Navy & Marine Corps C5ISR Support Task Order Exceeds $30M, Awarded to The MIL Corporation

Contract Overview

Contract Amount: $30,510,425 ($30.5M)

Contractor: THE MIL Corporation

Awarding Agency: Department of Defense

Start Date: 2021-04-16

End Date: 2026-04-15

Contract Duration: 1,825 days

Daily Burn Rate: $16.7K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: COST PLUS FIXED FEE

Sector: IT

Official Description: THIS TASK ORDER (TO) WILL OBTAIN OVERALL NAVY AND MARINE CORPS SUPPORT ACROSS MULTIPLE C5ISR SYSTEM TYPES.

Place of Performance

Location: PATUXENT RIVER, SAINT MARYS County, MARYLAND, 20670

State: Maryland Government Spending

Plain-Language Summary

Department of Defense obligated $30.5 million to THE MIL CORPORATION for work described as: THIS TASK ORDER (TO) WILL OBTAIN OVERALL NAVY AND MARINE CORPS SUPPORT ACROSS MULTIPLE C5ISR SYSTEM TYPES. Key points: 1. Significant investment in C5ISR systems for Navy and Marine Corps. 2. The MIL Corporation secured a large contract for critical support. 3. Potential risks include system integration and long-term sustainment. 4. Engineering services sector sees substantial government spending.

Value Assessment

Rating: good

The contract value of $30.5M for engineering services appears reasonable given the scope of supporting multiple C5ISR systems across the Navy and Marine Corps over a five-year period. Benchmarking against similar large-scale defense support contracts would provide further context.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a robust price discovery process. This method typically leads to more competitive pricing for the government.

Taxpayer Impact: Taxpayers benefit from competitive bidding, which aims to secure the best value for the significant investment in essential defense systems.

Public Impact

Enhances critical C5ISR capabilities for national defense. Supports advanced technology integration and system sustainment. Impacts readiness and operational effectiveness of naval forces.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Engineering Services sector, which is a significant area of federal spending, particularly within the Department of Defense. Benchmarks for similar large-scale defense engineering support contracts would be useful for detailed comparison.

Small Business Impact

The data indicates this contract was not awarded to a small business (sb: false). There is no specific information provided regarding subcontracting opportunities for small businesses on this task order.

Oversight & Accountability

The task order is managed by the Department of the Navy, a component of the Department of Defense. Standard oversight mechanisms for defense contracts are expected to be in place, focusing on performance, cost control, and adherence to contract terms.

Related Government Programs

Risk Flags

Tags

engineering-services, department-of-defense, md, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $30.5 million to THE MIL CORPORATION. THIS TASK ORDER (TO) WILL OBTAIN OVERALL NAVY AND MARINE CORPS SUPPORT ACROSS MULTIPLE C5ISR SYSTEM TYPES.

Who is the contractor on this award?

The obligated recipient is THE MIL CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $30.5 million.

What is the period of performance?

Start: 2021-04-16. End: 2026-04-15.

What is the specific breakdown of C5ISR systems being supported under this task order, and how does this scope align with current defense priorities?

The task order broadly covers 'overall Navy and Marine Corps support across multiple C5ISR system types.' A detailed breakdown would clarify which specific systems (e.g., radar, communication, intelligence, surveillance, reconnaissance) are included. This information is crucial for assessing alignment with current defense modernization priorities and ensuring the investment directly addresses evolving threats and operational requirements.

What are the key performance indicators (KPIs) and metrics used to measure the success and effectiveness of The MIL Corporation's support services for these C5ISR systems?

Measuring the effectiveness of C5ISR support requires clearly defined KPIs. These could include system uptime, response times for technical issues, successful integration of upgrades, and adherence to security protocols. Robust metrics are essential for the Department of the Navy to track performance, ensure value for money, and hold the contractor accountable for delivering the required operational capabilities.

What risk mitigation strategies are in place to address potential cybersecurity vulnerabilities within the supported C5ISR systems, given their critical nature?

Given the critical nature of C5ISR systems, robust cybersecurity is paramount. Mitigation strategies should include stringent access controls, regular vulnerability assessments, timely patching, secure data handling protocols, and incident response plans. The contract likely mandates compliance with specific DoD cybersecurity standards to protect sensitive information and maintain system integrity against evolving threats.

Industry Classification

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

Product/Service Code: MODIFICATION OF EQUIPMENTMODIFICATION OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: N0042118R0053

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 4000 MITCHELLVILLE RD STE A210, BOWIE, MD, 20716

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $37,807,704

Exercised Options: $37,657,704

Current Obligation: $30,510,425

Actual Outlays: $2,547,562

Subaward Activity

Number of Subawards: 30

Total Subaward Amount: $2,926,809

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N0042121D0010

IDV Type: IDC

Timeline

Start Date: 2021-04-16

Current End Date: 2026-04-15

Potential End Date: 2026-04-15 00:00:00

Last Modified: 2025-12-23

More Contracts from THE MIL Corporation

View all THE MIL Corporation federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending