPARTMENT OF THE ARMY
Who is the contractor on this award?
The obligated recipient is VIASAT INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $8.2 million.
What is the period of performance?
Start: 2025-01-09. End: 2027-02-02.
What specific type of communications equipment is being procured under this task order, and why was it deemed necessary to award on a sole-source basis?
The data indicates the North American Industry Classification System (NAICS) code is 334290, pertaining to 'Other Communications Equipment Manufacturing.' While the exact equipment is not specified in the provided data, this code covers a broad range of devices beyond standard telephones and telegraphs, potentially including specialized radios, satellite terminals, network infrastructure components, or encryption devices. The rationale for a sole-source award, as per federal acquisition regulations, typically stems from a lack of adequate competition, urgent and compelling circumstances, or a need for unique capabilities possessed by only one source. Without further details from the contracting agency, the precise justification remains unclear, but it suggests the Army identified a specific need that only Viasat Inc. could fulfill at the time of the award, or faced conditions that precluded a competitive process.
How does the $8.2 million value of this task order compare to similar contracts for communications equipment awarded by the Department of the Army or other federal agencies?
Direct comparison of this $8.2 million task order's value is difficult without knowing the specific type of communications equipment and its associated technical specifications. However, for context, federal agencies frequently award contracts for communications equipment ranging from tens of thousands to hundreds of millions of dollars, depending on the scope and technology. Task orders under larger indefinite-delivery/indefinite-quantity (IDIQ) contracts can vary significantly. Given this is a sole-source award for Viasat Inc., it's crucial to benchmark against other sole-source or limited-competition awards for similar technologies if available, or against Viasat's own historical pricing for comparable items. The absence of competition makes a direct 'best value' assessment challenging without internal agency cost analysis or market research data.
What is Viasat Inc.'s track record with the federal government, particularly concerning sole-source or non-competitively awarded contracts?
Viasat Inc. has a significant history of contracting with the U.S. federal government, primarily providing satellite broadband services and secure communication systems. Reviewing their contract history reveals numerous awards across various agencies, including the Department of Defense and intelligence community. While many of these contracts are likely competed, sole-source or limited-competition awards are not uncommon for specialized technology providers like Viasat, especially for unique capabilities or urgent requirements. An analysis of Viasat's past performance, including any past issues related to pricing, delivery, or quality on sole-source contracts, would be essential to fully assess the risk and value proposition of this current task order. Data on their overall contract performance ratings and any past disputes or contract terminations would provide further insight.
What are the potential risks associated with awarding a task order of this magnitude on a sole-source basis, and what mitigation strategies are in place?
The primary risks associated with awarding an $8.2 million task order on a sole-source basis include potential overpayment due to lack of price competition, limited access to innovative solutions from other vendors, and a reduced incentive for the sole-source provider to offer the most competitive pricing. There's also a risk of vendor lock-in, making future procurements more difficult or expensive. Mitigation strategies typically involve rigorous justification for the sole-source award, thorough price analysis by the contracting officer to ensure reasonableness, and potentially negotiating specific performance metrics or service level agreements. Strong contract oversight and performance monitoring are crucial to ensure the government receives the expected value and that the contractor meets all obligations. Transparency regarding the justification for the sole-source award, where possible, can also serve as a form of accountability.
How does this contract align with the Department of the Army's broader strategy for communications modernization and resilience?
The alignment of this $8.2 million task order with the Department of the Army's broader strategy for communications modernization and resilience depends heavily on the specific nature of the equipment being procured. If the equipment supports advanced networking, satellite communications, or secure data transmission, it likely contributes to enhancing the Army's ability to operate in contested environments and maintain command and control. Modernization efforts often focus on upgrading legacy systems, increasing bandwidth, improving cybersecurity, and ensuring interoperability across different platforms and echelons. Resilience involves ensuring communication capabilities can withstand disruptions, whether from electronic warfare, natural disasters, or cyberattacks. A sole-source award might indicate a need for highly specialized, perhaps proprietary, technology that is critical for achieving specific modernization or resilience goals that cannot be met through standard competitive procurement.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Other Communications Equipment Manufacturing
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 47QFLA25Q0011
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6155, EL CAMINO REAL, CARLSBAD, CA, 92009
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $30,707,336
Exercised Options: $11,669,382
Current Obligation: $8,201,513
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QFLA25D0001
IDV Type: IDC
Timeline
Start Date: 2025-01-09
Current End Date: 2027-02-02
Potential End Date: 2030-02-02 00:00:00
Last Modified: 2026-03-26
More Contracts from Viasat Inc
- Award for Amss III — $477.0M (Department of Defense)
- 200503!051059!1700!n00039!space and Naval Warfare Systems !N0003900D2101 !A!N! !N!0040 ! !20041223!20070930!175096619!175096619!175096619!n!viasat, Inc !6155 EL Camino Real !carlsbad !ca!92009!66000!073!06!san Diego !SAN Diego !california!+000011000000!n!n!000000000000!5821!radio and TV Comm Equipment, Airborne !A7 !electronics and Communication Equip !554 !mids-Lvt !334290!E! !5!B!S! ! ! !20200930!B! ! !A! !d!n!v!1!001!n!1g!z!n!z! ! !n!b!n!n! ! !A! !a!a!000!a!b!n! ! ! ! !1739!N00039!0001! ! — $175.7M (Department of Defense)
- BFT2 Warranties/ Licenses — $136.2M (Department of Defense)
- 200609!061302!1700!n00039!space and Naval Warfare Systems !N0003900D2101 !A!N! !N!0049 ! !20060628!20080531!175096619!175096619!175096619!n!viasat, Inc !6155 EL Camino Real !carlsbad !ca!92009!66000!073!06!san Diego !SAN Diego !california!+000039552709!n!n!000000000000!5821!radio and TV Comm Equipment, Airborne !A7 !electronics and Communication Equip !554 !mids-Lvt !334290!E! !5!B!S! ! !D!20090930!B! ! !A! !a!n!j!2!002!b! !Z!N!Z! ! !n!b!n!n! ! !A! !a!a!000!a!b!n! ! ! ! !1739!N00039!0001! ! — $89.9M (Department of Defense)
- Slc3s-A Amss IIA — $84.0M (Department of Defense)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)