DOT Awards $5M AWS Cloud Task Order to Four Points Technology Under Full and Open Competition

Contract Overview

Contract Amount: $5,000,000 ($5.0M)

Contractor: Four Points Technology, L.L.C.

Awarding Agency: Department of Transportation

Start Date: 2025-12-01

End Date: 2026-11-30

Contract Duration: 364 days

Daily Burn Rate: $13.7K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: TO AWARD AN ENTERPRISE AMAZON WEB SERVICES (AWS) CLOUD CONSUMPTION TASK ORDER.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $5.0 million to FOUR POINTS TECHNOLOGY, L.L.C. for work described as: TO AWARD AN ENTERPRISE AMAZON WEB SERVICES (AWS) CLOUD CONSUMPTION TASK ORDER. Key points: 1. The $5M task order leverages AWS cloud services for the Federal Highway Administration. 2. Competition was full and open after exclusion of sources, indicating a competitive process. 3. The contract is firm-fixed-price, providing cost certainty for the government. 4. This award falls under 'Other Computer Related Services' (NAICS 541519).

Value Assessment

Rating: good

The $5M award for AWS cloud consumption appears reasonable given the nature of enterprise cloud services. Benchmarking against similar large-scale cloud consumption contracts would provide further validation.

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,' suggesting a competitive process was initiated. This method generally promotes price discovery and value for the government.

Taxpayer Impact: The firm-fixed-price structure helps control costs, and the competitive award process aims to secure favorable pricing for taxpayers.

Public Impact

Federal agencies increasingly rely on cloud services for operational efficiency and scalability. This award supports the Federal Highway Administration's IT infrastructure needs. The use of AWS indicates a reliance on a major cloud service provider.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This award is within the Information Technology sector, specifically cloud computing services. Spending benchmarks for enterprise cloud consumption vary widely based on agency size and service utilization, but $5M represents a significant but not unusual investment for a federal agency's operational needs.

Small Business Impact

The awardee, Four Points Technology, L.L.C., is listed as an awardee, but it is unclear from the provided data if they are a small business. The contract was awarded under full and open competition, which does not preclude small business participation but does not guarantee it.

Oversight & Accountability

The firm-fixed-price contract type provides a degree of cost control. Oversight will be crucial to ensure the AWS services are utilized effectively and meet the Federal Highway Administration's requirements throughout the contract period.

Related Government Programs

Risk Flags

Tags

other-computer-related-services, department-of-transportation, dc, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $5.0 million to FOUR POINTS TECHNOLOGY, L.L.C.. TO AWARD AN ENTERPRISE AMAZON WEB SERVICES (AWS) CLOUD CONSUMPTION TASK ORDER.

Who is the contractor on this award?

The obligated recipient is FOUR POINTS TECHNOLOGY, L.L.C..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $5.0 million.

What is the period of performance?

Start: 2025-12-01. End: 2026-11-30.

What specific AWS services are being procured under this task order, and how do their costs compare to market rates for similar government or commercial usage?

The provided data does not specify the exact AWS services. A detailed breakdown of services like compute, storage, and networking is needed. Comparing the unit costs or overall consumption model against government-wide cloud contracts (e.g., AWS's GSA schedule) or commercial benchmarks would reveal if the $5M represents a competitive price for the anticipated usage.

What are the key performance indicators (KPIs) for this task order, and how will the Federal Highway Administration measure the success and value derived from the AWS services?

The data lacks information on specific KPIs. Effective oversight requires defined metrics related to uptime, performance, cost savings compared to on-premise solutions, and support response times. Without these, assessing the true value and effectiveness of the AWS consumption beyond the initial award price is challenging.

How does this award align with the Federal Highway Administration's broader cloud strategy and potential long-term cost-saving goals?

This task order represents a specific investment in AWS cloud services. Understanding the FHWA's overall cloud adoption roadmap, including migration plans, multi-cloud strategies, and efforts to optimize cloud spend, is essential. This award should ideally contribute to larger strategic objectives, such as increased agility, reduced infrastructure management burden, and predictable operational costs.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - STORAGE

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 13221 WOODLAND PARK RD, HERNDON, VA, 20171

Business Categories: Category Business, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $101,041,154

Exercised Options: $12,267,972

Current Obligation: $5,000,000

Actual Outlays: $2,253,572

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SD22B

IDV Type: GWAC

Timeline

Start Date: 2025-12-01

Current End Date: 2026-11-30

Potential End Date: 2030-11-30 00:00:00

Last Modified: 2026-03-13

More Contracts from Four Points Technology, L.L.C.

View all Four Points Technology, L.L.C. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending