HHS awards $5.9M cybersecurity support contract to Alyn, Inc. for advanced defense services

Contract Overview

Contract Amount: $5,907,000 ($5.9M)

Contractor: Alyn, Inc.

Awarding Agency: Department of the Interior

Start Date: 2025-08-31

End Date: 2026-12-01

Contract Duration: 457 days

Daily Burn Rate: $12.9K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: HHS, OCIO, OIS ADVANCE CYBERSECURITY DEFENSE SUPPORT SERVICES (ACDSS) REQUIREMENT

Place of Performance

Location: ROSWELL, FULTON County, GEORGIA, 30075

State: Georgia Government Spending

Plain-Language Summary

Department of the Interior obligated $5.9 million to ALYN, INC. for work described as: HHS, OCIO, OIS ADVANCE CYBERSECURITY DEFENSE SUPPORT SERVICES (ACDSS) REQUIREMENT Key points: 1. Contract focuses on critical cybersecurity defense, aligning with increasing federal IT security needs. 2. Competition was full and open, suggesting a potentially competitive pricing environment. 3. The contract type is Time and Materials, which can pose cost control risks if not managed closely. 4. Performance period extends over a year, indicating a need for sustained support. 5. The award is a delivery order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle. 6. The North American Industry Classification System (NAICS) code points to custom computer programming services.

Value Assessment

Rating: fair

The contract value of $5.9 million for a period of approximately 1.5 years appears moderate for specialized cybersecurity support. Benchmarking against similar contracts for advanced cybersecurity defense services is challenging without more detailed scope information. However, the Time and Materials (T&M) pricing structure warrants careful monitoring to ensure value for money, as it can lead to cost overruns if not managed effectively. The award amount relative to the duration suggests a focused scope of work.

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. With four bidders, the competition level suggests a reasonable degree of market interest. This level of competition is generally favorable for price discovery and can lead to more competitive pricing for the government.

Taxpayer Impact: A full and open competition with multiple bidders helps ensure that taxpayer dollars are used efficiently by driving down costs through market forces.

Public Impact

Federal agencies, particularly HHS, benefit from enhanced cybersecurity posture and protection against threats. Services delivered include advanced cybersecurity defense support, crucial for safeguarding sensitive data. The contract is geographically focused on Georgia, where the contractor is located. The contract supports specialized IT roles within the cybersecurity domain.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The cybersecurity services market is a rapidly growing segment within the broader IT services sector, driven by increasing cyber threats and regulatory requirements. Federal spending in this area is substantial, with agencies like HHS prioritizing robust defenses. This contract fits within the custom computer programming and IT support services sub-sector, where specialized expertise is highly valued. Comparable spending benchmarks would typically be found within broader IT support or cybersecurity services IDIQ vehicles.

Small Business Impact

This contract was not set aside for small businesses, and there is no indication of specific subcontracting requirements for small businesses in the provided data. Therefore, the direct impact on the small business ecosystem appears minimal for this specific award, though the prime contractor may engage small businesses as subcontractors.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Health and Human Services (HHS) Office of the Chief Information Officer (OCIO) and the specific contracting activity within the Department of the Interior. Accountability measures would be defined in the contract terms and conditions, including performance standards and reporting requirements. Transparency is facilitated by contract award databases, though detailed performance metrics are often not publicly disclosed.

Related Government Programs

Risk Flags

Tags

it, cybersecurity, hhs, department-of-the-interior, delivery-order, time-and-materials, full-and-open-competition, custom-computer-programming-services, georgia, alyn-inc

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $5.9 million to ALYN, INC.. HHS, OCIO, OIS ADVANCE CYBERSECURITY DEFENSE SUPPORT SERVICES (ACDSS) REQUIREMENT

Who is the contractor on this award?

The obligated recipient is ALYN, INC..

Which agency awarded this contract?

Awarding agency: Department of the Interior (Departmental Offices).

What is the total obligated amount?

The obligated amount is $5.9 million.

What is the period of performance?

Start: 2025-08-31. End: 2026-12-01.

What is the specific scope of 'ADVANCE CYBERSECURITY DEFENSE SUPPORT SERVICES' provided by Alyn, Inc. under this contract?

The provided data indicates the contract is for 'OIS ADVANCE CYBERSECURITY DEFENSE SUPPORT SERVICES (ACDSS) REQUIREMENT' under NAICS code 541511 (Custom Computer Programming Services). While the specific details of 'advanced cybersecurity defense support' are not elaborated in the summary data, typical services under such a designation could include threat intelligence analysis, vulnerability management, incident response, security architecture design, penetration testing, and security operations center (SOC) support. The Time and Materials (T&M) pricing structure suggests that the scope may be flexible or evolve based on emerging threats and needs, requiring close management by the government to control costs and ensure alignment with defined objectives.

How does the $5.9 million award compare to typical federal spending on cybersecurity support services for a similar duration?

The $5.9 million award for approximately 1.5 years of cybersecurity support services is a moderate amount within the federal landscape. Federal agencies collectively spend billions annually on cybersecurity. Contracts for specialized support, especially those involving advanced capabilities or extensive operational support, can range from a few million to tens or hundreds of millions of dollars, often awarded through larger IDIQ vehicles. The Time and Materials (T&M) nature of this contract means the final cost could vary based on actual hours worked. Without knowing the specific deliverables and the level of effort required, a precise comparison is difficult, but it falls within a common range for focused, specialized IT support contracts.

What are the primary risks associated with a Time and Materials (T&M) contract for cybersecurity services?

The primary risk with Time and Materials (T&M) contracts, including this cybersecurity support services award, is the potential for cost overruns. Unlike fixed-price contracts, T&M contracts reimburse the contractor for direct labor hours at specified rates and for the actual cost of materials. If the scope of work is not well-defined, or if project management is weak, the contractor may incur more hours or use more expensive materials than anticipated, leading to costs exceeding initial estimates. For cybersecurity, this can be exacerbated by the unpredictable nature of threats, potentially requiring extensive, unbudgeted effort. Effective government oversight, including detailed monitoring of labor hours and material costs, is crucial to mitigate these risks.

What is the significance of this contract being a delivery order under a larger IDIQ contract?

This contract being a delivery order (DO) signifies that it is a task order issued against a pre-existing Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract. IDIQs are often used by agencies to streamline the procurement of services that are expected to be needed over time but with uncertain quantities or timing. The significance is that the competition and due diligence for the underlying IDIQ have already occurred. This specific DO represents a defined portion of work under that larger vehicle. While this DO was competed (full and open), the overall performance, pricing, and capabilities of the contractor are often evaluated within the context of the broader IDIQ contract.

What does the number of bidders (4) suggest about the competition for this specific cybersecurity support requirement?

Having four bidders for this cybersecurity support services contract suggests a moderate level of competition. While more bidders can sometimes indicate broader market interest and potentially better pricing, four bidders generally represent a healthy competitive environment. It implies that the requirement was sufficiently defined and attractive to multiple companies capable of performing the work. This level of competition is typically sufficient to encourage competitive pricing and allow the government to select a capable contractor, balancing the need for specialized expertise with cost-effectiveness.

Industry Classification

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

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 140D0425Q0326

Offers Received: 4

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 11128 STROUP RD, ROSWELL, GA, 30075

Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $32,103,104

Exercised Options: $5,907,000

Current Obligation: $5,907,000

Actual Outlays: $133,829

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QTCA20D004B

IDV Type: FSS

Timeline

Start Date: 2025-08-31

Current End Date: 2026-12-01

Potential End Date: 2030-12-01 00:00:00

Last Modified: 2025-12-17

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending