HHS awards $135K for Cellebrite forensic software, raising questions about value and competition
Contract Overview
Contract Amount: $134,836 ($134.8K)
Contractor: Redhawk IT Solutions, LLC
Awarding Agency: Department of Health and Human Services
Start Date: 2026-04-09
End Date: 2029-04-08
Contract Duration: 1,095 days
Daily Burn Rate: $123/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 9
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: CELLEBRITE INSEYETS MOBILE DEVICE DIGITAL FORENSIC EXTRACTION AND ANALYSIS LICENSES
Place of Performance
Location: SILVER SPRING, MONTGOMERY County, MARYLAND, 20993
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $134,835.73 to REDHAWK IT SOLUTIONS, LLC for work described as: CELLEBRITE INSEYETS MOBILE DEVICE DIGITAL FORENSIC EXTRACTION AND ANALYSIS LICENSES Key points: 1. The contract's value appears modest, but the per-unit cost of the forensic software needs careful benchmarking. 2. Competition was 'full and open after exclusion of sources,' suggesting a potentially limited but justified bidding process. 3. The duration of the contract (3 years) indicates a need for ongoing access to this specialized technology. 4. The Food and Drug Administration's reliance on this tool highlights its importance in regulatory and investigative functions. 5. The fixed-price contract type offers cost certainty for the government. 6. The small business status of the awardee, REDHAWK IT SOLUTIONS, LLC, is not specified, impacting subcontracting analysis.
Value Assessment
Rating: fair
The total award of $135,835.73 over three years for Cellebrite licenses appears to be a relatively small investment for a critical technology. However, without knowing the number of licenses or specific software modules procured, a direct value-for-money assessment is difficult. Benchmarking the per-unit cost against similar government or commercial procurements of Cellebrite's forensic tools would be essential to determine if the pricing is competitive. The fixed-price nature of the contract provides budget predictability, but the overall value hinges on the effectiveness and necessity of these specific licenses for the FDA's operations.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'full and open competition after exclusion of sources.' This solicitation method typically means that while the competition was open to all eligible sources, specific criteria or circumstances led to the exclusion of certain potential bidders or a narrowed field. The fact that there were 9 bidders suggests a reasonable level of interest, but the 'exclusion of sources' clause warrants further investigation to understand if it limited the competitive landscape unnecessarily. This could indicate a specialized requirement where only a few vendors could realistically meet the technical specifications.
Taxpayer Impact: While 9 bidders indicate some level of competition, the 'exclusion of sources' clause could mean taxpayers did not benefit from the broadest possible price discovery. Further analysis is needed to confirm if the final price reflects optimal value.
Public Impact
The Food and Drug Administration (FDA) is the primary beneficiary, gaining access to critical digital forensic tools. This contract supports the FDA's investigative and regulatory functions, potentially aiding in the enforcement of public health laws. The services delivered are licenses for mobile device digital forensic extraction and analysis software. The geographic impact is likely concentrated within the FDA's operational centers, primarily in Maryland where the contractor is located. Workforce implications include enabling FDA investigators and analysts to perform their duties more effectively.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'exclusion of sources' in the competition type requires scrutiny to ensure it did not unduly restrict competition and potentially inflate costs.
- Lack of detailed information on the specific Cellebrite modules and number of licenses makes it difficult to assess the true value and necessity of the procurement.
- The contract duration of three years, while providing continuity, means a significant commitment that should be regularly reviewed for continued relevance and cost-effectiveness.
Positive Signals
- The award to a single entity (REDHAWK IT SOLUTIONS, LLC) suggests a focused delivery mechanism.
- The firm fixed-price contract type provides cost certainty for the government, mitigating the risk of cost overruns.
- The existence of 9 bidders indicates a degree of market interest and potential for competitive pricing, despite the 'exclusion of sources' clause.
Sector Analysis
The market for digital forensic software is a specialized segment within the broader IT services sector. Companies like Cellebrite provide essential tools for law enforcement, intelligence agencies, and regulatory bodies to extract and analyze data from mobile devices. This contract fits within the 'Other Computer Related Services' NAICS code (541519). The market is characterized by high technical barriers to entry and a relatively small number of key players. Government spending in this area is driven by increasing data volumes and the need for sophisticated investigative capabilities.
Small Business Impact
Information regarding small business set-asides or subcontracting plans is not provided for this contract. The awardee, REDHAWK IT SOLUTIONS, LLC, is listed, but its size status (small or large business) is not specified in the provided data. If REDHAWK IT SOLUTIONS, LLC is a small business, this contract could contribute to their revenue and growth. If it is a large business, the absence of explicit subcontracting requirements means there may be limited direct benefit to the small business ecosystem through this specific award, unless subcontracting opportunities arise organically.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Health and Human Services' contracting and program management offices, with specific oversight likely managed by the Food and Drug Administration. Transparency is facilitated by contract databases like FPDS. Accountability measures are inherent in the firm fixed-price structure, requiring the contractor to deliver the specified licenses and support. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Digital Forensics Software Procurement
- Mobile Device Data Extraction Tools
- Law Enforcement Technology Contracts
- Regulatory Compliance Software
- IT Services for Federal Agencies
Risk Flags
- Competition Method Justification
- Per-Unit Cost Benchmarking
- Contractor Past Performance Review
- Alternative Solution Analysis
- Data Integrity and Security Protocols
Tags
it-services, digital-forensics, mobile-device-analysis, hhs, fda, firm-fixed-price, delivery-order, limited-competition, maryland, software-licenses, Cellebrite
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $134,835.73 to REDHAWK IT SOLUTIONS, LLC. CELLEBRITE INSEYETS MOBILE DEVICE DIGITAL FORENSIC EXTRACTION AND ANALYSIS LICENSES
Who is the contractor on this award?
The obligated recipient is REDHAWK IT SOLUTIONS, LLC.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Food and Drug Administration).
What is the total obligated amount?
The obligated amount is $134,835.73.
What is the period of performance?
Start: 2026-04-09. End: 2029-04-08.
What is the specific Cellebrite product or suite being licensed, and what is its typical market price per unit?
The provided data indicates the contract is for 'CELLEBRITE INSEYETS MOBILE DEVICE DIGITAL FORENSIC EXTRACTION AND ANALYSIS LICENSES.' However, the specific product name (e.g., UFED, Physical Analyzer, PA) and the exact number of licenses are not detailed. Cellebrite offers various software solutions with different pricing structures. For instance, licenses for their Physical Analyzer software can range from several thousand dollars upwards, depending on the features and support included. Without knowing the quantity and specific modules, benchmarking the $135,835.73 award against market rates is challenging. A detailed breakdown of the procured items would be necessary for a precise cost analysis.
How does the 'full and open competition after exclusion of sources' procurement method impact the potential for cost savings for taxpayers?
The 'full and open competition after exclusion of sources' method suggests that while the solicitation was broadly advertised, specific conditions or requirements led to the exclusion of certain potential bidders. This could be due to highly specialized technical requirements, unique security clearances, or geographic limitations. While 9 bidders participated, indicating some level of market interest, the exclusion clause raises a flag. If the exclusion was overly restrictive or not well-justified, it could limit the number of viable competitors, potentially leading to less aggressive pricing than under a truly unrestricted full and open competition. Taxpayers benefit most from broad competition, so understanding the rationale behind the exclusion is key to assessing the value achieved.
What is the track record of REDHAWK IT SOLUTIONS, LLC in providing similar digital forensic software or IT services to the federal government?
The provided data identifies REDHAWK IT SOLUTIONS, LLC as the awardee. To assess their track record, one would need to examine their past performance on federal contracts. This includes reviewing contract history for similar procurements, client feedback, and any reported performance issues or successes. A company with a strong history of delivering high-quality IT services and specialized software solutions, particularly in the sensitive area of digital forensics, would inspire more confidence. Conversely, a limited or problematic history might indicate higher performance risks for this contract. Further research into their contract database entries and past performance evaluations would be necessary.
What are the specific risks associated with relying on Cellebrite technology for FDA investigations, and are there alternative solutions?
Cellebrite technology is widely used and generally considered effective for mobile device forensics. However, risks can include the rapid evolution of mobile operating systems and encryption, which may require frequent software updates and could potentially leave gaps in extraction capabilities. There's also the risk of data integrity issues if the tools are not used correctly or if the software itself has bugs. Alternative solutions exist, such as those offered by MSAB (XRY) or Magnet Forensics, which provide similar capabilities. The FDA's choice of Cellebrite likely stems from specific technical requirements, established workflows, or prior investment in the platform. Assessing alternatives would involve comparing their effectiveness, cost, and compatibility with the FDA's existing infrastructure and investigative protocols.
How does this $135K contract compare to historical federal spending on digital forensic tools, particularly for agencies like the FDA?
This $135,835.73 contract is a relatively small award in the context of overall federal spending on IT and specialized software. Federal agencies, including law enforcement and regulatory bodies, often spend significantly more on digital forensic tools and services, sometimes in the millions of dollars annually, depending on the scale of their operations and the breadth of their needs. For instance, the FBI or DEA might have much larger contracts for similar technologies. The FDA's spending on such tools can fluctuate based on specific initiatives or caseloads. This particular award suggests a focused need, perhaps for a specific team, project, or a limited number of licenses, rather than a comprehensive agency-wide deployment.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 9
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2689 MAPLE RIDGE DR, WOODBRIDGE, VA, 22192
Business Categories: 8(a) Program Participant, Category Business, DoT Certified Disadvantaged Business Enterprise, Limited Liability Corporation, Minority Owned Business, Other Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $387,997
Exercised Options: $134,836
Current Obligation: $134,836
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD38B
IDV Type: GWAC
Timeline
Start Date: 2026-04-09
Current End Date: 2029-04-08
Potential End Date: 2029-04-08 00:00:00
Last Modified: 2026-04-02
More Contracts from Redhawk IT Solutions, LLC
- SAP Business Suite 4 SAP Hana (SAP S/4 Hana) Software License and Maintenance — $17.3M (Department of the Interior)
- Adobe Connect Meeting Integrated Virtual Learning Platform (ivlp) — $16.0M (Department of the Treasury)
- Adobe Creative Cloud Software Licenses, Maintenance, and Technical Support — $8.2M (Department of Veterans Affairs)
- SAP Biis-C — $8.1M (Department of Health and Human Services)
- Requirement IS to Update and Replace VA Visn 8 Biomedical Converged Virtualization Infrastructure (CVI) Hardware to Support Virtualization Workloads AT Approximately Eight Facilities in the Sunshine Healthcare Network — $7.1M (Department of Veterans Affairs)
Other Department of Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →