NIWC Atlantic awards $20.5M contract to Cambridge International Systems for C4ISR/IT support

Contract Overview

Contract Amount: $20,482,355 ($20.5M)

Contractor: Cambridge International Systems Inc.

Awarding Agency: Department of Defense

Start Date: 2022-08-31

End Date: 2024-12-31

Contract Duration: 853 days

Daily Burn Rate: $24.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: COST NO FEE

Sector: IT

Official Description: NIWC ATLANTICS C AND OC DIVISION REQUIRES SUPPORT IN UPDATING THE COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS, INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE C4ISR AND IT C4ISR-IT CAPABILITIES AT BOTH THE WADS AND EADS AGILE OPERATIONS CENTERS.

Place of Performance

Location: ARLINGTON, ARLINGTON County, VIRGINIA, 22201

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $20.5 million to CAMBRIDGE INTERNATIONAL SYSTEMS INC. for work described as: NIWC ATLANTICS C AND OC DIVISION REQUIRES SUPPORT IN UPDATING THE COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS, INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE C4ISR AND IT C4ISR-IT CAPABILITIES AT BOTH THE WADS AND EADS AGILE OPERATIONS CENTERS. Key points: 1. Contract focuses on updating critical Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) and IT capabilities. 2. Support is required for both WADS and EADS Agile Operations Centers, indicating a broad operational scope. 3. The contract type, 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES', suggests a competitive process with specific justifications. 4. The duration of 853 days points to a significant, long-term need for these services. 5. The award to Cambridge International Systems Inc. represents a substantial investment in maintaining advanced military communication and IT infrastructure.

Value Assessment

Rating: good

The contract value of $20.5 million over approximately 28 months appears reasonable for specialized C4ISR and IT support services. Benchmarking against similar contracts for advanced systems integration and maintenance is necessary for a definitive value assessment. However, the scope of updating critical operational centers suggests a significant undertaking, and the pricing structure (COST NO FEE) will be a key factor in evaluating overall value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. This indicates that while a full and open competition was initially considered, specific circumstances led to the exclusion of certain sources before the final award. Further details on the justification for exclusion would be needed to fully understand the competitive landscape and its impact on price discovery.

Taxpayer Impact: This procurement method, while competitive, may limit the range of potential bidders, potentially impacting the most aggressive pricing achievable for taxpayers.

Public Impact

Naval forces operating with updated C4ISR and IT capabilities will benefit from enhanced situational awareness and operational effectiveness. Services delivered will directly support the readiness and modernization of critical command and control infrastructure. The primary geographic impact is within the operational areas served by the WADS and EADS Agile Operations Centers. The contract supports specialized technical roles, potentially impacting the workforce in cybersecurity, network engineering, and systems integration.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader Information Technology and Defense sectors, specifically focusing on C4ISR systems. The market for C4ISR and IT support services for the Department of Defense is substantial, driven by the continuous need for technological advancement and modernization. Comparable spending benchmarks would involve analyzing other contracts for similar system integration, maintenance, and upgrade services within the Navy and other branches.

Small Business Impact

The provided data indicates that small business participation (sb: false) was not a primary set-aside consideration for this specific contract. There is no explicit mention of subcontracting goals for small businesses. Therefore, the direct impact on the small business ecosystem for this particular award appears limited, though larger prime contractors often engage small businesses in their supply chains.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the Naval Information Warfare Systems Command (NIWC) and the relevant contracting officer at the Department of the Navy. Accountability measures would be defined in the contract's terms and conditions, including performance standards and reporting requirements. Transparency is generally facilitated through contract award databases, though specific details of the 'exclusion of sources' justification may be less publicly accessible.

Related Government Programs

Risk Flags

Tags

it, defense, c4isr, command-and-control, naval-operations, systems-integration, it-support, wireless-communications, virginia, department-of-the-navy, full-and-open-competition-after-exclusion-of-sources, cost-no-fee

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $20.5 million to CAMBRIDGE INTERNATIONAL SYSTEMS INC.. NIWC ATLANTICS C AND OC DIVISION REQUIRES SUPPORT IN UPDATING THE COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS, INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE C4ISR AND IT C4ISR-IT CAPABILITIES AT BOTH THE WADS AND EADS AGILE OPERATIONS CENTERS.

Who is the contractor on this award?

The obligated recipient is CAMBRIDGE INTERNATIONAL SYSTEMS INC..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $20.5 million.

What is the period of performance?

Start: 2022-08-31. End: 2024-12-31.

What is the specific justification for excluding certain sources in this 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award?

The justification for excluding sources in a 'Full and Open Competition After Exclusion of Sources' award typically stems from specific technical requirements, unique capabilities possessed by the selected contractor, or urgent needs that preclude a broader competition. For this NIWC Atlantic contract, the exclusion might be related to highly specialized C4ISR/IT knowledge specific to the WADS and EADS Agile Operations Centers, proprietary technologies, or a need to maintain continuity with existing systems where only certain vendors have the requisite expertise. Without the specific documentation justifying the exclusion, it's difficult to ascertain the precise reasons. However, such justifications are usually reviewed by contracting officers to ensure they are valid and serve the government's best interest, aiming to balance competition with the need for specialized or urgent support.

How does the 'COST NO FEE' (CNF) contract type impact the government's ability to control costs and ensure value for money?

A 'Cost No Fee' (CNF) contract type means the government reimburses the contractor for allowable costs incurred but does not pay any profit or fee. This structure is typically used when the scope of work is not well-defined, or when the government wants to incentivize the contractor to perform the work efficiently without the added complexity of negotiating profit margins. For the government, the primary benefit is the absence of profit, potentially lowering the overall cost. However, the risk shifts to the government, as the contractor has less financial incentive to control costs since their profit isn't tied to efficiency. Effective oversight, stringent cost accounting standards, and clear performance metrics are crucial to ensure value for money under a CNF contract. The government must diligently monitor expenditures to prevent cost overruns and ensure the work is performed to the required standards.

What are the potential risks associated with relying on a single contractor for critical C4ISR/IT updates over an extended period?

Relying on a single contractor for critical C4ISR/IT updates over an extended period (853 days in this case) presents several risks. Firstly, there's a 'vendor lock-in' risk, where the government becomes heavily dependent on the contractor's proprietary systems, knowledge, and personnel, making it difficult and costly to switch providers later. Secondly, reduced competition can lead to complacency, potentially resulting in less innovation, slower response times, or a decline in service quality over time, as the contractor faces less pressure to perform optimally. Thirdly, key personnel turnover within the contractor's organization could disrupt operations or lead to a loss of institutional knowledge. Finally, if the contractor experiences financial difficulties or strategic shifts, it could jeopardize the continuity of essential services. Mitigating these risks often involves robust contract management, clear performance expectations, regular reviews, and potentially building in mechanisms for knowledge transfer.

Can the 'Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing' (NAICS 334220) classification be reconciled with C4ISR/IT support services?

While NAICS code 334220, 'Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing,' primarily denotes the production of physical equipment, it can be reconciled with C4ISR/IT support services in several ways. Companies in this manufacturing sector often possess deep expertise in the underlying technologies, protocols, and infrastructure that enable wireless communications and broadcasting. This expertise is directly transferable to the support, integration, maintenance, and modernization of C4ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) systems, which heavily rely on advanced wireless and communication technologies. Cambridge International Systems Inc., as the contractor, likely leverages its understanding of communication hardware and networks to provide the necessary IT and C4ISR capabilities, including software integration, system upgrades, and operational support, even if their primary classification relates to equipment manufacturing.

What is the historical spending pattern for NIWC Atlantic for similar C4ISR/IT support contracts?

Analyzing historical spending patterns for NIWC Atlantic for similar C4ISR/IT support contracts is crucial for context. While specific historical data for this exact contract is not provided, NIWC Atlantic, as a major command within the Naval Information Warfare Systems Command (NIWC), consistently awards significant contracts for C4ISR, IT, and cybersecurity services. These contracts often range from millions to hundreds of millions of dollars annually, reflecting the Navy's continuous investment in maintaining and upgrading its complex communication and information systems. Spending trends typically show an increasing emphasis on cybersecurity, cloud integration, data analytics, and AI-driven capabilities within C4ISR. Understanding the volume, value, and types of previous awards can help benchmark the current $20.5 million contract against the command's typical procurement activities and identify any significant deviations or emerging trends.

Industry Classification

NAICS: ManufacturingCommunications Equipment ManufacturingRadio and Television Broadcasting and Wireless Communications Equipment Manufacturing

Product/Service Code: COMM/DETECT/COHERENT RADIATION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: N6523622R3026

Offers Received: 1

Pricing Type: COST NO FEE (S)

Evaluated Preference: NONE

Contractor Details

Address: 2300 CLARENDON BLVD STE 705, ARLINGTON, VA, 22201

Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business

Financial Breakdown

Contract Ceiling: $20,482,355

Exercised Options: $20,482,355

Current Obligation: $20,482,355

Actual Outlays: $1,472,917

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N6523618D3003

IDV Type: IDC

Timeline

Start Date: 2022-08-31

Current End Date: 2024-12-31

Potential End Date: 2024-12-31 00:00:00

Last Modified: 2024-12-05

More Contracts from Cambridge International Systems Inc.

View all Cambridge International Systems Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending