DOT awards $396K for IT support, extending existing services through April 2026

Contract Overview

Contract Amount: $396,030 ($396.0K)

Contractor: Arctic Slope Technical Services, Inc.

Awarding Agency: Department of Transportation

Start Date: 2025-08-27

End Date: 2026-04-30

Contract Duration: 246 days

Daily Burn Rate: $1.6K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: MANAGEMENT AND ADMINISTRATIVE SUPPORT SERVICES - CONTINUATION OF SUPPORT FROM TO 692M15-24-F-00143

Place of Performance

Location: ATLANTIC CITY, ATLANTIC County, NEW JERSEY, 08405

State: New Jersey Government Spending

Plain-Language Summary

Department of Transportation obligated $396,030 to ARCTIC SLOPE TECHNICAL SERVICES, INC. for work described as: MANAGEMENT AND ADMINISTRATIVE SUPPORT SERVICES - CONTINUATION OF SUPPORT FROM TO 692M15-24-F-00143 Key points: 1. Contract value represents a continuation of prior support, suggesting stable demand for services. 2. Competition was full and open after exclusion of sources, indicating a broad initial search. 3. The contract type is Time and Materials, which can pose cost control risks if not managed closely. 4. Performance is concentrated in New Jersey, implying a localized impact on workforce and services. 5. The NAICS code 541519 suggests a focus on broader IT-related services beyond just software development. 6. The award is a delivery order against a larger contract, indicating a phased approach to service delivery.

Value Assessment

Rating: fair

The contract value of $396,030 for approximately 20 months of service appears reasonable for specialized IT support. However, without specific details on the services rendered or the labor categories involved, a direct comparison to similar contracts is challenging. The Time and Materials pricing structure necessitates careful monitoring to ensure value for money, as it can lead to cost overruns if not managed effectively. Benchmarking against industry rates for similar IT support roles in New Jersey would provide a clearer picture of cost-effectiveness.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This suggests that while the initial solicitation was broad, certain sources may have been excluded based on specific criteria before the final competition. The number of bidders is not specified, but the 'full and open' nature implies a competitive process was intended. This approach aims to ensure a wide range of potential contractors are considered, potentially leading to better pricing and service offerings.

Taxpayer Impact: A competitive process, even with exclusions, generally benefits taxpayers by encouraging multiple vendors to offer their best pricing and capabilities, leading to a more efficient use of public funds.

Public Impact

The Federal Aviation Administration (FAA) benefits from continued IT support, ensuring operational continuity. Services delivered likely include IT maintenance, troubleshooting, and potentially system upgrades for FAA operations. The geographic impact is concentrated in New Jersey, where the contractor's personnel will be based or deployed. Workforce implications include employment opportunities for IT professionals within the contractor's organization in New Jersey.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader Information Technology (IT) services sector, specifically under 'Other Computer Related Services.' The IT services market is highly competitive and dynamic, with significant government spending allocated to maintaining and upgrading federal IT infrastructure. The value of this contract, while modest in absolute terms, is part of a larger ecosystem of IT support contracts awarded by agencies like the FAA to ensure the smooth functioning of critical operations. Comparable spending benchmarks would typically involve analyzing IT support contracts of similar duration and scope within federal agencies.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside provision. The prime contractor, Arctic Slope Technical Services, Inc., is likely a larger entity, and its role in subcontracting would depend on the specific terms of the base contract and the nature of the services required.

Oversight & Accountability

Oversight for this contract would primarily reside with the Federal Aviation Administration (FAA) contracting officer and program managers. They are responsible for monitoring performance, approving invoices, and ensuring compliance with contract terms. Transparency is facilitated through contract databases like FPDS, which provide basic award information. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract were suspected.

Related Government Programs

Risk Flags

Tags

it-services, administrative-support, department-of-transportation, federal-aviation-administration, time-and-materials, full-and-open-competition, delivery-order, new-jersey, naics-541519, contract-continuation

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $396,030 to ARCTIC SLOPE TECHNICAL SERVICES, INC.. MANAGEMENT AND ADMINISTRATIVE SUPPORT SERVICES - CONTINUATION OF SUPPORT FROM TO 692M15-24-F-00143

Who is the contractor on this award?

The obligated recipient is ARCTIC SLOPE TECHNICAL SERVICES, INC..

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Aviation Administration).

What is the total obligated amount?

The obligated amount is $396,030.

What is the period of performance?

Start: 2025-08-27. End: 2026-04-30.

What specific IT services are being provided under this delivery order?

The provided data indicates the contract is for 'MANAGEMENT AND ADMINISTRATIVE SUPPORT SERVICES - CONTINUATION OF SUPPORT'. The NAICS code 541519, 'Other Computer Related Services,' suggests a broad range of IT support functions. While specific deliverables are not detailed in the summary data, typical services under such a classification and contract type (Time and Materials) could include IT help desk support, system administration, network maintenance, hardware/software troubleshooting, and potentially minor system upgrades or installations. The continuation aspect implies these are ongoing operational support tasks rather than new project development. Further details would be found in the contract statement of work (SOW).

How does the pricing of this contract compare to similar IT support contracts within the federal government?

Direct pricing comparison is difficult without knowing the specific labor categories, skill levels, and hours billed under this Time and Materials contract. However, the total award of $396,030 over approximately 20 months (ending April 30, 2026) suggests an average monthly expenditure of roughly $19,800. This figure needs to be broken down by the types of services rendered. For instance, if the support involves senior IT specialists, the rate might be competitive. If it's primarily for help desk functions, it could be on the higher side. Benchmarking against other FAA or DOT IT support contracts with similar NAICS codes and contract types, and considering geographic wage differences in New Jersey, would be necessary for a robust comparison.

What are the potential risks associated with the 'Full and Open Competition After Exclusion of Sources' method?

The 'Full and Open Competition After Exclusion of Sources' method implies that while the initial solicitation was broad, certain potential offerors were excluded before the final competition phase. The primary risk is that these exclusions, if not well-justified and documented, could limit the pool of qualified bidders, potentially leading to reduced competition and suboptimal pricing or innovation. Taxpayers could be disadvantaged if a more capable or cost-effective vendor was excluded without a valid reason. Transparency is key; the justification for excluding sources must be clearly articulated and defensible to ensure the integrity of the procurement process and maximize value for the government.

What is the track record of Arctic Slope Technical Services, Inc. with federal IT contracts?

Arctic Slope Technical Services, Inc. (ASTS) has a history of receiving federal contracts, including those related to IT and administrative support. A review of public databases like FPDS reveals multiple awards to ASTS across various agencies. The fact that this is a continuation of support from a previous contract (692M15-24-F00143) suggests a potentially positive past performance record with the FAA or the contracting entity. However, a comprehensive assessment would require examining the specific performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS) for this and other relevant contracts to identify any recurring issues or commendations.

How does this contract's duration and value compare to historical spending patterns for similar IT support at the FAA?

The duration of approximately 20 months (246 days) and the value of $396,030 place this delivery order within a common range for specialized IT support tasks within large federal agencies like the FAA. Historical spending patterns for the FAA show significant investment in IT services, often through multi-year IDIQ contracts with numerous delivery orders. This specific award appears to be a task-based order extending existing services, suggesting a need for continuity rather than a large-scale new initiative. Comparing it directly requires analyzing the FAA's overall IT budget and the distribution of funds across various IT support categories and contract vehicles over previous fiscal years.

Industry Classification

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

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Arctic Slope Regional Corporation

Address: 7000 MUIRKIRK MEADOWS DR, BELTSVILLE, MD, 20705

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $501,619

Exercised Options: $396,030

Current Obligation: $396,030

Actual Outlays: $211,425

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: DTFACT17D00004

IDV Type: IDC

Timeline

Start Date: 2025-08-27

Current End Date: 2026-04-30

Potential End Date: 2026-05-31 00:00:00

Last Modified: 2026-04-03

More Contracts from Arctic Slope Technical Services, Inc.

View all Arctic Slope Technical Services, Inc. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending