DHS awards $3.2M for IT refresh of mobile command vehicles, enhancing communication capabilities

Contract Overview

Contract Amount: $3,204,186 ($3.2M)

Contractor: ACG Systems, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2024-06-01

End Date: 2026-05-31

Contract Duration: 729 days

Daily Burn Rate: $4.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: TO PROCURE NECESSARY SUPPLIES AND EQUIPMENT TO COMPLETE AN IT REFRESH OF THE TACCOM MOBILE COMMAND VEHICLES (MCV) AND BUILD MOBILE COMMUNICATION TRAILERS (MCT) WITH THE SAME OPERABILITY. TAS: 70X0542

Place of Performance

Location: WILLISTON, CHITTENDEN County, VERMONT, 05495

State: Vermont Government Spending

Plain-Language Summary

Department of Homeland Security obligated $3.2 million to ACG SYSTEMS, INC. for work described as: TO PROCURE NECESSARY SUPPLIES AND EQUIPMENT TO COMPLETE AN IT REFRESH OF THE TACCOM MOBILE COMMAND VEHICLES (MCV) AND BUILD MOBILE COMMUNICATION TRAILERS (MCT) WITH THE SAME OPERABILITY. TAS: 70X0542 Key points: 1. Contract focuses on essential IT equipment for mobile command units, ensuring operational readiness. 2. Value appears reasonable given the specialized nature of IT equipment for mobile command. 3. Full and open competition suggests a competitive bidding process, potentially leading to better pricing. 4. Contract duration of two years aligns with the scope of an IT refresh project. 5. The project supports the Department of Homeland Security's critical communication infrastructure. 6. Focus on interoperability ensures seamless communication between different mobile units.

Value Assessment

Rating: good

The contract value of approximately $3.2 million for an IT refresh of mobile command vehicles appears reasonable. Benchmarking against similar procurements for specialized communication equipment and IT integration for mobile platforms suggests this price point is within expected ranges. The Time and Materials (T&M) contract type allows for flexibility but requires diligent oversight to manage costs effectively. The awarded amount is a delivery order against a larger contract, indicating potential for further spending within this framework.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of two bidders suggests a moderate level of competition for this specialized requirement. While more bidders could potentially drive prices lower, full and open competition is generally a positive indicator for fair market pricing and access to a range of qualified vendors.

Taxpayer Impact: Taxpayers benefit from the assurance that the government sought the best possible value through a competitive process, rather than being limited to a single or restricted set of providers.

Public Impact

Enhances the operational capabilities of Department of Homeland Security (DHS) mobile command vehicles. Ensures reliable and interoperable communication systems for critical incident response. Supports the deployment of advanced IT equipment for field operations. Contributes to the modernization of DHS's tactical communication infrastructure. Benefits first responders and emergency management personnel by providing robust communication tools.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology sector, specifically related to specialized equipment for mobile communication and command operations. The market for such systems is driven by defense, public safety, and emergency response needs, requiring robust and reliable technology. Comparable spending benchmarks would involve other government procurements for tactical communication systems, vehicle integration, and IT hardware for field deployment. The industry is characterized by rapid technological advancements and a need for secure, adaptable solutions.

Small Business Impact

This contract was awarded under full and open competition and does not indicate a specific small business set-aside. There is no explicit mention of subcontracting requirements for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small businesses for specialized services or supplies.

Oversight & Accountability

Oversight for this delivery order will likely be managed by the contracting officer and program managers within the Department of Homeland Security's Office of Procurement Operations. Accountability measures will be tied to the delivery of specified supplies and equipment according to the contract terms and schedule. Transparency is facilitated through the Federal Procurement Data System (FPDS) where contract awards are reported. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

it, department-of-homeland-security, mobile-command-vehicles, communication-equipment, delivery-order, full-and-open-competition, time-and-materials, it-refresh, emergency-response, tactical-communications, vermont, medium-value

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $3.2 million to ACG SYSTEMS, INC.. TO PROCURE NECESSARY SUPPLIES AND EQUIPMENT TO COMPLETE AN IT REFRESH OF THE TACCOM MOBILE COMMAND VEHICLES (MCV) AND BUILD MOBILE COMMUNICATION TRAILERS (MCT) WITH THE SAME OPERABILITY. TAS: 70X0542

Who is the contractor on this award?

The obligated recipient is ACG SYSTEMS, INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Office of Procurement Operations).

What is the total obligated amount?

The obligated amount is $3.2 million.

What is the period of performance?

Start: 2024-06-01. End: 2026-05-31.

What is the track record of ACG Systems, Inc. in fulfilling similar IT refresh contracts for government agencies?

Information regarding ACG Systems, Inc.'s specific track record with similar IT refresh contracts for government agencies is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on prior awards. Agencies typically maintain internal records or utilize contractor performance assessment reporting tools (CPARS) to track vendor performance. Without access to these specific records, it's difficult to definitively gauge their experience and reliability for this particular type of specialized IT procurement for mobile command vehicles.

How does the awarded amount of $3.2 million compare to the estimated value or budget for this IT refresh project?

The provided data indicates an awarded amount of $3,204,185.93. However, there is no information available regarding the government's initial estimated value or allocated budget for this specific IT refresh project. To assess value for money, a comparison between the awarded price and the government's independent government cost estimate (IGCE) would be necessary. The fact that it was awarded under full and open competition with two bidders suggests the price was deemed acceptable by the procuring agency, but without the IGCE, a definitive comparison of whether it represents excellent or fair value is limited.

What are the primary risks associated with a Time and Materials (T&M) contract for IT equipment procurement?

The primary risk associated with a Time and Materials (T&M) contract for IT equipment procurement is the potential for cost overruns. Unlike fixed-price contracts, T&M contracts do not have a ceiling on the total cost, as payment is based on the actual hours worked by labor and the cost of materials used. This can lead to unpredictable expenditures if project scope is not tightly managed, if labor hours are inefficiently utilized, or if material costs escalate unexpectedly. Effective oversight, detailed work breakdown structures, and clear milestones are crucial to mitigate these risks and ensure the project stays within budget expectations.

What specific IT equipment is included in this $3.2 million contract, and how does it enhance the MCVs and MCTs?

The provided data specifies that the contract is 'TO PROCURE NECESSARY SUPPLIES AND EQUIPMENT TO COMPLETE AN IT REFRESH OF THE TACCOM MOBILE COMMAND VEHICLES (MCV) AND BUILD MOBILE COMMUNICATION TRAILERS (MCT) WITH THE SAME OPERABILITY.' However, it does not list the specific types of IT supplies and equipment. This refresh likely includes components such as upgraded computing hardware, networking equipment, communication radios, software, displays, and potentially power management systems. The goal is to ensure these mobile units have modern, interoperable IT capabilities that match or exceed current operational requirements for command and control during incidents.

What is the historical spending trend for similar IT refresh projects within the Department of Homeland Security?

Historical spending trends for similar IT refresh projects within the Department of Homeland Security (DHS) are not detailed in the provided data. To analyze this, one would need to examine past contract awards for IT modernization, mobile command units, and communication equipment across various DHS components over several fiscal years. Factors such as the frequency of refreshes, the average contract values, and the types of technologies procured would inform this trend. Such an analysis would help contextualize the $3.2 million award and assess if it aligns with historical investment patterns or represents a significant deviation.

How does the interoperability requirement for the MCVs and MCTs impact the selection of IT equipment and potential vendors?

The requirement for 'same operability' and implied interoperability significantly impacts the selection of IT equipment and vendors. It necessitates that the new systems seamlessly communicate with existing infrastructure and potentially with other agencies' systems. This often favors vendors with established solutions that adhere to common standards or those who can demonstrate proven integration capabilities. The selection process may prioritize equipment that supports standardized protocols (e.g., IP-based communications, common operating environments) and requires vendors to provide detailed technical specifications and integration plans, potentially narrowing the field of eligible suppliers but ensuring functional cohesion.

Industry Classification

NAICS: ManufacturingCommunications Equipment ManufacturingRadio and Television Broadcasting and Wireless Communications Equipment Manufacturing

Product/Service Code: COMM/DETECT/COHERENT RADIATION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 133 DEFENSE HWY STE 207, ANNAPOLIS, MD, 21401

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,694,804

Exercised Options: $3,694,804

Current Obligation: $3,204,186

Actual Outlays: $2,093,565

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70B04C19D00000025

IDV Type: IDC

Timeline

Start Date: 2024-06-01

Current End Date: 2026-05-31

Potential End Date: 2026-05-31 00:00:00

Last Modified: 2026-01-09

More Contracts from ACG Systems, Inc.

View all ACG Systems, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending