DoD awards $20.2M for Army and Joint Commands' voice, video, and security software support

Contract Overview

Contract Amount: $20,206,856 ($20.2M)

Contractor: World Wide Technology LLC

Awarding Agency: Department of Defense

Start Date: 2025-07-29

End Date: 2026-04-23

Contract Duration: 268 days

Daily Burn Rate: $75.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: THIS REQUIREMENT IS FOR SOFTWARE SUPPORT SERVICES OF VOICE VIDEO AND SECURITY SOFTWARE SUBSCRIPTIONS FOR THE U.S. ARMY AND THE JOINT COMMANDS FOR WHICH THE ARMY IS THE DESIGNATED EXECUTIVE AGENT.

Place of Performance

Location: SAINT LOUIS, SAINT LOUIS County, MISSOURI, 63146

State: Missouri Government Spending

Plain-Language Summary

Department of Defense obligated $20.2 million to WORLD WIDE TECHNOLOGY LLC for work described as: THIS REQUIREMENT IS FOR SOFTWARE SUPPORT SERVICES OF VOICE VIDEO AND SECURITY SOFTWARE SUBSCRIPTIONS FOR THE U.S. ARMY AND THE JOINT COMMANDS FOR WHICH THE ARMY IS THE DESIGNATED EXECUTIVE AGENT. Key points: 1. Contract focuses on essential communication and security software subscriptions. 2. World Wide Technology LLC is the primary contractor. 3. The contract duration is approximately 268 days. 4. This is a delivery order under a larger contract vehicle. 5. The contract type is Firm Fixed Price, indicating predictable costs. 6. Services are required globally for the U.S. Army and Joint Commands.

Value Assessment

Rating: good

The total award amount of $20.2 million for approximately 9 months of software support appears reasonable given the scope of services for the U.S. Army and Joint Commands. Benchmarking against similar global IT support contracts for large military organizations suggests this pricing is within expected ranges. The Firm Fixed Price structure helps manage cost certainty for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The presence of two bidders suggests a competitive environment, which generally leads to better pricing and value for the government. The specific details of the bidding process and the number of proposals received would provide further insight into the intensity of the competition.

Taxpayer Impact: Full and open competition ensures that taxpayers benefit from a competitive marketplace, driving down costs and encouraging innovation among potential offerors.

Public Impact

Provides critical voice, video, and security software support to U.S. Army personnel and Joint Commands worldwide. Ensures operational continuity and secure communication channels for military operations. Supports the technological infrastructure necessary for national defense and joint military exercises. Benefits military personnel by providing reliable and secure communication tools.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Positive Signals

Sector Analysis

This contract falls within the broader IT services sector, specifically focusing on software support and maintenance for critical communication and security systems. The market for such specialized government IT services is substantial, with significant spending allocated annually to ensure the operational readiness of defense and intelligence agencies. This contract represents a portion of the Department of Defense's overall investment in maintaining its complex software infrastructure.

Small Business Impact

Information regarding small business participation, including set-asides or subcontracting plans, was not explicitly provided in the data. Typically, large IT contracts may include provisions for small business involvement, but without specific details, it's difficult to assess the direct impact on the small business ecosystem for this particular award.

Oversight & Accountability

As a delivery order under a larger contract vehicle, oversight is likely managed through the terms of the base contract and the specific terms of this order. The Department of the Army's contracting officers are responsible for monitoring performance and ensuring compliance. Transparency is generally maintained through contract award databases, though detailed performance metrics are often internal.

Related Government Programs

Risk Flags

Tags

it-services, software-support, voice-video-security, department-of-defense, us-army, joint-commands, firm-fixed-price, full-and-open-competition, delivery-order, worldwide, computer-related-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $20.2 million to WORLD WIDE TECHNOLOGY LLC. THIS REQUIREMENT IS FOR SOFTWARE SUPPORT SERVICES OF VOICE VIDEO AND SECURITY SOFTWARE SUBSCRIPTIONS FOR THE U.S. ARMY AND THE JOINT COMMANDS FOR WHICH THE ARMY IS THE DESIGNATED EXECUTIVE AGENT.

Who is the contractor on this award?

The obligated recipient is WORLD WIDE TECHNOLOGY LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $20.2 million.

What is the period of performance?

Start: 2025-07-29. End: 2026-04-23.

What is World Wide Technology LLC's past performance record with the Department of Defense for similar software support services?

World Wide Technology LLC (WWT) has a significant history of contracting with the Department of Defense (DoD) and other federal agencies, often in areas related to IT infrastructure, cybersecurity, and software solutions. While specific performance details for this exact type of voice, video, and security software support are not detailed in the provided data, WWT's extensive experience suggests a substantial track record. Government contract databases and past performance reviews would offer more granular insights into their success rates, any past issues, and client satisfaction levels on comparable projects. Their ability to secure this delivery order under full and open competition implies a satisfactory past performance evaluation by the Army.

How does the $20.2 million award compare to previous spending on similar voice, video, and security software support for the Army and Joint Commands?

The provided data indicates this is a delivery order with an award amount of $20,206,855.87, covering a period from July 29, 2025, to April 23, 2026 (approximately 9 months). To compare this to previous spending, one would need to analyze historical contract data for similar software support services for the U.S. Army and Joint Commands. Factors such as the specific software suites covered, the number of users or installations, and the duration of previous contracts are crucial for a meaningful comparison. Without access to historical spending patterns for these exact services, it's challenging to definitively state if this award represents an increase, decrease, or stable level of investment. However, the duration and scope suggest it's a significant, albeit short-term, commitment.

What are the primary risks associated with this contract, and how are they being mitigated?

Primary risks for this contract include potential vendor performance issues (e.g., delays in support, inadequate technical expertise), cybersecurity vulnerabilities related to the software, and the risk of cost overruns if the Firm Fixed Price (FFP) model is not strictly adhered to or if scope creep occurs. Mitigation strategies likely involve robust oversight by the Army contracting officers, clear performance metrics and Service Level Agreements (SLAs) within the contract, regular security audits of the supported software, and strong change control processes to manage any scope adjustments. The FFP structure itself mitigates cost overrun risk by fixing the price upfront, but requires careful management to prevent scope creep.

What is the expected effectiveness of these software support services in enhancing the Army and Joint Commands' operational capabilities?

The effectiveness of these software support services is expected to be high, as they directly address critical communication and security needs. Reliable voice and video capabilities are fundamental for command and control, coordination during operations, and maintaining situational awareness. Robust security software support is essential for protecting sensitive information and networks from cyber threats, which are a constant concern for military operations. By ensuring these systems are operational, patched, and secure, the contract directly contributes to the readiness and effectiveness of the U.S. Army and Joint Commands, enabling seamless and secure information flow vital for mission success.

Are there any specific performance metrics or Key Performance Indicators (KPIs) tied to this contract to measure success?

While the specific Key Performance Indicators (KPIs) for this delivery order are not detailed in the provided summary data, contracts of this nature typically include stringent performance metrics. These often revolve around Service Level Agreements (SLAs) for response times to support requests, resolution times for issues, system uptime percentages, and adherence to security protocols. For voice and video services, metrics might include call clarity, connection stability, and latency. For security software, KPIs could relate to the effectiveness of threat detection and prevention, and the speed of applying security patches. The contracting officer's representative (COR) would be responsible for monitoring these KPIs.

Industry Classification

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

Product/Service Code: IT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1 WORLD WIDE WAY, SAINT LOUIS, MO, 63146

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

Financial Breakdown

Contract Ceiling: $20,967,824

Exercised Options: $20,967,824

Current Obligation: $20,206,856

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SC55B

IDV Type: GWAC

Timeline

Start Date: 2025-07-29

Current End Date: 2026-04-23

Potential End Date: 2026-04-23 00:00:00

Last Modified: 2025-12-09

More Contracts from World Wide Technology LLC

View all World Wide Technology LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending