DoD awards $5.86M E911 Dispatch Services contract to Bobby Dodd Institute, Inc
Contract Overview
Contract Amount: $5,857,707 ($5.9M)
Contractor: Bobby Dodd Institute, Inc.
Awarding Agency: Department of Defense
Start Date: 2023-05-01
End Date: 2026-10-31
Contract Duration: 1,279 days
Daily Burn Rate: $4.6K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: E911 DISPATCH SERVICES
Place of Performance
Location: ATLANTA, FULTON County, GEORGIA, 30318
State: Georgia Government Spending
Plain-Language Summary
Department of Defense obligated $5.9 million to BOBBY DODD INSTITUTE, INC. for work described as: E911 DISPATCH SERVICES Key points: 1. Contract awarded on a sole-source basis, limiting price competition. 2. Firm Fixed Price contract type suggests predictable costs for the government. 3. Contract duration of over three years indicates a long-term need for these services. 4. The contract is for essential E911 dispatch services, critical for public safety. 5. The awardee, Bobby Dodd Institute, Inc., is a single entity for this service. 6. The contract value is relatively modest in the context of overall federal spending.
Value Assessment
Rating: fair
The contract value of approximately $5.86 million over 1279 days (roughly 3.5 years) for E911 dispatch services appears to be within a reasonable range for such specialized public safety functions. However, without specific benchmarks for per-call costs or comparable contracts for similar geographic areas, a precise value-for-money assessment is challenging. The firm fixed-price structure provides cost certainty, but the lack of competition may have prevented potential cost savings.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not openly competed. This significantly limits the opportunity for multiple vendors to bid, which typically drives down prices and encourages innovation. The rationale for a sole-source award would need to be justified by specific circumstances, such as the unique capabilities of the contractor or the absence of other qualified sources.
Taxpayer Impact: The lack of competition means taxpayers may not have received the most cost-effective solution, as there was no competitive pressure to lower bids.
Public Impact
The primary beneficiaries are military personnel and their families on bases served by these E911 dispatch services. The service ensures timely and effective emergency response coordination for 911 calls. The geographic impact is concentrated within the areas served by the Department of the Army bases where these services are deployed. The contract supports a specialized workforce within the Bobby Dodd Institute, Inc., focused on emergency communications.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potential cost savings for taxpayers.
- Lack of transparency in the justification for sole-source procurement.
- Performance metrics and quality assurance details are not publicly available for this contract.
- Potential for vendor lock-in due to the specialized nature of E911 services.
Positive Signals
- Ensures critical E911 dispatch services are maintained for military communities.
- Firm Fixed Price contract provides budget certainty for the Department of the Army.
- The awardee has a specific contract to fulfill essential public safety needs.
Sector Analysis
The emergency dispatch services sector is a critical component of public safety infrastructure, often involving specialized technology and trained personnel. Federal spending in this area supports national security and the well-being of military communities. While specific market size data for federal E911 dispatch services is not readily available, it is a niche but vital segment within the broader telecommunications and government services industry. Comparable contracts would likely be with other government agencies or large municipalities requiring similar 24/7 emergency communication capabilities.
Small Business Impact
This contract does not appear to involve a small business set-aside. As a sole-source award, it is unlikely that subcontracting opportunities for small businesses were a primary consideration in the procurement process, unless explicitly mandated by the contracting agency outside of a competitive set-aside framework.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Army's contracting and program management offices. Accountability measures would be defined in the contract terms and conditions, including performance standards and reporting requirements. Transparency is limited due to the sole-source nature of the award, with details on the justification for this procurement method not readily accessible.
Related Government Programs
- Emergency 911 Services
- Public Safety Communications
- Department of Defense Telecommunications
- Military Base Support Services
Risk Flags
- Sole-source award may limit cost savings.
- Lack of competitive bidding raises concerns about price discovery.
- Performance metrics and quality assurance details are not publicly available.
Tags
defense, department-of-the-army, e911-dispatch-services, definitive-contract, firm-fixed-price, sole-source, georgia, telecommunications-services, public-safety, emergency-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $5.9 million to BOBBY DODD INSTITUTE, INC.. E911 DISPATCH SERVICES
Who is the contractor on this award?
The obligated recipient is BOBBY DODD INSTITUTE, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $5.9 million.
What is the period of performance?
Start: 2023-05-01. End: 2026-10-31.
What is the specific justification for awarding this E911 dispatch services contract on a sole-source basis?
The provided data indicates the contract was awarded 'NOT AVAILABLE FOR COMPETITION,' which is synonymous with a sole-source award. The specific justification for this sole-source determination is not detailed in the provided information. Typically, sole-source awards are made when only one responsible source is available or capable of providing the required service, or in cases of urgent and compelling need where competition is not feasible. Without further documentation from the Department of the Army, the precise rationale remains unknown. This lack of competitive bidding raises questions about whether alternative providers were considered or if unique circumstances truly precluded a competitive process, potentially impacting cost-effectiveness for the taxpayer.
How does the cost per dispatch or per user for this contract compare to industry benchmarks or other government contracts?
Benchmarking the cost-effectiveness of this $5.86 million E911 dispatch services contract is challenging without more granular data. The contract value covers a period of 1279 days, serving an unspecified number of users or calls. To perform a robust comparison, we would need to know the average number of calls handled daily or monthly, the number of individuals or locations served, and the specific service level agreements. Industry benchmarks for E911 services can vary significantly based on technology used, geographic coverage, and the complexity of the dispatch operations. Comparing this contract's cost per unit (e.g., per call, per user, per day) against similar contracts awarded by other federal agencies, state governments, or large municipalities would provide a clearer picture of its value for money. The current data does not allow for such a detailed analysis.
What is the track record of Bobby Dodd Institute, Inc. in providing E911 dispatch services to the federal government?
Information regarding Bobby Dodd Institute, Inc.'s specific track record in providing E911 dispatch services to the federal government is not detailed in the provided contract data. While the award itself indicates they are a provider, the extent of their experience, past performance evaluations on similar contracts, and their history with the Department of Defense or other federal agencies are crucial for assessing reliability and capability. A deeper dive into federal procurement databases and past performance repositories would be necessary to ascertain their experience level, any performance issues encountered on previous contracts, and their overall suitability for this critical public safety function. Without this historical context, it is difficult to fully evaluate the risk associated with this sole-source award.
What are the potential risks associated with a sole-source award for essential E911 dispatch services?
Sole-source awards for essential services like E911 dispatch carry several inherent risks. Firstly, the lack of competition can lead to higher costs for taxpayers, as the contractor faces no pressure to offer the lowest possible price. Secondly, it can stifle innovation, as there is less incentive for the incumbent to improve services or adopt new technologies if they are guaranteed the contract without competition. Thirdly, it can create vendor lock-in, making it difficult and potentially more expensive to switch providers in the future, especially if the service requires specialized infrastructure or integration. Finally, without a competitive bidding process, there may be less transparency regarding the justification for the award and the contractor's qualifications, potentially masking underlying risks related to performance or capability.
How does this contract align with the Department of the Army's broader strategy for emergency communications and public safety?
This contract for E911 dispatch services directly supports the Department of the Army's fundamental responsibility to ensure the safety and security of its personnel and their families. Effective emergency communication is a critical component of base operations and readiness. By outsourcing these services to Bobby Dodd Institute, Inc., the Army likely aims to leverage specialized expertise and potentially achieve operational efficiencies compared to managing such a function in-house. The duration of the contract suggests a strategic decision to rely on external support for this function over the medium term. Understanding the Army's broader strategy would involve examining its investments in communication infrastructure, emergency response protocols, and partnerships with public safety entities, to see how this specific contract fits into the larger picture of maintaining a secure and responsive environment on its installations.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Business Support Services › Telephone Answering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2120 MARIETTA BLVD NW, ATLANTA, GA, 30318
Business Categories: AbilityOne Program Participant, Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,726,682
Exercised Options: $7,563,029
Current Obligation: $5,857,707
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2023-05-01
Current End Date: 2026-10-31
Potential End Date: 2027-10-31 00:00:00
Last Modified: 2025-12-19
More Contracts from Bobby Dodd Institute, Inc.
- Facilities Maintenace Services for Various Locations AS Described Herein: Janitorial - Atlanta Large Tracon (A80), Peachtree City, GA Janitorial - Atlanta (ATL) Atct, Hampton, GA Janitorial - Atlanta Program Operations Group (POG), Atlanta, GA JA — $5.3M (Department of Transportation)
- Provide ALL Labor, Materials, and Supervision to Perform Administrative & Building Support Services, Mail Distribution, Shipping and Receiving, Paper Delivery and Warehousing Services for the ASO Regional Office, College Park, and Mail Services F — $1.4M (Department of Transportation)
- Atlanta (ZTL) Artcc, Hampton, GA Grounds Maintenance and Janitorial for Child Care Facility, ATC RM, Flight Data and Training LAB Atlanta Large (A80) Tracon, Peachtree City, GA - Grounds Maintenance — $924.1K (Department of Transportation)
- Janitorial Services, Athens Atct, Athens, GA — $54.8K (Department of Transportation)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)