DHS Coast Guard awards $2.56M for R21 WR System to Tatitlek Federal Services LLC

Contract Overview

Contract Amount: $2,560,509 ($2.6M)

Contractor: Tatitlek Federal Services LLC

Awarding Agency: Department of Homeland Security

Start Date: 2025-03-20

End Date: 2027-03-21

Contract Duration: 731 days

Daily Burn Rate: $3.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THE R21 WR SYSTEM IS A MISSION CRITICAL SYSTEM THAT PROVIDES DUAL MODE VHF,UHF AND DSC COMMS. 2(D)THIS CONTRACT ALIGNS WITH ONE OF THE DESIGNATED CATEGORIES: IMMIGRATION ENFORCEMENT, LAW ENFORCEMENT, MILITARY, PUBLIC SAFETY,..

Place of Performance

Location: ANCHORAGE, ANCHORAGE County, ALASKA, 99503

State: Alaska Government Spending

Plain-Language Summary

Department of Homeland Security obligated $2.6 million to TATITLEK FEDERAL SERVICES LLC for work described as: THE R21 WR SYSTEM IS A MISSION CRITICAL SYSTEM THAT PROVIDES DUAL MODE VHF,UHF AND DSC COMMS. 2(D)THIS CONTRACT ALIGNS WITH ONE OF THE DESIGNATED CATEGORIES: IMMIGRATION ENFORCEMENT, LAW ENFORCEMENT, MILITARY, PUBLIC SAFETY,.. Key points: 1. The R21 WR System is a critical dual-mode VHF, UHF, and DSC communications system. 2. Contract aligns with public safety and law enforcement categories. 3. Tatitlek Federal Services LLC is the awardee. 4. The contract is a delivery order under a larger contract, indicating potential for follow-on work.

Value Assessment

Rating: good

The contract value of $2.56M for a 2-year period seems reasonable for a mission-critical communications system. Benchmarking against similar specialized communication system procurements would provide further insight.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a limited competition. This method may impact price discovery compared to full and open competition.

Taxpayer Impact: Taxpayer funds are being used for essential public safety communication infrastructure.

Public Impact

Ensures continued operational capability for U.S. Coast Guard maritime communications. Supports critical public safety and law enforcement functions. Maintains dual-mode VHF, UHF, and DSC communication capabilities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under Engineering Services (NAICS 541330) and relates to specialized communication systems, often found in public safety and defense sectors. Spending benchmarks for similar systems vary widely based on complexity and features.

Small Business Impact

The data does not indicate whether small businesses were involved in this specific delivery order or the parent contract. Further analysis of the prime contract's small business subcontracting plan would be necessary.

Oversight & Accountability

The contract is a delivery order, implying it's part of a larger, pre-existing contract that likely underwent initial oversight. The specific oversight for this delivery order would depend on the U.S. Coast Guard's internal processes.

Related Government Programs

Risk Flags

Tags

engineering-services, department-of-homeland-security, ak, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $2.6 million to TATITLEK FEDERAL SERVICES LLC. THE R21 WR SYSTEM IS A MISSION CRITICAL SYSTEM THAT PROVIDES DUAL MODE VHF,UHF AND DSC COMMS. 2(D)THIS CONTRACT ALIGNS WITH ONE OF THE DESIGNATED CATEGORIES: IMMIGRATION ENFORCEMENT, LAW ENFORCEMENT, MILITARY, PUBLIC SAFETY,..

Who is the contractor on this award?

The obligated recipient is TATITLEK FEDERAL SERVICES LLC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Coast Guard).

What is the total obligated amount?

The obligated amount is $2.6 million.

What is the period of performance?

Start: 2025-03-20. End: 2027-03-21.

What was the rationale for excluding other sources in the competition?

The exclusion of sources suggests a specific requirement or justification was met, potentially related to unique capabilities, existing infrastructure compatibility, or prior performance. Understanding this rationale is key to assessing if the limited competition was appropriate and if it led to a fair price or potentially higher costs for the government.

What is the long-term sustainment plan for the R21 WR System beyond this contract?

Given the system's mission-critical nature, a clear long-term sustainment and upgrade strategy is essential. This includes plans for maintenance, repair, obsolescence management, and future technology integration. Without such a plan, the Coast Guard risks operational disruptions or costly emergency procurements.

How does the performance of Tatitlek Federal Services LLC on this contract compare to their past performance on similar systems?

Evaluating Tatitlek's past performance is crucial for assessing the effectiveness of this award. Consistent positive performance on similar mission-critical communication systems would indicate a lower risk of delivery issues or cost overruns. Conversely, any past performance concerns would warrant closer monitoring of this contract's execution.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70Z04425RCMPL2502

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 561 E 36TH AVE, ANCHORAGE, AK, 99503

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Government, Native American Tribal Government, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $12,498,013

Exercised Options: $4,779,660

Current Obligation: $2,560,509

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70Z04424DBOD60007

IDV Type: IDC

Timeline

Start Date: 2025-03-20

Current End Date: 2027-03-21

Potential End Date: 2030-03-21 00:00:00

Last Modified: 2026-03-25

More Contracts from Tatitlek Federal Services LLC

View all Tatitlek Federal Services LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending