SOCOM C5ISR Support Task Order: $48.2M Awarded to HII Mission Technologies Corp
Contract Overview
Contract Amount: $48,243,447 ($48.2M)
Contractor: HII Mission Technologies Corp
Awarding Agency: General Services Administration
Start Date: 2017-09-28
End Date: 2020-09-28
Contract Duration: 1,096 days
Daily Burn Rate: $44.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: COST PLUS AWARD FEE
Sector: R&D
Official Description: IGF::OT::IGF THIS TASK ORDER PROVIDES C5ISR PROFESSIONAL SUPPORT TO THE US SOCOM.
Place of Performance
Location: FORT BRAGG, CUMBERLAND County, NORTH CAROLINA, 28307
Plain-Language Summary
General Services Administration obligated $48.2 million to HII MISSION TECHNOLOGIES CORP for work described as: IGF::OT::IGF THIS TASK ORDER PROVIDES C5ISR PROFESSIONAL SUPPORT TO THE US SOCOM. Key points: 1. The task order focuses on C5ISR professional support for US SOCOM. 2. HII Mission Technologies Corp. secured the contract. 3. The contract was awarded under full and open competition after exclusion of sources. 4. The sector is Research and Development in Physical, Engineering, and Life Sciences. 5. This is a Delivery Order under an existing contract.
Value Assessment
Rating: good
The contract type is Cost Plus Award Fee, which allows for performance incentives. The total award value is $48.2M over 1096 days. Benchmarking against similar R&D support contracts would provide further insight into value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition after exclusion of sources, indicating a competitive bidding process. This method generally promotes price discovery and potentially better pricing.
Taxpayer Impact: The competitive award process suggests taxpayers likely received fair value for the C5ISR support services provided.
Public Impact
Enhances critical C5ISR capabilities for US Special Operations Command. Supports advanced research and development in a key technological area. Ensures specialized professional services are available to a vital military command. The duration of the order (1096 days) indicates a significant, long-term need.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Award Fee contracts can sometimes lead to higher costs if not managed carefully.
- The 'exclusion of sources' clause warrants review to ensure it was justified and didn't unduly limit competition.
Positive Signals
- Awarded under full and open competition.
- Supports a critical national security function (SOCOM C5ISR).
- Long-term delivery order suggests sustained need and potential for stable support.
Sector Analysis
This contract falls under the Research and Development in Physical, Engineering, and Life Sciences sector, specifically supporting C5ISR capabilities. Spending in this area is crucial for maintaining technological superiority in defense.
Small Business Impact
The data indicates this contract was not awarded to small businesses (ss: false, sb: false). Further analysis would be needed to determine if small business participation was sought or subcontracted.
Oversight & Accountability
The award was managed by the General Services Administration (GSA) Federal Acquisition Service, suggesting established oversight processes. The Cost Plus Award Fee structure requires diligent monitoring of performance and costs.
Related Government Programs
- Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Potential for cost overruns with CPAF contract type.
- Need to verify justification for 'exclusion of sources'.
- No small business participation indicated.
- Contract duration is significant, requiring ongoing oversight.
Tags
research-and-development-in-the-physical, general-services-administration, nc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $48.2 million to HII MISSION TECHNOLOGIES CORP. IGF::OT::IGF THIS TASK ORDER PROVIDES C5ISR PROFESSIONAL SUPPORT TO THE US SOCOM.
Who is the contractor on this award?
The obligated recipient is HII MISSION TECHNOLOGIES CORP.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $48.2 million.
What is the period of performance?
Start: 2017-09-28. End: 2020-09-28.
What specific C5ISR capabilities were enhanced by this task order, and how did they directly benefit US SOCOM operations?
This task order provided professional support crucial for the Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) functions of US SOCOM. The specific enhancements likely involved technical expertise, system integration, and operational analysis to improve intelligence gathering, situational awareness, and communication networks, directly bolstering SOCOM's ability to conduct complex special operations missions globally.
Given the Cost Plus Award Fee structure, what were the key performance metrics and award criteria used to determine HII Mission Technologies Corp.'s fee?
While the specific performance metrics are not detailed in the provided data, Cost Plus Award Fee (CPAF) contracts typically tie the award fee to the contractor's achievement of predefined objective and subjective performance goals. These often include factors like technical performance, schedule adherence, cost control, and overall customer satisfaction. The government would have established specific criteria related to the C5ISR support to evaluate HII's performance and determine the appropriate award fee.
How did the 'exclusion of sources' clause in the full and open competition impact the final price and overall value for the government?
The 'exclusion of sources' clause, when used within a full and open competition framework, typically means that while the competition was open, certain pre-existing conditions or specific requirements might have implicitly or explicitly limited the pool of eligible bidders. The impact on price and value depends heavily on the justification for this exclusion. If it was narrowly tailored to essential requirements, it might have ensured specialized expertise was available, potentially leading to better technical outcomes. However, if overly restrictive, it could have reduced competition, potentially leading to a higher price than a truly unrestricted competition.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
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: 1
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Parent Company: Huntington Ingalls Industries, Inc
Address: 6767 OLD MADISON PKE NW UNIT 670, HUNTSVILLE, AL, 35806
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business
Financial Breakdown
Contract Ceiling: $64,995,336
Exercised Options: $64,995,336
Current Obligation: $48,243,447
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS00Q14OADS412
IDV Type: IDC
Timeline
Start Date: 2017-09-28
Current End Date: 2020-09-28
Potential End Date: 2020-09-28 00:00:00
Last Modified: 2025-05-09
More Contracts from HII Mission Technologies Corp
- Task Order (TO) 47qfca18f0067 IS Hereby Awarded to Alion Science and Technology Corporation to Provide Contractor Support to the Joint Capability Embedded Technology Insertion and Integration (jcetii) Remote Sensing Center (RSC) Within the National Capital Region (NCR). the Period of Performance for This to Will BE September 28, 2018 Through September 27, 2023. the Total Value of the to Will BE $769,178,979 — $934.5M (General Services Administration)
- THE Purpose of This Contract Action IS to Transfer the Administration of This Order From GSA Region 1 to GSA Fedsim — $870.8M (General Services Administration)
- Award of Nite Task Order — $816.6M (Department of Defense)
- THE Purpose of This Action IS to Award a Task Order - Joint Network of Engineering and Emerging Operations (jneeo) — $723.3M (General Services Administration)
- Services 01 JAN 09 to 31 DEC 09 — $684.9M (Department of Defense)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)