Interior Department awards $16.5M for Dispatch Recorder Maintenance, raising value-for-money questions
Contract Overview
Contract Amount: $16,471 ($16.5K)
Contractor: Digital Speech Systems, Inc
Awarding Agency: Department of the Interior
Start Date: 2024-04-11
End Date: 2027-04-14
Contract Duration: 1,098 days
Daily Burn Rate: $15/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DISPATCH RECORDER MAINTENANCE
Place of Performance
Location: BURNS, HARNEY County, OREGON, 97720
State: Oregon Government Spending
Plain-Language Summary
Department of the Interior obligated $16,471.08 to DIGITAL SPEECH SYSTEMS, INC for work described as: DISPATCH RECORDER MAINTENANCE Key points: 1. The contract's value appears high relative to the duration and scope, suggesting potential overpayment. 2. Limited competition raises concerns about price discovery and optimal resource allocation. 3. The firm fixed-price structure shifts risk to the government, potentially increasing costs if requirements change. 4. Lack of a small business set-aside may limit opportunities for smaller, specialized vendors. 5. The reliance on a single vendor for maintenance could create future dependency and limit innovation. 6. Performance context is minimal, making it difficult to assess the true value delivered.
Value Assessment
Rating: questionable
The total award of $16.47 million over approximately three years for dispatch recorder maintenance seems disproportionately high. Without detailed performance metrics or a clear breakdown of services, it's difficult to benchmark against similar contracts. However, the annual cost approaches $5.5 million, which appears substantial for maintenance services alone. This suggests a potential lack of aggressive price negotiation or an inflated scope of work.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a sole-source purchase order, meaning it was not competed. This lack of competition significantly limits the government's ability to ensure it is receiving the best possible price and service. Without multiple bids, there is no market pressure to drive down costs or encourage innovative solutions from potential vendors.
Taxpayer Impact: Taxpayers are likely paying a premium due to the absence of competitive bidding. The government may not be achieving the most cost-effective solution available in the market.
Public Impact
The Bureau of Land Management (BLM) is the primary beneficiary, ensuring operational continuity for its dispatch operations. Essential communication services for public land management and emergency response are maintained. The contract supports critical infrastructure in Oregon, where the services are presumably deployed. Workforce implications are minimal, as this is a maintenance contract likely performed by the incumbent's staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potentially leads to higher costs.
- Lack of transparency in the justification for sole-source award.
- Firm fixed-price contract may lead to overpayment if requirements are not precisely met or change.
- No small business participation noted, potentially excluding valuable smaller vendors.
Positive Signals
- Ensures continuity of essential dispatch recorder maintenance services.
- Firm fixed-price contract provides cost certainty for the government, assuming scope is well-defined.
- Awarded to Digital Speech Systems, Inc., suggesting potential reliance on specialized expertise.
Sector Analysis
The market for specialized communication and recording systems maintenance falls within the broader IT and telecommunications sector. While specific data on the dispatch recorder maintenance sub-segment is scarce, the overall IT services market is vast. This contract represents a niche but critical component of public safety and operational infrastructure spending. Comparable spending benchmarks are difficult to establish without more granular data on system complexity and service level agreements.
Small Business Impact
This contract was not competed under SAP and does not appear to have a small business set-aside. The absence of specific subcontracting requirements or set-aside provisions means that opportunities for small businesses to participate in this contract are likely limited. This could potentially disadvantage smaller, specialized firms that might offer competitive solutions or innovative approaches.
Oversight & Accountability
Oversight for this purchase order would typically fall under the Bureau of Land Management's contracting and program management offices. Accountability measures would be tied to the terms and conditions of the firm fixed-price contract, including delivery schedules and service level agreements. Transparency is limited due to the sole-source nature of the award, with justification documents potentially available through Freedom of Information Act requests.
Related Government Programs
- Public Safety Communications Systems
- Emergency Response Technology Maintenance
- Government IT Infrastructure Support
- Digital Recording Systems
- Bureau of Land Management Operations
Risk Flags
- Sole-source award
- Lack of competition
- High contract value relative to duration
- Potential for vendor lock-in
- Limited transparency
Tags
it, defense, department-of-the-interior, bureau-of-land-management, purchase-order, sole-source, firm-fixed-price, maintenance, dispatch-recorder, oregon, software-publishers, 513210
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $16,471.08 to DIGITAL SPEECH SYSTEMS, INC. DISPATCH RECORDER MAINTENANCE
Who is the contractor on this award?
The obligated recipient is DIGITAL SPEECH SYSTEMS, INC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Bureau of Land Management).
What is the total obligated amount?
The obligated amount is $16,471.08.
What is the period of performance?
Start: 2024-04-11. End: 2027-04-14.
What is the specific justification for awarding this contract on a sole-source basis?
The provided data indicates the contract was 'NOT COMPETED UNDER SAP' and awarded as a 'PURCHASE ORDER'. While the specific justification is not detailed, sole-source awards are typically made when only one vendor possesses the necessary technical qualifications, proprietary technology, or when urgency precludes a competitive process. For maintenance of specialized equipment like dispatch recorders, it's possible that Digital Speech Systems, Inc. is the original equipment manufacturer or holds unique expertise required for its upkeep. However, without the formal justification documentation, it remains speculative. A thorough review would require accessing the contract file to understand the rationale provided by the agency.
How does the annual cost of this contract compare to industry benchmarks for similar maintenance services?
Benchmarking the annual cost of $5.5 million for dispatch recorder maintenance is challenging without specific details on the system's complexity, number of units, and the scope of services included (e.g., preventative maintenance, emergency repairs, software updates). However, for context, IT maintenance contracts can vary widely. For large-scale enterprise systems, such costs might be justifiable. For smaller or less complex systems, this figure could be significantly above market rates. Industry reports on IT maintenance spending often show annual costs ranging from 10-20% of the initial system acquisition cost. If the initial system was acquired years ago, this maintenance cost might represent a substantial portion of its original value, warranting scrutiny.
What are the potential risks associated with a sole-source award for critical maintenance services?
Sole-source awards carry several inherent risks. Firstly, the lack of competition means the government likely pays a higher price than it would in a competitive environment. Secondly, it can lead to vendor lock-in, where the government becomes dependent on a single provider, limiting future flexibility and potentially stifling innovation. Thirdly, without competitive pressure, the vendor may have less incentive to maintain high service quality or efficiency. Finally, there's a risk that the vendor's business circumstances could change (e.g., financial instability, acquisition), potentially disrupting critical services. For essential systems like dispatch recorders, this dependency can pose a significant operational risk.
What is the track record of Digital Speech Systems, Inc. in providing similar services to the federal government?
Information on Digital Speech Systems, Inc.'s specific track record with the federal government for dispatch recorder maintenance is not detailed in the provided data. However, the fact that they were awarded this sole-source contract suggests they may have prior experience or unique capabilities relevant to the Bureau of Land Management's needs. A comprehensive assessment would involve reviewing past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), other federal contracts awarded to the company, and any publicly available information regarding their history in supporting government communication systems. Without this, evaluating their reliability and past performance remains difficult.
What are the implications of the firm fixed-price contract type for this maintenance service?
A Firm Fixed Price (FFP) contract type means the price is set and not subject to adjustment based on the contractor's cost experience. For maintenance services, this shifts the risk of cost overruns entirely to the contractor. If Digital Speech Systems, Inc. underestimates the effort or encounters unforeseen issues, their profit margin will decrease. Conversely, if they are highly efficient, they will realize a higher profit. For the government, FFP provides cost certainty, assuming the scope of work is well-defined and stable. However, if the requirements change or are poorly defined, the government might end up paying for services that are not needed or not receiving the full value if the contractor cuts corners to maintain profitability.
How does this contract fit into the broader spending patterns for communication and IT infrastructure within the Department of the Interior?
This $16.5 million contract for dispatch recorder maintenance represents a specific, albeit significant, expenditure within the Department of the Interior's (DOI) broader IT and communications budget. The DOI manages vast public lands and requires robust communication systems for operations, safety, and emergency response. Spending on maintenance for critical infrastructure like dispatch recorders is essential for ensuring operational continuity. Without comparative data on other DOI IT contracts or overall budget allocations for similar systems, it's difficult to definitively state how this contract aligns with broader spending patterns. However, the sole-source nature and high value suggest it addresses a critical, potentially specialized, need.
Industry Classification
NAICS: Information › Software Publishers › Software Publishers
Product/Service Code: QUALITY CONTROL, TEST, INSPECTION › QUALITY CONTROL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140L4324Q0055
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 901 KILGORE CT, ALLEN, TX, 75013
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $27,452
Exercised Options: $16,471
Current Obligation: $16,471
Actual Outlays: $10,066
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2024-04-11
Current End Date: 2027-04-14
Potential End Date: 2029-04-14 00:00:00
Last Modified: 2026-04-03
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)