DoD's $16.4M ISR Advisory Contract Awarded to Credence Dynamo Solutions LLC

Contract Overview

Contract Amount: $16,440,025 ($16.4M)

Contractor: Credence Dynamo Solutions LLC

Awarding Agency: Department of Defense

Start Date: 2024-09-16

End Date: 2026-07-15

Contract Duration: 667 days

Daily Burn Rate: $24.6K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIXED PRICE LEVEL OF EFFORT

Sector: Defense

Official Description: 9TH AIR FORCE (AFCENT) A2 INTELLIGENCE, SURVEILLANCE AND RECONNAISSANCE ADVISORY AND ASSISTANCE SERVICES SUPPORT

Place of Performance

Location: SHAW AFB, SUMTER County, SOUTH CAROLINA, 29152

State: South Carolina Government Spending

Plain-Language Summary

Department of Defense obligated $16.4 million to CREDENCE DYNAMO SOLUTIONS LLC for work described as: 9TH AIR FORCE (AFCENT) A2 INTELLIGENCE, SURVEILLANCE AND RECONNAISSANCE ADVISORY AND ASSISTANCE SERVICES SUPPORT Key points: 1. Contract aims to bolster intelligence, surveillance, and reconnaissance capabilities for the 9th Air Force (AFCENT). 2. Awarded on a fixed-price level-of-effort basis, indicating a focus on defined tasks and outcomes. 3. The contract duration extends over 667 days, suggesting a medium-term support requirement. 4. The procurement method, 'Full and Open Competition After Exclusion of Sources,' warrants further examination for potential limitations. 5. Credence Dynamo Solutions LLC, the awardee, will provide critical advisory and assistance services. 6. The contract's value is substantial, reflecting the importance of ISR support in modern military operations. 7. The specific North American Industry Classification System (NAICS) code 541330 points to engineering services, suggesting a technical and analytical focus.

Value Assessment

Rating: fair

The contract value of approximately $16.4 million for a period of roughly 22 months appears to be within a reasonable range for specialized intelligence, surveillance, and reconnaissance (ISR) advisory and assistance services. Benchmarking against similar contracts for advisory support within the Department of Defense (DoD) would provide a clearer picture of value for money. The fixed-price level-of-effort structure suggests that the government is paying for the contractor's time and expertise to achieve specific objectives, rather than for a defined deliverable, which can sometimes lead to less cost certainty if not managed tightly. However, without detailed breakdowns of labor categories, hours, and rates, a precise value-for-money assessment is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This procurement method implies that while the competition was intended to be open, certain sources were excluded, potentially due to specific requirements or prior relationships. The number of bidders is not explicitly stated in the provided data, but the exclusion of sources suggests a potentially narrower competitive field than a truly unrestricted full and open competition. This could impact the level of price discovery and potentially lead to higher costs compared to a scenario with maximum bidder participation.

Taxpayer Impact: The exclusion of certain sources, even if justified by specific requirements, may limit the potential for the most competitive pricing, potentially resulting in less optimal value for taxpayers. A more broadly competed contract could have driven down costs through increased bidder engagement.

Public Impact

The primary beneficiaries are the 9th Air Force (AFCENT) intelligence units, receiving enhanced advisory and assistance support. Services delivered will focus on improving intelligence, surveillance, and reconnaissance operations and strategies. The geographic impact is primarily within the operational areas of AFCENT, which often includes the Middle East. Workforce implications include the potential for specialized personnel to support AFCENT's intelligence mission, possibly involving analysts, advisors, and technical experts.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Intelligence, Surveillance, and Reconnaissance (ISR) sector is a critical and growing component of national defense. This contract falls within the broader professional, scientific, and technical services industry, specifically focusing on defense-related advisory and assistance. The market for ISR support services is highly specialized, often involving contractors with deep technical expertise and security clearances. Spending in this area is driven by evolving geopolitical threats and the increasing reliance on data-driven intelligence for military operations. Comparable spending benchmarks would typically be found within other large DoD contracts for advisory, analysis, and technical support services related to intelligence gathering and processing.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (sb: false). Furthermore, there is no explicit mention of subcontracting requirements for small businesses within this award. This suggests that the primary focus was on securing specialized expertise from larger or more established firms capable of meeting the complex requirements of ISR advisory services. The impact on the small business ecosystem is likely minimal for this specific contract, as it does not appear to leverage small business capabilities through set-asides or mandated subcontracting.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of the Air Force, specifically within the 9th Air Force (AFCENT) structure. Accountability measures will be tied to the fixed-price level-of-effort terms, requiring the contractor to meet defined performance standards and deliverable timelines. Transparency is generally facilitated through contract award databases and reporting requirements, though specific details of performance and cost management may be less public. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, department-of-the-air-force, afcent, intelligence-surveillance-reconnaissance, advisory-and-assistance-services, fixed-price-level-of-effort, full-and-open-competition-after-exclusion-of-sources, engineering-services, credence-dynamo-solutions-llc, south-carolina, medium-contract-value

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $16.4 million to CREDENCE DYNAMO SOLUTIONS LLC. 9TH AIR FORCE (AFCENT) A2 INTELLIGENCE, SURVEILLANCE AND RECONNAISSANCE ADVISORY AND ASSISTANCE SERVICES SUPPORT

Who is the contractor on this award?

The obligated recipient is CREDENCE DYNAMO SOLUTIONS LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $16.4 million.

What is the period of performance?

Start: 2024-09-16. End: 2026-07-15.

What is the specific nature of the 'advisory and assistance services' provided under this contract, and how do they enhance AFCENT's ISR capabilities?

The 'advisory and assistance services' (A&AS) under this contract are designed to provide specialized expertise and support to the 9th Air Force (AFCENT) intelligence directorate, likely focusing on enhancing their Intelligence, Surveillance, and Reconnaissance (ISR) operations. This could encompass a range of activities such as strategic planning for ISR missions, analysis of collected intelligence data, development of new ISR tactics, techniques, and procedures (TTPs), technical advice on ISR platforms and systems, and support for training personnel. The goal is to augment the organic capabilities of AFCENT by bringing in external subject matter experts who can offer objective insights, innovative solutions, and specialized knowledge to improve the effectiveness and efficiency of their ISR efforts. This support is crucial in complex operational environments where timely and accurate intelligence is paramount for mission success.

How does the procurement method 'Full and Open Competition After Exclusion of Sources' compare to standard full and open competition, and what are the implications for cost?

Standard 'Full and Open Competition' aims to solicit offers from all responsible sources without restriction. In contrast, 'Full and Open Competition After Exclusion of Sources' implies that the competition was initially intended to be open, but specific sources were deliberately excluded. This exclusion could be based on various factors, such as the need for highly specialized knowledge possessed by only a few entities, prior performance on related critical tasks, or specific security requirements that limit the pool of eligible contractors. While it still involves competition among the remaining eligible sources, the exclusion inherently narrows the competitive landscape. This can potentially lead to less aggressive pricing compared to a scenario where all potential offerors could participate, as the remaining bidders may face less pressure to offer the lowest possible price to win.

What are the key performance indicators (KPIs) or metrics used to evaluate the success of Credence Dynamo Solutions LLC's performance under this contract?

While the specific Key Performance Indicators (KPIs) for this contract are not detailed in the provided summary data, typical metrics for Advisory and Assistance Services (A&AS) in the defense sector often revolve around the quality and timeliness of advice provided, the effectiveness of recommendations implemented, and the contractor's ability to meet defined objectives within the scope of work. For ISR support, KPIs might include the accuracy and relevance of analytical products, the successful integration of new ISR strategies, the efficiency of support provided to operational planning, and adherence to project milestones. The fixed-price level-of-effort structure suggests that performance will be evaluated against the successful completion of tasks and the achievement of agreed-upon effort levels, rather than specific deliverable outputs, necessitating close monitoring of contractor activities and their impact on AFCENT's ISR mission.

Can we compare the per-unit cost or hourly rates for this contract to similar ISR advisory contracts awarded by the Air Force or DoD?

A direct comparison of per-unit costs or hourly rates for this contract to similar ISR advisory contracts is challenging without access to the detailed pricing structure, including labor categories, hours, and specific rates proposed by Credence Dynamo Solutions LLC. The provided data only offers the total contract value ($16.4 million) and the contract type (Fixed Price Level of Effort). Benchmarking would require analyzing publicly available contract awards for comparable A&AS services within the DoD or Air Force, focusing on contracts with similar scope, duration, and complexity. Factors such as the level of security clearance required, the specific technical expertise needed, and the geographic location of performance can significantly influence pricing. Without this granular data, any comparison would be speculative.

What is Credence Dynamo Solutions LLC's track record with the Department of Defense, particularly in providing ISR or related advisory services?

Credence Dynamo Solutions LLC has a history of contracting with the Department of Defense (DoD), as indicated by this award. To assess their track record specifically in ISR or related advisory services, a deeper dive into their past performance on federal contracts would be necessary. This would involve reviewing contract databases (like SAM.gov or FPDS) for previous awards to Credence Dynamo Solutions LLC, examining contract types, values, and agencies served. Information on past performance evaluations, if publicly accessible, would provide insights into their reliability, quality of service, and ability to meet contractual obligations. Their success in securing this significant contract suggests a positive past performance record relevant to the DoD's needs, but a comprehensive review is needed for a full understanding.

What are the potential risks associated with this contract, and what mitigation strategies are likely in place?

Potential risks associated with this contract include the possibility of scope creep if the 'level of effort' is not strictly managed, potential cost overruns if contractor efficiency is low, and the risk that the provided advisory services may not fully translate into measurable improvements in AFCENT's ISR capabilities. Another risk stems from the 'Exclusion of Sources' procurement method, which could limit the competitive pressure on pricing. Mitigation strategies likely involve robust contract management by the Air Force, including regular performance reviews, clear communication channels, and strict adherence to the defined scope of work. The fixed-price nature, even with a level-of-effort component, provides some cost control. Furthermore, the government typically includes clauses for performance standards and remedies for non-performance.

Industry Classification

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

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

Pricing Type: FIXED PRICE LEVEL OF EFFORT (B)

Evaluated Preference: NONE

Contractor Details

Address: 1951 KIDWELL DR STE 550, VIENNA, VA, 22182

Business Categories: Category Business, Minority Owned Business, Partnership or Limited Liability Partnership, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $56,675,791

Exercised Options: $16,641,095

Current Obligation: $16,440,025

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QRAD20D1042

IDV Type: IDC

Timeline

Start Date: 2024-09-16

Current End Date: 2026-07-15

Potential End Date: 2030-01-15 00:00:00

Last Modified: 2025-09-30

More Contracts from Credence Dynamo Solutions LLC

View all Credence Dynamo Solutions LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending