DOT awards $5.37M for Palo Alto Cortex products, with potential for multi-year expansion
Contract Overview
Contract Amount: $5,368,192 ($5.4M)
Contractor: V3gate, LLC
Awarding Agency: Department of Transportation
Start Date: 2025-09-30
End Date: 2026-09-29
Contract Duration: 364 days
Daily Burn Rate: $14.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THIS REQUIREMENT IS FOR MULTI-YEAR PALO ALTO CORTEX PRODUCTS FOR A BASE 12-MONTH PERIOD PLUS TWO OPTIONAL 12-MONTH PERIODS TO BE EXERCISED.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590
Plain-Language Summary
Department of Transportation obligated $5.4 million to V3GATE, LLC for work described as: THIS REQUIREMENT IS FOR MULTI-YEAR PALO ALTO CORTEX PRODUCTS FOR A BASE 12-MONTH PERIOD PLUS TWO OPTIONAL 12-MONTH PERIODS TO BE EXERCISED. Key points: 1. Contract value indicates a significant investment in cybersecurity infrastructure. 2. The contract structure allows for flexibility in extending services over three years. 3. Competition was conducted after excluding specific sources, warranting a review of the rationale. 4. The fixed-price contract type provides cost certainty for the government. 5. The duration of the base period is one year, with two one-year option periods. 6. The North American Industry Classification System (NAICS) code 541519 suggests a focus on computer-related services beyond standard IT support.
Value Assessment
Rating: fair
The total award amount of $5,368,192.40 for a potential three-year period needs further benchmarking against similar cybersecurity product procurements. Without specific details on the Cortex products and quantities, a precise value-for-money assessment is challenging. However, the firm fixed-price nature suggests that the contractor bears the risk of cost overruns, which can be favorable for the government if the pricing is competitive. The base year cost of approximately $1.79M warrants comparison with market rates for comparable cybersecurity solutions.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was intended to be open, specific sources were excluded, and the remaining sources competed. The rationale for excluding certain sources needs to be documented and justified to ensure fairness and prevent potential anti-competitive effects. The number of bidders is not specified, but the exclusion of sources limits the potential competitive pool.
Taxpayer Impact: The exclusion of sources, even if justified, may limit the number of potential offerors, potentially impacting the government's ability to secure the most competitive pricing. Taxpayers benefit when competition is maximized, and any limitations on this should be clearly understood and defensible.
Public Impact
The Federal Highway Administration (FHWA) benefits from enhanced cybersecurity capabilities to protect its critical infrastructure and data. The contract delivers multi-year Palo Alto Cortex products, likely including advanced threat detection and prevention tools. The services are delivered within the District of Columbia, supporting federal operations in the nation's capital. The contract supports the IT workforce involved in cybersecurity management and operations within the agency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition due to exclusion of sources requires justification to ensure fair market access.
- Lack of detailed product specifications makes it difficult to assess the true value and necessity of the awarded items.
- The multi-year nature of the contract, even with options, requires careful monitoring to ensure continued need and performance.
Positive Signals
- Firm fixed-price contract provides cost certainty and shifts risk to the contractor.
- The contract allows for multi-year procurement, potentially offering cost savings through bulk purchasing and sustained security.
- The use of advanced cybersecurity products like Palo Alto Cortex suggests a proactive approach to threat mitigation.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on cybersecurity solutions. The market for cybersecurity products and services is rapidly growing, driven by increasing cyber threats and regulatory requirements. Palo Alto Networks is a major player in this space, offering a suite of products for network security, cloud security, and endpoint protection. Comparable spending benchmarks would involve analyzing other federal awards for similar cybersecurity platforms and services, considering factors like the number of users, features included, and contract duration.
Small Business Impact
The data indicates that small business participation (ss: false, sb: false) was not a primary consideration for this specific award, as there is no indication of a small business set-aside or subcontracting plan. This suggests the contract was awarded to a large business or a joint venture without specific small business goals. The impact on the small business ecosystem is likely minimal for this particular contract, but it highlights the need for agencies to actively seek opportunities to engage small businesses in other procurements.
Oversight & Accountability
Oversight for this contract will primarily reside with the Federal Highway Administration (FHWA) contracting officer and program managers. They are responsible for monitoring performance, ensuring compliance with contract terms, and approving any option exercises. Transparency is facilitated through contract databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected related to the contract's execution or award.
Related Government Programs
- Cybersecurity Services
- Network Security Products
- IT Infrastructure Modernization
- Federal Information Security Management Act (FISMA) Compliance
- Department of Transportation IT Spending
Risk Flags
- Limited competition due to exclusion of sources
- Potential for technology obsolescence in cybersecurity products over a multi-year term
- Need for clear performance metrics and oversight to ensure value for money
Tags
it-services, cybersecurity, palo-alto-networks, department-of-transportation, federal-highway-administration, district-of-columbia, firm-fixed-price, limited-competition, multi-year, computer-related-services, naics-541519
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $5.4 million to V3GATE, LLC. THIS REQUIREMENT IS FOR MULTI-YEAR PALO ALTO CORTEX PRODUCTS FOR A BASE 12-MONTH PERIOD PLUS TWO OPTIONAL 12-MONTH PERIODS TO BE EXERCISED.
Who is the contractor on this award?
The obligated recipient is V3GATE, LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Highway Administration).
What is the total obligated amount?
The obligated amount is $5.4 million.
What is the period of performance?
Start: 2025-09-30. End: 2026-09-29.
What specific Palo Alto Cortex products are being procured under this contract, and what are their intended functionalities?
The provided data does not specify the exact Palo Alto Cortex products being procured. Palo Alto Cortex is a platform that typically encompasses various cybersecurity solutions, including Extended Detection and Response (XDR), Security Orchestration, Automation, and Response (SOAR), and threat intelligence services. The functionalities likely include advanced threat detection, automated incident response, and proactive threat hunting to protect the Federal Highway Administration's (FHWA) networks and data. To fully assess the value and necessity, a detailed breakdown of the specific modules, licenses, and support services included in the $5.37 million award would be required. This would allow for a comparison against market offerings and an evaluation of whether the selected products align with the FHWA's specific cybersecurity needs and risk posture.
What was the justification for excluding specific sources in the 'Full and Open Competition After Exclusion of Sources' award?
The justification for excluding specific sources in a 'Full and Open Competition After Exclusion of Sources' award is critical for ensuring fair and transparent procurement. Typically, such exclusions are based on specific technical requirements, unique capabilities, or prior performance issues that only a limited number of vendors can meet or have demonstrated. For instance, if a particular product or service is proprietary or requires highly specialized integration with existing systems, only a few vendors might qualify. The Federal Acquisition Regulation (FAR) Part 6 outlines the conditions under which full and open competition may be restricted. The agency must document the rationale thoroughly, demonstrating that the exclusion is necessary and in the government's best interest, and that the remaining competition adequately protects the government's interests. Without this documentation, the exclusion raises concerns about potential limitations on competition and value for taxpayers.
How does the per-unit cost of these Palo Alto Cortex products compare to market rates or similar federal contracts?
The provided data does not include per-unit cost details for the Palo Alto Cortex products, making a direct comparison to market rates or similar federal contracts impossible. The total award amount of $5,368,192.40 covers a base period of 12 months plus two 12-month option periods, for a total potential duration of 36 months. To benchmark the per-unit cost, one would need to know the specific quantities of licenses, support services, and any hardware components included. Federal procurement data, such as that found on USASpending.gov or through agency-specific contract award announcements, could be analyzed for similar cybersecurity solutions from Palo Alto Networks or competitors. Factors like the number of users, endpoints protected, and included features (e.g., threat intelligence feeds, advanced analytics) would be crucial for a meaningful comparison.
What is the track record of V3GATE, LLC in delivering cybersecurity solutions to federal agencies?
Information regarding V3GATE, LLC's specific track record in delivering cybersecurity solutions to federal agencies is not detailed in the provided data. As the awardee, V3GATE, LLC's past performance is a key factor in contract awards. Federal agencies typically evaluate a contractor's performance history on previous contracts, including their ability to meet technical requirements, adhere to schedules, and manage costs. To assess V3GATE, LLC's track record, one would need to consult contract performance reports, past performance questionnaires, and public databases that track federal contract awards and performance ratings. Understanding their experience with similar cybersecurity products, particularly Palo Alto Networks solutions, and their success in meeting government security standards would provide insight into their capability to fulfill this contract effectively.
What are the potential risks associated with a multi-year contract for cybersecurity products, and how are they mitigated?
Multi-year contracts for cybersecurity products, like this one with a base year and two option years, carry several potential risks. Firstly, technology obsolescence is a significant concern; cybersecurity solutions evolve rapidly, and products purchased today might be outdated within a few years. Secondly, vendor lock-in can occur, making it difficult and costly to switch providers if performance is unsatisfactory or better alternatives emerge. Thirdly, the long-term need for specific products might change due to evolving agency requirements or shifts in threat landscapes. Mitigation strategies include carefully defining performance metrics and service level agreements (SLAs), incorporating clauses for technology refresh or upgrades, ensuring the contract allows for termination for convenience if needs change, and conducting regular reviews of the vendor's performance and market alternatives. The 'exclusion of sources' aspect also introduces a risk if the excluded sources possessed superior capabilities or offered better value.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - SECURITY AND COMPLIANCE
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 555 MIDDLE CREEK PKWY STE 120, COLORADO SPRINGS, CO, 80921
Business Categories: Category Business, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $15,568,554
Exercised Options: $5,368,192
Current Obligation: $5,368,192
Actual Outlays: $5,368,192
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD27B
IDV Type: GWAC
Timeline
Start Date: 2025-09-30
Current End Date: 2026-09-29
Potential End Date: 2028-09-29 00:00:00
Last Modified: 2026-02-20
More Contracts from V3gate, LLC
- Award Nasa Sewp for Salesforce — $576.9M (Department of Veterans Affairs)
- Salesforce ELA — $414.1M (Department of Veterans Affairs)
- THE Department of Veterans Affairs (VA), Information Technology Operations and Service, END User Operations National, HAS a Requirement for Laptops, Tablets (hereafter Considered to BE Part of the Laptop Requirements), Personal Computers (PCS), Docking Stations, Adjustable Monitors, Incidental Hardware, Incidental Software, and Warranty Support Services.required Reports and Deliverables in Support Thereof Have Also Been Specified Within This Product Description (PD). Furthermore, the Government Expressly Provides Herein That IT HAS Reserved the Right to Procure, in ITS Sole Discretion, Optional Quantities of Additional Laptops, PCS, Docking Stations, Adjustable Monitors, Incidental Hardware, Incidental Software, and Warranty Support Services, and UP to the Maximum Quantities Specified. These Optional Quantities, Excluding Those Specifically Identified AS Delivery Order (DO) Pre-Production Test Units and Pre-Production Demonstration Units, MAY BE Exercised AT ANY Time Between the Date of Award of ANY Resulting DO and September 30, 2019, and MAY BE Exercised Multiple Times During the Designated Option Period, BUT in NO Instance, Shall the Cumulative Quantity of the Options Exercised Exceed the Maximum Quantities. Each Option for DO Pre-Production Test Units and Pre-Production Demonstration Units, Only, MAY BE Exercised ONE (1) Time, and MAY BE Exercised in Full or in Part — $373.8M (Department of Veterans Affairs)
- Vmware Software Support and Maintenance, Professional Services and Licenses — $133.9M (Department of Veterans Affairs)
- Integrated Veteran Care External Provider Scheduling — $109.5M (Department of Veterans Affairs)
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)