DHS awards $39.4M contract for radio and wireless communications equipment to Motorola Solutions
Contract Overview
Contract Amount: $39,371,926 ($39.4M)
Contractor: Motorola Solutions, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2021-09-29
End Date: 2024-09-27
Contract Duration: 1,094 days
Daily Burn Rate: $36.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DESIGN AND ENGINEERING IMPLEMENTATION PHASE II
Place of Performance
Location: ELGIN, KANE County, ILLINOIS, 60124
State: Illinois Government Spending
Plain-Language Summary
Department of Homeland Security obligated $39.4 million to MOTOROLA SOLUTIONS, INC. for work described as: DESIGN AND ENGINEERING IMPLEMENTATION PHASE II Key points: 1. Contract value represents a significant investment in critical communications infrastructure. 2. Motorola Solutions, a major player, secured this award through full and open competition. 3. The contract duration of nearly three years suggests a substantial, ongoing need for services. 4. Fixed-price contract type may offer cost predictability but could limit flexibility. 5. The award is a delivery order under a larger contract, indicating a phased approach. 6. The specific use case for this equipment within ICE warrants further investigation for optimal value.
Value Assessment
Rating: good
Benchmarking the value of this specific delivery order is challenging without knowing the broader contract it falls under and the exact scope of services. However, the fixed-price nature suggests an attempt to control costs. Compared to similar large-scale communications equipment procurements, the per-unit cost would need to be analyzed against specific technical requirements and market rates for comparable systems. The total value of $39.4 million indicates a substantial commitment, and its effectiveness will depend on the deployed technology's performance and longevity.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition, indicating that multiple vendors had the opportunity to bid. The presence of a single award (no other bidders listed) for this specific delivery order suggests that while the competition was open, Motorola Solutions was selected as the most advantageous offer. The level of competition for the parent contract, if known, would provide more insight into price discovery.
Taxpayer Impact: A full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to better pricing and innovative solutions, ensuring the government receives optimal value for its investment.
Public Impact
This contract will likely benefit U.S. Immigration and Customs Enforcement (ICE) personnel by providing essential radio and wireless communications equipment. The services delivered are crucial for maintaining operational effectiveness and situational awareness for law enforcement and border security. The geographic impact is likely national, supporting ICE operations across various locations. Workforce implications may include training for personnel on new equipment and potential integration with existing communication systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if the system is proprietary and difficult to integrate with other vendors' equipment.
- The fixed-price nature might disincentivize cost-saving innovations during performance if not structured carefully.
- Dependence on a single vendor for critical communication infrastructure carries inherent supply chain risks.
Positive Signals
- Awarded through full and open competition, suggesting a robust selection process.
- Motorola Solutions is an established provider with a track record in government communications.
- The fixed-price contract offers cost certainty for this phase of the project.
- The delivery order structure allows for phased implementation and potential adjustments.
Sector Analysis
The market for radio and wireless communications equipment is a significant segment within the broader telecommunications industry. This sector is characterized by rapid technological advancements, high R&D investment, and a mix of large established players and specialized niche providers. Government contracts, particularly for defense and public safety, represent a substantial portion of this market. Spending benchmarks for similar federal procurements in this category can vary widely based on the specific technology, quantity, and duration, but typically involve multi-million dollar awards for critical infrastructure.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a large prime contract awarded to Motorola Solutions, there may be opportunities for small businesses to participate as subcontractors. The extent of small business subcontracting will depend on the specific requirements outlined in the parent contract and the prime contractor's commitment to engaging small business partners.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's contracting and program management offices. The Inspector General's office may conduct audits or investigations into the contract's performance and financial aspects. Transparency is generally maintained through contract award databases and reporting requirements, though specific performance metrics and detailed spending breakdowns may not always be publicly available.
Related Government Programs
- DHS Communications Systems
- ICE Radio Systems Modernization
- Federal Law Enforcement Communications
- Wireless Infrastructure Procurement
Risk Flags
- Potential for vendor lock-in
- Cybersecurity risks associated with networked communication systems
- Integration challenges with existing infrastructure
- Supply chain dependency on a single vendor
Tags
dhs, ice, motorola-solutions, radio-communications, wireless-communications, design-engineering, implementation, firm-fixed-price, full-and-open-competition, delivery-order, illinois, federal-law-enforcement
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $39.4 million to MOTOROLA SOLUTIONS, INC.. DESIGN AND ENGINEERING IMPLEMENTATION PHASE II
Who is the contractor on this award?
The obligated recipient is MOTOROLA SOLUTIONS, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).
What is the total obligated amount?
The obligated amount is $39.4 million.
What is the period of performance?
Start: 2021-09-29. End: 2024-09-27.
What is the specific nature of the 'DESIGN AND ENGINEERING IMPLEMENTATION PHASE II' services being procured?
The contract description 'DESIGN AND ENGINEERING IMPLEMENTATION PHASE II' suggests this award is for the second phase of a project focused on the design, engineering, and implementation of radio and wireless communication systems. This could involve detailed system architecture, network planning, hardware/software integration, testing, and deployment activities. Phase II typically builds upon initial design concepts or prototypes from Phase I, moving towards a more concrete and operational system. The specific deliverables would be detailed in the contract's Statement of Work (SOW), outlining the technical requirements, milestones, and acceptance criteria for this phase.
How does the $39.4 million award compare to historical spending on similar ICE communication systems?
Comparing this $39.4 million award to historical spending requires access to ICE's historical procurement data for communication systems. Without that specific data, a direct comparison is difficult. However, the amount suggests a significant investment, potentially for a major upgrade or expansion of ICE's communication capabilities. Federal procurement data, such as that available through FPDS or SAM.gov, could be analyzed for similar contracts awarded to ICE or DHS for radio and wireless equipment over the past several years. This would help establish whether this award is within the typical range, higher, or lower than previous investments, providing context for its scale and significance.
What are the key performance indicators (KPIs) for this contract, and how is performance being measured?
Key performance indicators (KPIs) for a contract like this, focused on design, engineering, and implementation of communication systems, would likely revolve around technical performance, schedule adherence, and cost control. Specific KPIs might include system uptime, data transmission speeds, signal clarity, successful integration of components, adherence to design specifications, timely completion of milestones, and staying within the fixed-price budget. Performance measurement would typically involve regular progress reports from Motorola Solutions, site inspections, testing and validation by ICE technical representatives, and formal acceptance reviews at key project stages. The contract's SOW and Performance Work Statement (PWS) would detail these KPIs and measurement methods.
What is Motorola Solutions' track record with DHS and ICE on similar large-scale communication projects?
Motorola Solutions has a well-established track record of providing communication solutions to government agencies, including the Department of Homeland Security (DHS) and its components like U.S. Immigration and Customs Enforcement (ICE). They are a major supplier of public safety radio systems (e.g., P25 compliant radios) and related infrastructure. Analyzing past contract awards, performance evaluations (if publicly available), and any past performance issues or successes related to DHS/ICE would provide a clearer picture. Their extensive experience in this sector suggests a strong capability, but a review of specific past performance on similar projects would be necessary for a comprehensive assessment.
Are there any identified risks associated with the technology or implementation of this communication system?
Potential risks associated with this contract could include technological obsolescence if the chosen systems are not future-proof, integration challenges with existing legacy systems, cybersecurity vulnerabilities inherent in networked communication equipment, and potential delays or cost overruns if unforeseen technical issues arise during implementation. The reliance on a single vendor for critical infrastructure also presents a supply chain risk. Mitigation strategies would likely involve thorough technical reviews, robust cybersecurity protocols, phased implementation with clear testing phases, and contingency planning outlined in the contract.
What is the estimated total contract value, including potential options or future phases, beyond the current $39.4 million award?
The provided data indicates a specific award amount of $39,371,926.13 for this delivery order. The schema does not provide information on the total value of the parent contract or any potential options or future phases. This delivery order is likely part of a larger Indefinite Delivery/Indefinite Quantity (IDIQ) contract or a multi-year contract. To determine the total potential value, one would need to examine the details of the parent contract under which this delivery order was issued. Such information is typically available in federal procurement databases like SAM.gov or through agency budget documents.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - IT MANAGEMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70CMSW21R00000009
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 809 PINNACLE DR STE G, LINTHICUM HEIGHTS, MD, 21090
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $39,371,926
Exercised Options: $39,371,926
Current Obligation: $39,371,926
Actual Outlays: $25,387,091
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70B04C19D00000010
IDV Type: IDC
Timeline
Start Date: 2021-09-29
Current End Date: 2024-09-27
Potential End Date: 2024-09-27 00:00:00
Last Modified: 2025-05-15
More Contracts from Motorola Solutions, Inc.
- Base Year- At/Fp Ashore Elmr Sustainment — $95.8M (Department of Defense)
- 200403!000652!2100!w15p7t!usa Communications-Electronics !daab0701dh806 !A!N! !N!0155 ! !20031210!20110927!069373090!005527247!001325463!n!motorola, Inc !7031 Columbia Gateway Driv!columbia !md!21046!36650!003!24!hanover !anne Arundel !maryland !+000005697730!n!n!000000000000!5895!miscellaneous Communication Equipment !A7 !electronics and Communication Equip !000 !* !334290!E! !5!B!M! !A! !99990909!B! ! !A! !a!n!j!2!007!b! !Z!N!Z! ! !Y!C!N! ! ! !z!z!a!a!000!a!c!n! ! ! ! ! ! !0001! ! — $84.8M (Department of Defense)
- - Anti-Terrorism/Force Protection Ashore Enterprise Land Mobile Radio Sustainment Services AT Various Navy Installations Worldwide — $78.5M (Department of Defense)
- Cnic Elmr Sustainment Support — $64.3M (Department of Defense)
- - Land Mobile Radio Maintenance — $64.2M (Department of Justice)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)