DOT awards $1.02M for IT deployment and integration support, continuing prior contract
Contract Overview
Contract Amount: $1,024,110 ($1.0M)
Contractor: Arctic Slope Technical Services, Inc.
Awarding Agency: Department of Transportation
Start Date: 2025-08-28
End Date: 2026-04-30
Contract Duration: 245 days
Daily Burn Rate: $4.2K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: DEPLOYMENT AND INTEGRATION SUPPORT SERVICES - CONTINUATION OF SUPPORT FROM TO 692M15-24-F-00148 .
Place of Performance
Location: ATLANTIC CITY, ATLANTIC County, NEW JERSEY, 08405
Plain-Language Summary
Department of Transportation obligated $1.0 million to ARCTIC SLOPE TECHNICAL SERVICES, INC. for work described as: DEPLOYMENT AND INTEGRATION SUPPORT SERVICES - CONTINUATION OF SUPPORT FROM TO 692M15-24-F-00148 . Key points: 1. Contract value represents a continuation of services, suggesting established needs and performance. 2. The contract type is Time and Materials, which can pose cost control risks if not managed closely. 3. Competition was full and open after exclusion of sources, indicating a broad search for qualified vendors. 4. The duration of 245 days suggests a focused, short-term need for specific support. 5. The contractor, Arctic Slope Technical Services, Inc., has a prior contract for similar services. 6. The North American Industry Classification System (NAICS) code 541519 points to specialized IT services.
Value Assessment
Rating: fair
The contract value of $1.02 million for approximately 245 days of support appears reasonable for specialized IT deployment and integration services. However, the Time and Materials (T&M) pricing structure warrants careful monitoring to ensure costs do not escalate beyond initial projections. Benchmarking against similar T&M contracts for IT support services would provide a clearer picture of value for money, but without specific task breakdowns and labor rates, a definitive assessment is challenging. The continuation of services from a prior contract (692M15-24-F-00148) suggests a degree of satisfaction with the vendor's performance and pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was broad, there might have been specific reasons for excluding certain sources, possibly related to prior performance or specific technical requirements. The fact that it was competed broadly suggests that multiple vendors were likely considered, which generally promotes competitive pricing. However, the 'after exclusion of sources' clause warrants further investigation into the specific criteria that led to exclusions.
Taxpayer Impact: A full and open competition, even with exclusions, generally benefits taxpayers by encouraging multiple vendors to bid, which can lead to more competitive pricing and better value. This process helps ensure that the government is not overpaying for services.
Public Impact
The Federal Aviation Administration (FAA) benefits from continued IT deployment and integration support, ensuring operational continuity. Services delivered are critical for maintaining and enhancing the agency's technological infrastructure. The contract's impact is primarily within the FAA's operational environment, likely supporting national airspace management systems. Workforce implications are likely related to the specialized IT skills required for deployment and integration, potentially benefiting the contractor's employees.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials (T&M) contract type can lead to cost overruns if not closely managed and monitored.
- The 'after exclusion of sources' clause in the competition type requires scrutiny to ensure fairness and prevent potential limitations on competition.
- Limited contract duration (245 days) might indicate a need for ongoing, potentially more extensive, support in the future, leading to repeated procurement efforts.
Positive Signals
- Continuation of services from a previous contract suggests a positive working relationship and successful past performance by Arctic Slope Technical Services, Inc.
- Full and open competition, even with exclusions, indicates an effort to find the best value among qualified vendors.
- The contract supports critical IT infrastructure for the Federal Aviation Administration, contributing to national safety and efficiency.
Sector Analysis
This contract falls within the Information Technology (IT) services sector, specifically focusing on deployment and integration. The IT services market is vast and highly competitive, with numerous firms offering specialized support. The NAICS code 541519, 'Other Computer Related Services,' encompasses a wide range of activities beyond standard software development or hardware maintenance, including system integration and IT project management. Comparable spending benchmarks for similar IT support contracts within federal agencies can vary significantly based on scope, duration, and required expertise.
Small Business Impact
This contract does not appear to have a small business set-aside (ss=false) or be awarded to a small business (sb=false). Therefore, there are no direct subcontracting implications or immediate impacts on the small business ecosystem stemming from this specific award. The focus is on larger, established contractors capable of providing specialized IT services.
Oversight & Accountability
Oversight for this contract will likely be managed by the Federal Aviation Administration (FAA) contracting officers and program managers. Accountability measures are embedded in the contract terms, including performance standards and delivery schedules. Transparency is facilitated through contract databases like FPDS, where award details are publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.
Related Government Programs
- FAA IT Modernization Programs
- Air Traffic Control Systems Support
- Federal Information Technology Acquisition Reform Act (FITARA) Compliance
- Cloud Computing Services Contracts
- Cybersecurity Support Services
Risk Flags
- Potential for cost overruns due to Time and Materials pricing.
- Need for detailed oversight to manage scope and prevent scope creep.
- Potential limitations on competition due to 'exclusion of sources' clause.
Tags
it-services, deployment-support, integration-support, department-of-transportation, federal-aviation-administration, time-and-materials, full-and-open-competition, information-technology, new-jersey, contract-continuation
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $1.0 million to ARCTIC SLOPE TECHNICAL SERVICES, INC.. DEPLOYMENT AND INTEGRATION SUPPORT SERVICES - CONTINUATION OF SUPPORT FROM TO 692M15-24-F-00148 .
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 $1.0 million.
What is the period of performance?
Start: 2025-08-28. End: 2026-04-30.
What is the specific nature of the 'deployment and integration support services' being provided under this contract?
The contract data indicates 'DEPLOYMENT AND INTEGRATION SUPPORT SERVICES - CONTINUATION OF SUPPORT FROM TO 692M15-24-F-00148'. While the specific tasks are not detailed in the provided data, this suggests the services involve the implementation, setup, and integration of new or updated IT systems, software, or hardware within the Federal Aviation Administration's (FAA) infrastructure. This could include tasks such as system configuration, network setup, software installation and testing, data migration, and ensuring interoperability between different IT components. The continuation aspect implies these are ongoing needs rather than a one-time project, likely supporting the FAA's complex and evolving technological environment critical for air traffic management and aviation safety.
How does the Time and Materials (T&M) pricing structure compare to other IT support contracts awarded by the FAA or similar agencies?
Time and Materials (T&M) contracts are common for IT support services where the scope of work is not clearly defined at the outset or is expected to evolve. Compared to fixed-price contracts, T&M contracts offer greater flexibility but carry a higher risk of cost overruns if not managed diligently. For the FAA, T&M is often used for sustainment, maintenance, and emergent support needs. Benchmarking requires comparing not just the total contract value but also the hourly rates for labor categories and the estimated quantities of materials against similar T&M awards. Without access to the specific labor rates and estimated hours for this $1.02 million contract, a precise comparison is difficult. However, agencies like the FAA typically have established ceiling rates and require detailed justification for T&M awards to mitigate cost risks.
What were the potential reasons for 'exclusion of sources' in this 'Full and Open Competition' award?
The phrase 'Full and Open Competition After Exclusion of Sources' implies that the solicitation was made available to all responsible sources, but certain potential offerors were excluded from consideration. Common reasons for such exclusions include: 1) Past performance issues, where a contractor's previous work on similar contracts was deemed unsatisfactory. 2) Failure to meet mandatory technical requirements or qualifications specified in the solicitation. 3) Specific security or clearance requirements that only a limited number of vendors could meet. 4) The need for specialized knowledge or proprietary technology held by a few firms. The specific justification for excluding sources in this particular contract award would typically be documented within the agency's procurement file and could be requested under Freedom of Information Act (FOIA) provisions if not publicly disclosed.
What is the track record of Arctic Slope Technical Services, Inc. with the Federal Aviation Administration?
Arctic Slope Technical Services, Inc. (ASTS) has a prior contract with the Department of Transportation, Federal Aviation Administration, identified as 692M15-24-F00148, which this current award is a continuation of. This prior relationship suggests that ASTS has successfully performed services for the FAA in the past, likely related to IT deployment and integration support, given the nature of the current award. The continuation of support indicates a level of satisfaction with ASTS's performance, reliability, and potentially their pricing structure from the FAA's perspective. Further analysis of the previous contract's performance reviews, delivery timeliness, and adherence to budget would provide a more comprehensive understanding of their track record.
How does the $1.02 million contract value compare to historical spending on similar IT support services by the FAA?
The $1.02 million contract value for approximately 245 days (about 8 months) of IT deployment and integration support is a moderate-sized award for specialized services. To compare this to historical spending, one would need to analyze the FAA's budget allocations and actual expenditures for IT support contracts over the past several fiscal years. Key metrics for comparison would include the average contract value for similar NAICS codes (like 541519), the duration of those contracts, and the specific services rendered. Given the FAA's critical role in managing national airspace, its IT infrastructure is extensive and requires continuous investment. This $1.02 million award appears to be a component of a larger, ongoing IT support strategy rather than a standalone, massive project, suggesting it aligns with typical operational expenditures for such services.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, 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: $1,541,636
Exercised Options: $1,024,110
Current Obligation: $1,024,110
Actual Outlays: $368,208
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: 2025-08-28
Current End Date: 2026-04-30
Potential End Date: 2026-05-31 00:00:00
Last Modified: 2026-04-09
More Contracts from Arctic Slope Technical Services, Inc.
- Software and Engineering II Contract. Under This Contract, the Contractor Shall Provide Information Technology (IT) Technical Support to the Applied Engineering and Technology Directorate (aetd) Facilities and Associated Desktops, Including, BUT NOT Limited to, Support of Information System Security Officers, System Administrators, Helpdesk Support, Flight Software Engineers, Software Systems Engineers, and Network Engineers — $388.5M (National Aeronautics and Space Administration)
- THE Contractor Shall Support the Science Mission Directorates (smds) Solicitation and Peer Review Program Portfolio AS Described in the Remainder of This Statement of Work. the Portfolio Consists of Solicitations, Subordinate Program Elements, Science Planning Workshops, and AD HOC Meetings That Support the Conceptualization or Definition of Smds Strategic Research Objectives. the Contractor's Activities Assist Nasa With Developing and Announcing Research Opportunities; Receiving, Processing, and Evaluating Proposals; and Making Selection Decisions That Result in Research Awards. the Contractor's Work Also Facilitates Science Community Stakeholders Participation in Events That Advance the Development of Nasas Research Strategy — $96.7M (National Aeronautics and Space Administration)
- Wing Information&communications Support Service — $49.4M (Department of Defense)
- THE Scope of the Contract Will BE to Provide Spacecraft and Ground System Sustaining Engineering Support for Environmental Operational Satellites Operated by Nesdis Under Ospo, Sustaining Engineering Support for U.S. Instruments on the Metop Satellites, Operational and Ground Systems Engineering Support for Jason-2, Engineering Configuration Management of Mission Operational Databases and Products for ALL Constellations, and Support for Future Ospo Operational Environmental Satellite Programs to Include Jason-3, Goes-R/S/U and Jpss-1 — $46.4M (Department of Commerce)
- Fairbanks Command and Data Acquisition Station (fcdas) Operations and Maintenance Services — $43.2M (Department of Commerce)
View all Arctic Slope Technical Services, Inc. federal contracts →
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)