DoD awards $121M for Agile Communications Packages to Iron Bow Technologies, LLC

Contract Overview

Contract Amount: $121,076,546 ($121.1M)

Contractor: Iron BOW Technologies, LLC

Awarding Agency: Department of Defense

Start Date: 2022-12-20

End Date: 2026-09-30

Contract Duration: 1,380 days

Daily Burn Rate: $87.7K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: THEATER DEPLOYABLE COMMUNICATIONS- AGILE COMMUNICATIONS PACKAGE

Place of Performance

Location: HERNDON, FAIRFAX County, VIRGINIA, 20171

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $121.1 million to IRON BOW TECHNOLOGIES, LLC for work described as: THEATER DEPLOYABLE COMMUNICATIONS- AGILE COMMUNICATIONS PACKAGE Key points: 1. Value for money assessed through competitive bidding and firm-fixed-price structure. 2. Strong competition indicated by six bidders, suggesting potential for favorable pricing. 3. Risk indicators include contract duration and potential for scope creep in agile development. 4. Performance context relies on successful delivery of complex communication systems. 5. Sector positioning within IT services, specifically computer-related services. 6. Contract type is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract.

Value Assessment

Rating: good

The contract's firm-fixed-price structure provides cost certainty. Benchmarking against similar agile communications packages is challenging without more granular data on specific deliverables. However, the presence of six bidders suggests a competitive environment that likely drove pricing towards market rates. The total value of over $121 million over nearly four years indicates a significant investment, and ongoing monitoring of performance and cost will be crucial to ensure continued value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, with six distinct bidders vying for the opportunity. This level of competition is generally positive, as it allows the government to solicit a wide range of proposals and select the most advantageous offer. The presence of multiple bidders typically leads to more competitive pricing and encourages innovation among contractors seeking to win the award.

Taxpayer Impact: The robust competition for this contract suggests that taxpayers are likely benefiting from a fair market price, as multiple companies competed to offer their best terms and pricing.

Public Impact

Benefits Department of Defense personnel by providing essential communication capabilities. Delivers agile communication packages crucial for operational readiness and flexibility. Geographic impact is global, supporting deployed forces wherever they operate. Workforce implications include specialized IT and communications roles for the contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology sector, specifically focusing on 'Other Computer Related Services'. The market for agile communication solutions is dynamic, driven by the need for flexible and rapidly deployable systems in defense and other government operations. Comparable spending benchmarks are difficult to establish without knowing the precise technical specifications, but the overall IT services market for the federal government is substantial, with significant portions allocated to software development, network infrastructure, and communication systems.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses, and the prime contractor, Iron Bow Technologies, LLC, is not listed as a small business. Therefore, there are no direct small business set-aside benefits associated with this prime award. However, the prime contractor may engage small businesses for subcontracting opportunities to fulfill specific aspects of the contract, contributing indirectly to the small business ecosystem.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of the Air Force, with specific program managers responsible for monitoring performance, adherence to schedule, and cost control. The firm-fixed-price nature of the contract provides a degree of cost accountability. Transparency is facilitated through contract award databases, and any significant issues or disputes would likely fall under the purview of relevant Inspector General offices within the DoD.

Related Government Programs

Risk Flags

Tags

it, defense, department-of-defense, department-of-the-air-force, full-and-open-competition, delivery-order, firm-fixed-price, large-contract, communications-systems, agile-development, virginia, other-computer-related-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $121.1 million to IRON BOW TECHNOLOGIES, LLC. THEATER DEPLOYABLE COMMUNICATIONS- AGILE COMMUNICATIONS PACKAGE

Who is the contractor on this award?

The obligated recipient is IRON BOW TECHNOLOGIES, 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 $121.1 million.

What is the period of performance?

Start: 2022-12-20. End: 2026-09-30.

What is the track record of Iron Bow Technologies, LLC in delivering similar agile communication systems for the Department of Defense?

Iron Bow Technologies, LLC has a significant history of contracting with the U.S. federal government, particularly within the Department of Defense and Department of Veterans Affairs. They specialize in IT solutions, including network infrastructure, cybersecurity, and communication systems. While specific details on past 'agile communication package' contracts of this exact nature are not provided in the summary data, their extensive experience with large-scale IT deployments and managed services suggests a capacity to handle complex projects. Performance reviews and past performance information from previous contracts would be crucial for a comprehensive assessment of their track record in delivering similar systems. Their financial stability and ability to scale resources are also key factors in evaluating their suitability for a contract of this magnitude.

How does the awarded price of $121 million compare to similar agile communication system contracts awarded by the DoD in the past two years?

Directly comparing the $121 million award to similar 'agile communication package' contracts is challenging without more granular data on the specific scope, technical requirements, and duration of those other contracts. However, the federal procurement landscape shows significant investment in IT and communication systems for defense. Contracts for large-scale network modernization, tactical communications, and enterprise IT services often run into tens or hundreds of millions of dollars. The fact that this contract was awarded under full and open competition with six bidders suggests the price was deemed competitive within the market for such services. Benchmarking would ideally involve analyzing contracts with similar service level agreements, technology stacks, and deployment complexities, which are not fully detailed here.

What are the primary risk indicators associated with this specific contract, and how are they being mitigated?

The primary risk indicators for this contract include the long duration (nearly four years), the inherent complexities of agile development which can lead to scope creep if not managed meticulously, and the potential for performance issues with a critical communication system. Mitigation strategies likely involve robust contract management by the Department of the Air Force, including clear definition and control of requirements, regular performance reviews, and milestone tracking. The firm-fixed-price structure inherently shifts some cost risk to the contractor. Furthermore, the competitive award process suggests a selection of a contractor deemed capable of managing these risks. Continuous monitoring and proactive issue resolution by the contracting officer's representative (COR) are essential.

What is the expected impact of these agile communication packages on the Department of Defense's operational effectiveness and readiness?

The successful implementation of these agile communication packages is expected to significantly enhance the Department of Defense's operational effectiveness and readiness. Agile systems are designed for flexibility and rapid adaptation, allowing military units to quickly establish and modify communication networks in diverse and evolving operational environments. This can improve command and control, facilitate real-time data sharing, and enhance situational awareness for deployed forces. By providing robust and adaptable communication capabilities, these packages aim to ensure that military personnel can maintain connectivity and coordinate operations efficiently, regardless of location or mission complexity, thereby directly supporting mission success and overall force readiness.

How has historical spending on similar communication systems evolved, and does this contract represent a significant shift or continuation?

Historical spending on Department of Defense communication systems has consistently been substantial, reflecting the critical nature of secure and reliable connectivity for global operations. There has been a discernible trend towards more agile, software-defined, and cloud-enabled communication solutions over the past decade, moving away from rigid, hardware-centric architectures. This contract, focusing on 'agile communication packages,' aligns with this evolutionary trend. It represents a continuation of investment in modernizing communication infrastructure to meet the demands of contemporary warfare and operations, rather than a radical departure. The specific value of $121 million is significant but falls within the range of major IT procurements for the DoD, indicating sustained investment in advanced communication capabilities.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: IT AND TELECOM - NETWORK

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2121 COOPERATIVE WAY STE 500, HERNDON, VA, 20171

Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $184,126,169

Exercised Options: $135,495,671

Current Obligation: $121,076,546

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SC41B

IDV Type: GWAC

Timeline

Start Date: 2022-12-20

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2025-09-25

More Contracts from Iron BOW Technologies, LLC

View all Iron BOW Technologies, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending