DoD's $12M IMCS IV contract awarded to A & T Systems, Inc. for IT services in Louisiana

Contract Overview

Contract Amount: $12,041,558 ($12.0M)

Contractor: A & T Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2025-02-14

End Date: 2026-07-15

Contract Duration: 516 days

Daily Burn Rate: $23.3K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 16

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: IMCS IV FORT JOHNSON

Place of Performance

Location: FORT POLK, VERNON County, LOUISIANA, 71459

State: Louisiana Government Spending

Plain-Language Summary

Department of Defense obligated $12.0 million to A & T SYSTEMS, INC. for work described as: IMCS IV FORT JOHNSON Key points: 1. The contract value of $12,041,558.03 appears reasonable for the scope of IT services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract duration of 516 days (approx. 1.4 years) is standard for this type of service. 4. The fixed-price contract type helps manage cost certainty for the government. 5. The contractor, A & T Systems, Inc., has secured this award, indicating past performance or competitive advantage. 6. The services are categorized under NAICS code 541513, Computer Facilities Management Services. 7. The contract is a delivery order under a larger indefinite-delivery indefinite-quantity (IDIQ) vehicle, suggesting potential for future task orders. 8. The geographic location of service delivery is Louisiana.

Value Assessment

Rating: good

The contract value of approximately $12 million for IT facilities management services over roughly 1.4 years seems aligned with industry benchmarks for similar government contracts. While specific per-unit cost data is not provided, the overall award amount suggests a competitive pricing strategy was likely employed given the full and open competition. The fixed-price nature of the contract further supports value for money by shifting cost overrun risks to the contractor. Benchmarking against similar IT service contracts awarded by the Department of the Army would provide a more precise assessment of value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a 'full and open competition after exclusion of sources' solicitation, indicating that the solicitation was broadly advertised and all responsible sources were permitted to submit offers. The presence of 16 bids suggests a healthy level of competition for this requirement. A higher number of bidders generally leads to more competitive pricing and a wider range of technical solutions, benefiting the government.

Taxpayer Impact: The robust competition for this contract is beneficial for taxpayers as it likely drove down prices and ensured the government received the best value for its investment in IT facilities management services.

Public Impact

The Department of the Army benefits from enhanced IT facilities management, ensuring operational readiness. The contract supports the maintenance and operation of critical computer facilities. The primary geographic impact is within Louisiana, where the services will be performed. The contract likely supports a workforce of IT professionals and technicians, contributing to local employment in Louisiana.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Information Technology (IT) services sector, specifically focusing on computer facilities management. This sector is characterized by a wide range of service providers, from large system integrators to specialized IT support firms. Government spending in this area is substantial, driven by the need to maintain complex and evolving IT infrastructures. Comparable spending benchmarks would involve analyzing other IT support contracts awarded by federal agencies for similar services and contract values.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). While this contract was competed fully and openly, there is no explicit requirement for subcontracting to small businesses mentioned in the provided data. The impact on the small business ecosystem would depend on whether A & T Systems, Inc. voluntarily engages small businesses as subcontractors or if the prime contract vehicle itself has broader small business goals not detailed here.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the contract administration office within the Department of the Army. Performance monitoring, quality assurance surveillance plans (QASPs), and regular progress reviews are standard mechanisms to ensure contractor performance meets requirements. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any allegations of fraud, waste, or abuse arise.

Related Government Programs

Risk Flags

Tags

it-services, computer-facilities-management, department-of-defense, department-of-the-army, firm-fixed-price, full-and-open-competition, delivery-order, louisiana, mid-size-contract, it-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $12.0 million to A & T SYSTEMS, INC.. IMCS IV FORT JOHNSON

Who is the contractor on this award?

The obligated recipient is A & T SYSTEMS, 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 $12.0 million.

What is the period of performance?

Start: 2025-02-14. End: 2026-07-15.

What is the track record of A & T Systems, Inc. in performing similar IT facilities management services for the federal government?

A detailed analysis of A & T Systems, Inc.'s past performance would require accessing contract databases and performance evaluation reports. However, being awarded a $12 million contract under full and open competition suggests they have a demonstrated capability and potentially a positive performance history that allowed them to compete effectively. Further investigation into their contract history, including any past issues or commendations, would provide a clearer picture of their reliability and expertise in delivering IT facilities management services. Examining awards for similar services, contract values, and agencies would be crucial for a comprehensive assessment.

How does the per-unit cost of this contract compare to similar IT facilities management services awarded by the Department of Defense?

Without specific per-unit cost breakdowns (e.g., cost per server managed, cost per help desk ticket resolved), a direct comparison is challenging. However, the total contract value of $12,041,558.03 for approximately 516 days (about 1.4 years) for Computer Facilities Management Services can be broadly benchmarked. If we consider an average annual value of roughly $8.6 million, this places it within a mid-range for significant IT support contracts. A more precise comparison would involve analyzing the specific services included (e.g., network management, data center operations, end-user support) and comparing rates for similar labor categories and service levels across other DoD contracts awarded within the last 1-2 years.

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

Key risks include potential performance deficiencies, cost overruns (though mitigated by fixed-price), cybersecurity vulnerabilities, and contractor personnel issues. Mitigation strategies typically involve robust performance monitoring by the government, clear contract requirements and deliverables, adherence to security protocols, and contingency planning. The fixed-price nature of the contract shifts some financial risk to the contractor. The 'full and open competition' aspect also mitigates risk by ensuring multiple qualified vendors were considered, reducing reliance on a single source and potentially leading to better service quality.

How effective is the competition level (16 bids) in ensuring optimal value for taxpayers on this contract?

A total of 16 bids is generally considered a strong indicator of robust competition. This high number suggests that the market for Computer Facilities Management Services is healthy and that multiple capable vendors were interested in securing this contract. Such a competitive environment typically drives down prices as vendors vie for the award, leading to better value for taxpayers. It also increases the likelihood that the government selected the offer that provided the best combination of technical capability and cost-effectiveness, reducing the risk of overpayment or substandard service.

What is the historical spending trend for Computer Facilities Management Services within the Department of the Army, and how does this contract fit?

Historical spending on Computer Facilities Management Services by the Department of the Army has been substantial and generally increasing, reflecting the growing reliance on IT infrastructure. This $12 million contract represents a specific investment within that broader spending category. Analyzing trends over the past 5-10 years would reveal whether spending on such services is growing, shrinking, or remaining stable. This contract's value appears consistent with the scale of IT support required for military installations, fitting within the typical range for significant facilities management awards.

Are there any specific performance metrics or Key Performance Indicators (KPIs) defined in the contract to measure success?

The provided data does not specify the exact performance metrics or KPIs. However, for a contract of this nature (Computer Facilities Management Services) and value, it is highly probable that a Quality Assurance Surveillance Plan (QASP) is in place. This plan would outline specific metrics such as system uptime, response times for service requests, incident resolution rates, and security compliance. The contracting officer's representative (COR) would typically monitor these KPIs to ensure the contractor meets or exceeds performance expectations throughout the contract period.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Facilities Management Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - NETWORK

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 16

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 12200 TECH RD, SILVER SPRING, MD, 20904

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $36,394,159

Exercised Options: $12,041,558

Current Obligation: $12,041,558

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W91RUS23D0004

IDV Type: IDC

Timeline

Start Date: 2025-02-14

Current End Date: 2026-07-15

Potential End Date: 2029-07-15 00:00:00

Last Modified: 2025-09-29

More Contracts from A & T Systems, Inc.

View all A & T Systems, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending