DOJ's $3M Verizon contract for prison phone services raises questions on value and competition

Contract Overview

Contract Amount: $3,052 ($3.1K)

Contractor: Verizon Maryland LLC

Awarding Agency: Department of Justice

Start Date: 2025-10-01

End Date: 2026-09-30

Contract Duration: 364 days

Daily Burn Rate: $8/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: VERIZON INSTITUTIONAL PHONE SERVICE FY26 FUNDED TO CR LEVEL, JAN 30 52.232-18 AVAILABILITY OF FUNDS

Place of Performance

Location: LAKE MARY, SEMINOLE County, FLORIDA, 32746

State: Florida Government Spending

Plain-Language Summary

Department of Justice obligated $3,052.04 to VERIZON MARYLAND LLC for work described as: VERIZON INSTITUTIONAL PHONE SERVICE FY26 FUNDED TO CR LEVEL, JAN 30 52.232-18 AVAILABILITY OF FUNDS Key points: 1. The contract's value proposition is unclear without benchmarks against similar telecommunications services. 2. Limited competition for this service may lead to suboptimal pricing for taxpayers. 3. The fixed-price contract structure offers some cost certainty but may not incentivize efficiency. 4. Performance context is missing, making it difficult to assess if the service meets the Bureau of Prisons' needs. 5. This contract falls within the telecommunications services sector, supporting essential government operations.

Value Assessment

Rating: questionable

The awarded amount of $3.05 million for FY26 institutional phone services appears significant. However, without comparable data on per-unit costs for similar government or commercial telecommunications contracts, it is difficult to definitively assess value for money. The lack of competition further complicates a robust value assessment, as market forces that typically drive down prices are absent. Benchmarking against industry standards for similar service levels and geographic coverage would be necessary to determine if this pricing is competitive.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor can provide the required service, often due to unique capabilities or existing infrastructure. The lack of competition means that the Department of Justice did not benefit from a bidding process that could have potentially yielded lower prices or more innovative solutions from a wider pool of providers.

Taxpayer Impact: Sole-source awards limit opportunities for taxpayers to benefit from competitive pricing. Without a competitive bidding process, the government may pay a premium for services, as there is no direct pressure on the contractor to offer the lowest possible price.

Public Impact

Inmates within federal correctional facilities will benefit from access to telephone services. The service ensures communication capabilities for individuals incarcerated in Bureau of Prisons facilities. The geographic impact is national, covering facilities managed by the Federal Prison System. This contract supports the operational needs of the Bureau of Prisons, indirectly impacting correctional staff and facility management.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competitive bidding may result in inflated costs for taxpayers.
  • Absence of performance metrics makes it difficult to gauge service effectiveness.
  • Sole-source nature limits potential for innovation and cost savings through market competition.

Positive Signals

  • Firm fixed-price contract provides cost predictability for the government.
  • Contract ensures essential communication services for federal inmates.

Sector Analysis

The telecommunications services sector is a critical component of government infrastructure, enabling communication across various agencies and functions. This contract for institutional phone services falls under the broader category of government communications and IT support. Comparable spending in this area can vary widely based on the scale and type of service required, but typically involves significant investment in network infrastructure, service provision, and maintenance. The market for such services is often dominated by a few large providers capable of meeting the stringent security and reliability requirements of government contracts.

Small Business Impact

There is no indication that this contract included a small business set-aside. Given the sole-source nature and the likely scale of telecommunications services required by the Bureau of Prisons, it is improbable that small businesses would be primary awardees or significant subcontractors unless they possess highly specialized capabilities. This contract does not appear to contribute to the small business ecosystem for this specific service.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Justice's internal procurement and contract management processes, as well as the Federal Prison System's operational oversight. Transparency is limited due to the sole-source award and the lack of publicly available performance data. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected in the procurement or execution of the contract.

Related Government Programs

  • Federal Inmate Telephone System (FITS)
  • Government Wide Acquisition Contracts (GWACs) for Telecommunications
  • Bureau of Prisons Communications Infrastructure

Risk Flags

  • Sole-source award lacks competitive pricing pressure.
  • Lack of performance data hinders value assessment.
  • Potential for above-market pricing due to limited competition.

Tags

telecommunications, department-of-justice, bureau-of-prisons, federal-prison-system, sole-source, purchase-order, firm-fixed-price, florida, fy26, inmate-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $3,052.04 to VERIZON MARYLAND LLC. VERIZON INSTITUTIONAL PHONE SERVICE FY26 FUNDED TO CR LEVEL, JAN 30 52.232-18 AVAILABILITY OF FUNDS

Who is the contractor on this award?

The obligated recipient is VERIZON MARYLAND LLC.

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).

What is the total obligated amount?

The obligated amount is $3,052.04.

What is the period of performance?

Start: 2025-10-01. End: 2026-09-30.

What is the historical spending pattern for institutional phone services at the Bureau of Prisons?

Analyzing historical spending patterns for institutional phone services at the Bureau of Prisons (BOP) is crucial for understanding cost trends and identifying potential anomalies. Without access to specific historical BOP data, a general trend in government telecommunications spending suggests increasing reliance on digital and VoIP technologies, which can offer cost efficiencies over traditional phone lines. However, specialized inmate calling services often involve unique pricing structures and regulatory considerations (e.g., FCC regulations on inmate calling rates) that can influence overall costs. If previous contracts were also sole-sourced or competed with limited bidders, it's possible that costs have remained relatively stable but potentially higher than a fully competitive market would dictate. A detailed review of past BOP contracts for similar services, including contract values, durations, and awarded vendors, would be necessary to establish a precise historical spending pattern and assess if the current $3.05 million for FY26 represents an increase, decrease, or stable expenditure relative to prior years and inflation.

How does the pricing of this Verizon contract compare to commercial rates for similar telecommunications services?

Comparing the pricing of this Verizon contract to commercial rates for similar telecommunications services is challenging without specific details on the service level agreements (SLAs), call volumes, features, and geographic coverage included. Commercial telecommunications pricing is highly variable, influenced by factors such as contract length, bundled services, and customer volume discounts. For large enterprise clients, commercial rates can sometimes be more competitive than government contracts due to volume and negotiation leverage. However, government contracts often have stringent security, reliability, and reporting requirements that can increase costs. Given the sole-source nature of this award, it is plausible that the pricing may not reflect the most competitive market rates achievable through open competition. A detailed analysis would require obtaining commercial quotes for a comparable service package, factoring in the specific demands of a correctional facility environment.

What are the specific risks associated with a sole-source award for essential government services like inmate communications?

Sole-source awards for essential government services like inmate communications present several risks. Firstly, the primary risk is a lack of price competition, which can lead to inflated costs for taxpayers as the government may pay more than necessary without the pressure of multiple bidders vying for the contract. Secondly, it can stifle innovation, as the incumbent provider may have less incentive to invest in new technologies or service improvements when faced with no direct competition. Thirdly, there's a potential risk of vendor lock-in, making it difficult and costly to switch providers in the future, even if performance or pricing becomes unsatisfactory. Finally, sole-source awards can sometimes raise concerns about fairness and transparency in the procurement process, potentially leading to perceptions of favoritism or missed opportunities for other qualified vendors, including small businesses.

What performance metrics are typically used to evaluate the effectiveness of inmate telephone services?

Evaluating the effectiveness of inmate telephone services typically involves a combination of technical performance, service availability, and user satisfaction metrics. Key performance indicators (KPIs) often include call completion rates (percentage of attempted calls that successfully connect), call quality (clarity and absence of dropped calls), system uptime/availability (ensuring the service is consistently operational), and response times for technical support and issue resolution. For inmate services, additional considerations might include adherence to regulatory requirements (e.g., FCC mandates on call rates and duration), security protocols to prevent misuse, and the ease of use for both inmates and their families. While this contract is for 'Telephone Answering Services,' the underlying need is likely robust communication infrastructure. Without specific performance metrics outlined in the contract details, assessing the effectiveness of the service provided by Verizon is difficult.

What is Verizon Maryland LLC's track record with federal government contracts, particularly for telecommunications services?

Verizon Maryland LLC, as part of the larger Verizon Communications Inc., has a significant track record of securing and performing on federal government contracts. Verizon is a major telecommunications provider and frequently wins contracts across various federal agencies for a wide range of services, including network infrastructure, voice and data services, and specialized solutions. Their experience often includes providing services to large, complex organizations with demanding security and reliability requirements, such as defense agencies and law enforcement. While specific contract performance data for Verizon Maryland LLC on this particular type of service (institutional phone services for the Bureau of Prisons) is not detailed here, their overall presence in the federal market suggests they possess the capacity and experience to handle such requirements. However, past performance on other contracts does not guarantee future success or optimal value on this specific sole-source award.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesBusiness Support ServicesTelephone Answering Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGUTILITIES

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: 12 WEST ST, ANNAPOLIS, MD, 21401

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

Financial Breakdown

Contract Ceiling: $3,052

Exercised Options: $3,052

Current Obligation: $3,052

Actual Outlays: $1,306

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-10-01

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-04-02

More Contracts from Verizon Maryland LLC

View all Verizon Maryland LLC federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending