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

State: North Carolina Government Spending

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

Positive Signals

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

Risk Flags

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 ServicesScientific Research and Development ServicesResearch 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

View all HII Mission Technologies Corp federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending