DoD awards $10.1M for IT O&M at Fort Bragg and USARPAC, with 6 bidders competing
Contract Overview
Contract Amount: $10,141,667 ($10.1M)
Contractor: Teksynap Corporation
Awarding Agency: Department of Defense
Start Date: 2023-02-01
End Date: 2026-01-31
Contract Duration: 1,095 days
Daily Burn Rate: $9.3K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: COMMERCIAL SOLUTIONS FOR CLASSIFIED (CSFC)OPERATIONS AND MAINTENANCE (O&M) AT FT. BRAGG AND USARPAC
Place of Performance
Location: FORT BRAGG, CUMBERLAND County, NORTH CAROLINA, 28307
Plain-Language Summary
Department of Defense obligated $10.1 million to TEKSYNAP CORPORATION for work described as: COMMERCIAL SOLUTIONS FOR CLASSIFIED (CSFC)OPERATIONS AND MAINTENANCE (O&M) AT FT. BRAGG AND USARPAC Key points: 1. The contract value appears reasonable given the scope of IT operations and maintenance services. 2. Full and open competition suggests a healthy market with potential for competitive pricing. 3. The fixed-price contract type shifts performance risk to the contractor. 4. This contract supports critical IT infrastructure for Army operations. 5. The contractor, TEKSYNAP CORPORATION, is positioned to deliver specialized IT services. 6. The duration of 1095 days (3 years) indicates a stable, long-term need.
Value Assessment
Rating: good
The contract's value of $10.1 million over three years for IT O&M services at major Army installations seems within a reasonable range for specialized support. Benchmarking against similar IT support contracts for military bases would provide a more precise value assessment. The firm-fixed-price structure suggests the government has negotiated a set price, which can be advantageous if the contractor manages costs effectively. However, without detailed cost breakdowns or comparisons to industry standards for similar services, a definitive value-for-money judgment is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. Six bidders participated in the competition, suggesting a competitive environment. A higher number of bidders generally leads to better price discovery and potentially lower prices for the government. The presence of multiple bidders implies that the market for these specialized IT services is robust enough to support several capable companies.
Taxpayer Impact: The robust competition for this contract is beneficial for taxpayers, as it likely drove down the final price and ensured the government received competitive offers for essential IT services.
Public Impact
Military personnel and operations at Fort Bragg and USARPAC benefit from reliable IT infrastructure. Essential IT operations and maintenance services are delivered, ensuring system uptime and security. The primary geographic impact is within North Carolina (Fort Bragg) and potentially Hawaii (USARPAC). The contract supports IT professionals, potentially including civilian and military roles, involved in maintaining these systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if requirements are not clearly defined and managed.
- Dependence on a single contractor for critical IT infrastructure could pose a risk if performance falters.
- Ensuring continuous service delivery across geographically dispersed locations presents logistical challenges.
Positive Signals
- Firm-fixed-price contract shifts cost overrun risk to the contractor.
- Full and open competition suggests a competitive market, potentially leading to better pricing.
- The contractor has a defined period to establish and maintain services, allowing for focused execution.
Sector Analysis
This contract falls within the Information Technology sector, specifically focusing on IT services and support. The market for IT operations and maintenance is substantial, driven by the increasing reliance of government agencies on complex digital infrastructure. Comparable spending benchmarks for IT support at large military installations can vary widely based on the scope of services, number of users, and specific technologies deployed. This contract represents a specific instance of IT service procurement within the broader defense IT spending landscape.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits for the small business ecosystem stemming from this particular award. The competition was open to all responsible sources, which may include large businesses and potentially joint ventures or prime contractors that utilize small businesses in their supply chain, but this is not explicitly detailed in the provided data.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the contracting officer's representative (COR) within the Department of the Army. Accountability measures are embedded in the firm-fixed-price contract terms, requiring the contractor to deliver specified services within the agreed-upon price. Transparency is generally maintained through contract award databases like FPDS. Inspector General jurisdiction may apply if allegations of fraud, waste, or abuse arise.
Related Government Programs
- Commercial Solutions for Classified (CSfC) Program
- Department of Defense IT Modernization Programs
- Army Network Modernization Efforts
- Base Operations Support Contracts
Risk Flags
- Potential for performance issues impacting critical military operations.
- Risk of security vulnerabilities if CSfC standards are not rigorously maintained.
- Dependence on contractor expertise for specialized classified IT systems.
Tags
it-services, operations-and-maintenance, department-of-defense, department-of-the-army, fort-bragg, usarpac, full-and-open-competition, firm-fixed-price, delivery-order, north-carolina, classified-it, csfc
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $10.1 million to TEKSYNAP CORPORATION. COMMERCIAL SOLUTIONS FOR CLASSIFIED (CSFC)OPERATIONS AND MAINTENANCE (O&M) AT FT. BRAGG AND USARPAC
Who is the contractor on this award?
The obligated recipient is TEKSYNAP CORPORATION.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $10.1 million.
What is the period of performance?
Start: 2023-02-01. End: 2026-01-31.
What is TEKSYNAP CORPORATION's track record with similar IT O&M contracts for the Department of Defense?
TEKSYNAP CORPORATION has a history of performing IT services for the Department of Defense, though specific details on prior Commercial Solutions for Classified (CSfC) Operations and Maintenance (O&M) contracts of this magnitude are not immediately available in the provided data. Analyzing their past performance on similar-sized contracts, contract vehicles utilized, and any reported performance issues or accolades would provide a clearer picture of their capabilities and reliability. A review of their contract history within FPDS or SAM.gov could reveal their experience with firm-fixed-price awards, delivery orders, and support for Army installations. Understanding their past performance is crucial for assessing the risk associated with this current $10.1 million award.
How does the $10.1 million contract value compare to industry benchmarks for IT O&M at large military installations?
The $10.1 million contract value for three years of IT O&M services at Fort Bragg and USARPAC represents an average annual value of approximately $3.37 million. Benchmarking this against industry standards for similar services at large military installations requires detailed analysis of the specific services included (e.g., network management, cybersecurity, hardware/software maintenance, help desk support) and the scale of operations (number of users, systems supported). Generally, IT O&M for major installations can range from a few million to tens of millions annually, depending on complexity. Given the 'Commercial Solutions for Classified' aspect, specialized security and compliance requirements likely contribute to the cost. Without a detailed service scope, precise benchmarking is difficult, but the value appears within a plausible range for specialized support.
What are the primary risks associated with this firm-fixed-price contract for IT O&M?
The primary risks associated with this firm-fixed-price contract for IT O&M primarily lie in potential performance deficiencies by the contractor, TEKSYNAP CORPORATION. While the fixed-price nature shifts financial risk to the contractor, ensuring they deliver the required level of service, availability, and security for critical IT systems remains paramount. Risks include potential understaffing, inadequate technical expertise, or failure to keep pace with evolving technology and security threats, which could lead to system downtime, security breaches, or degraded operational capabilities for the Army. The government's risk is mitigated through contract surveillance, performance metrics, and defined remedies for non-performance, but the impact of any failure can be significant.
How effective is the 'full and open competition' strategy likely to be in ensuring value for this IT services contract?
The 'full and open competition' strategy is generally highly effective in ensuring value for IT services contracts. By allowing all responsible sources to compete, the government maximizes the pool of potential offerors, fostering a competitive environment that drives down prices and encourages innovation. The participation of six bidders in this specific contract suggests that the market is sufficiently robust to support competition. This competitive pressure incentivizes TEKSYNAP CORPORATION to offer competitive pricing and high-quality services to win and retain the contract. The effectiveness is further enhanced by clear performance requirements and evaluation criteria, ensuring that the lowest price isn't the sole determinant, but rather a balance of cost and technical merit.
What are the historical spending patterns for IT O&M services at Fort Bragg and USARPAC, and how does this contract fit?
Historical spending patterns for IT O&M at large installations like Fort Bragg and USARPAC are typically substantial and ongoing, reflecting the critical nature of IT infrastructure for military readiness and operations. These patterns often involve multiple contracts covering various aspects of IT support, including network infrastructure, cybersecurity, end-user devices, and specialized systems. This $10.1 million contract for CSfC O&M appears to be a specific, significant award addressing classified network support. It fits within the broader context of sustained investment in maintaining and modernizing the Army's IT capabilities across its key installations. Analyzing past contract awards for similar services at these locations would reveal trends in contract types, durations, and incumbent contractors.
What are the implications of the 'Commercial Solutions for Classified (CSfC)' designation for this contract's performance and oversight?
The 'Commercial Solutions for Classified (CSfC)' designation implies that this contract involves IT solutions that meet specific National Security Agency (NSA) standards for protecting classified information using commercially available technologies. This has significant implications for performance and oversight. Performance requirements will be stringent, focusing on security, interoperability, and compliance with CSfC standards. Oversight will likely involve heightened scrutiny from cybersecurity professionals and potentially intelligence community representatives to ensure adherence to these rigorous security protocols. The contractor must demonstrate not only technical competence in IT O&M but also a deep understanding and capability in implementing and maintaining NSA-approved security configurations.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - COMPUTE
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1760 RESTON PKWY STE 515, RESTON, VA, 20190
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $18,096,309
Exercised Options: $10,156,667
Current Obligation: $10,141,667
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $714,224
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W52P1J18DA139
IDV Type: IDC
Timeline
Start Date: 2023-02-01
Current End Date: 2026-01-31
Potential End Date: 2028-01-31 00:00:00
Last Modified: 2025-12-03
More Contracts from Teksynap Corporation
- Glinda Sncc BPA Call — $128.2M (Nuclear Regulatory Commission)
- 8508794557!task 4 END User/Desktop Suppo — $80.1M (Department of Defense)
- IT Service Provisioning and Operations — $76.6M (Department of Defense)
- IT Service Provisioning and Operations Support — $53.5M (Department of Defense)
- Cybersecurity Support Services — $45.2M (Department of Defense)
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)