Border Patrol surveillance systems supported by $3.47M task order for technical operations
Contract Overview
Contract Amount: $3,472,548 ($3.5M)
Contractor: Evotech, LLC
Awarding Agency: Department of Transportation
Start Date: 2025-04-18
End Date: 2025-12-31
Contract Duration: 257 days
Daily Burn Rate: $13.5K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: BORDER PATROL TECHNICAL OPERATIONS CENTER (BPTOC) SERVICES IN SUPPORT OF US CUSTOMS AND BORDER PROTECTIONS SURVEILLANCE SYSTEMS. THIS IS A TASK ORDER AGAINST EXISTING PRICING IAW IDIQ CONTRACT.
Place of Performance
Location: COLLEGE PARK, PRINCE GEORGES County, MARYLAND, 20740
State: Maryland Government Spending
Plain-Language Summary
Department of Transportation obligated $3.5 million to EVOTECH, LLC for work described as: BORDER PATROL TECHNICAL OPERATIONS CENTER (BPTOC) SERVICES IN SUPPORT OF US CUSTOMS AND BORDER PROTECTIONS SURVEILLANCE SYSTEMS. THIS IS A TASK ORDER AGAINST EXISTING PRICING IAW IDIQ CONTRACT. Key points: 1. Task order issued against an existing IDIQ contract, suggesting pre-negotiated terms. 2. Firm Fixed Price contract type aims to control costs for the government. 3. Short performance period (less than a year) may indicate urgent or specific needs. 4. Contract awarded to EVOTECH, LLC, a known entity in professional services. 5. Services support critical surveillance systems for US Customs and Border Protection. 6. The contract is a delivery order, implying a specific set of deliverables. 7. No small business set-aside, indicating a focus on broader competition.
Value Assessment
Rating: fair
The total award amount of $3.47 million for a period of approximately 8 months appears reasonable for specialized technical support of surveillance systems. Benchmarking against similar task orders for technical operations support within federal agencies is difficult without more granular data on the specific services rendered. However, the firm fixed-price nature of the contract suggests that the government has a clear understanding of the costs involved, which can be a positive indicator of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific details of the bidding process, such as the number of proposals received and the evaluation criteria, are not provided. However, full and open competition generally fosters a competitive environment that can lead to better pricing and service offerings for the government.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it increases the likelihood of obtaining services at competitive market rates, preventing potential overpricing that could occur with less competitive contract types.
Public Impact
Benefits US Customs and Border Protection by ensuring the operational effectiveness of surveillance systems. Services delivered include technical operations support for critical surveillance infrastructure. Geographic impact is primarily focused on areas where Border Patrol operates surveillance systems. Workforce implications are likely for specialized technical personnel employed by EVOTECH, LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if the 'technical operations' are not clearly defined.
- Dependence on a single contractor for critical surveillance system support.
- Risk of performance issues if contractor personnel lack specialized expertise.
Positive Signals
- Firm Fixed Price contract helps manage cost overruns.
- Awarded against an existing IDIQ contract suggests a streamlined procurement process.
- Support for critical national security infrastructure demonstrates a vital role.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically supporting government surveillance and security operations. The market for such services is robust, driven by ongoing needs for technological support in defense, law enforcement, and intelligence agencies. Comparable spending benchmarks would typically involve analyzing other task orders for similar technical support services across various federal agencies, focusing on the complexity and criticality of the systems being supported.
Small Business Impact
The contract data indicates that this was not a small business set-aside. As a result, small businesses were not specifically targeted for this procurement. There is no information provided regarding subcontracting plans. The impact on the small business ecosystem is likely minimal unless EVOTECH, LLC voluntarily engages small businesses as subcontractors for specialized support.
Oversight & Accountability
Oversight for this task order would typically fall under the contracting officer and the program management office within US Customs and Border Protection. Accountability measures are inherent in the firm fixed-price contract, requiring delivery of specified services. Transparency is facilitated by the public availability of contract awards, though detailed performance metrics are not publicly disclosed.
Related Government Programs
- US Customs and Border Protection Surveillance Systems
- Border Patrol Operations Support
- Technical Services for Law Enforcement Agencies
- Information Technology Support Services
Risk Flags
- Short performance period may indicate urgent need or limited scope.
- Dependence on contractor for critical surveillance system operations.
Tags
professional-scientific-technical-services, surveillance-systems, border-security, customs-and-border-protection, delivery-order, firm-fixed-price, full-and-open-competition, evotech-llc, maryland, federal-aviation-administration, department-of-transportation
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $3.5 million to EVOTECH, LLC. BORDER PATROL TECHNICAL OPERATIONS CENTER (BPTOC) SERVICES IN SUPPORT OF US CUSTOMS AND BORDER PROTECTIONS SURVEILLANCE SYSTEMS. THIS IS A TASK ORDER AGAINST EXISTING PRICING IAW IDIQ CONTRACT.
Who is the contractor on this award?
The obligated recipient is EVOTECH, LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $3.5 million.
What is the period of performance?
Start: 2025-04-18. End: 2025-12-31.
What is the track record of EVOTECH, LLC in providing similar technical operations support for surveillance systems to federal agencies?
EVOTECH, LLC has a history of providing various technical and professional services to the federal government. While specific details on their performance with surveillance systems for Border Patrol are not readily available in this data snippet, their past performance on other contracts can be assessed through sources like the Federal Procurement Data System (FPDS) or agency-specific performance evaluations. A review of their contract history would reveal the types of services rendered, contract values, and any reported performance issues or commendations. This would provide context for their capability to successfully execute the current task order, ensuring the reliability and effectiveness of the surveillance systems they are supporting.
How does the pricing of this task order compare to similar contracts for technical operations support?
Benchmarking the pricing of this $3.47 million task order against similar contracts is challenging without more specific details on the scope of 'technical operations' and the exact duration of support. However, the firm fixed-price (FFP) contract type suggests that the government has negotiated a set price for the defined services, which inherently aims for cost control. To conduct a thorough comparison, one would need to identify other FFP task orders for surveillance system technical support awarded by agencies like CBP or other components of DHS or DoD, looking at metrics such as cost per system supported, cost per technician hour, or cost per operational period. The relatively short performance period (less than a year) might also influence the per-unit cost compared to longer-term contracts.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks for this contract include potential performance deficiencies if EVOTECH, LLC's personnel lack the specialized expertise required for the surveillance systems, and the risk of scope creep if the 'technical operations' are not precisely defined. Another risk is the dependence on a single contractor for critical infrastructure support. Mitigation strategies likely involve stringent performance standards outlined in the task order, regular progress reviews by the contracting officer's representative (COR), and clear deliverables. The FFP nature of the contract also mitigates financial risk for the government by capping costs. The short duration may limit the long-term impact of any performance issues.
How effective is the current contract in ensuring the operational readiness of Border Patrol's surveillance systems?
The effectiveness of this contract in ensuring operational readiness hinges on the quality and timeliness of the technical operations support provided by EVOTECH, LLC. As a task order against an existing IDIQ, it implies a pre-vetted capability. The firm fixed-price structure incentivizes the contractor to meet performance requirements efficiently. However, without specific performance metrics or post-award evaluations, a definitive assessment of effectiveness is not possible. The critical nature of surveillance systems for border security suggests that their operational readiness is a high priority, and the contracting agency likely has mechanisms in place to monitor performance closely.
What are the historical spending patterns for technical operations support of surveillance systems by US Customs and Border Protection?
Historical spending patterns for technical operations support of surveillance systems by US Customs and Border Protection (CBP) would likely show a consistent need for such services, given the agency's mission. This spending would fluctuate based on technological upgrades, system expansion, and the lifecycle of existing surveillance equipment. Analyzing past contracts, including IDIQs and task orders issued over several fiscal years, would reveal trends in contract values, types of services procured (e.g., maintenance, upgrades, integration, operational support), and the primary contractors involved. This data would help contextualize the current $3.47 million task order within CBP's broader budgetary allocations for surveillance technology.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: TECHNICAL REPRESENTATIVE SVCS. › TECHNICAL REPRESENTATIVE SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: TWO STEP
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 9658 BALTIMORE AVE STE 300, COLLEGE PARK, MD, 20740
Business Categories: Category Business, Economically Disadvantaged Women Owned Small Business, Self-Certified Small Disadvantaged Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $3,472,548
Exercised Options: $3,472,548
Current Obligation: $3,472,548
Actual Outlays: $3,472,548
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 6973GH20D00012
IDV Type: IDC
Timeline
Start Date: 2025-04-18
Current End Date: 2025-12-31
Potential End Date: 2025-12-31 00:00:00
Last Modified: 2026-02-25
More Contracts from Evotech, LLC
- Task Order to Continue Noc/Soc/Cc Services for Option IV of the Base Contract — $5.8M (Department of Transportation)
- Noc/Soc Support — $2.0M (Department of Homeland Security)
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)