DOJ awards $34.7M for IT services to NORSEMAN INC, with a 1-year term
Contract Overview
Contract Amount: $34,700 ($34.7K)
Contractor: Norseman Inc
Awarding Agency: Department of Justice
Start Date: 2026-07-01
End Date: 2027-06-30
Contract Duration: 364 days
Daily Burn Rate: $95/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TITLE: LINE 8.51 - MERLIN - COHESITY SEMPERIS - AD REQUESTOR: GARY A NEWCOMB AFT#: 2026-TC-0061 ITJA#: TCITJA0016924 POP DATES: 07/01/2026 TO 06/30/2027
Place of Performance
Location: ELKRIDGE, HOWARD County, MARYLAND, 21075
State: Maryland Government Spending
Plain-Language Summary
Department of Justice obligated $34,700.34 to NORSEMAN INC for work described as: TITLE: LINE 8.51 - MERLIN - COHESITY SEMPERIS - AD REQUESTOR: GARY A NEWCOMB AFT#: 2026-TC-0061 ITJA#: TCITJA0016924 POP DATES: 07/01/2026 TO 06/30/2027 Key points: 1. Contract value appears reasonable for the scope of IT services. 2. Full and open competition was utilized, suggesting a competitive pricing environment. 3. No immediate risk indicators are apparent from the provided data. 4. Performance period is standard for this type of IT support. 5. This contract falls within the 'Other Computer Related Services' NAICS code. 6. The award is a delivery order under a larger contract vehicle.
Value Assessment
Rating: good
The contract value of $34.7 million for a one-year period for IT services appears to be within a reasonable range for similar government contracts. Benchmarking against other IT service contracts of comparable scope and duration would provide a more precise assessment of value for money. The firm fixed-price contract type suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that multiple bidders were likely considered. The presence of 5 bidders suggests a healthy level of competition, which typically drives down prices and encourages innovation. This method aims to ensure the government receives the best value by allowing all responsible sources to submit offers.
Taxpayer Impact: The use of full and open competition is beneficial for taxpayers as it fosters a competitive environment, leading to potentially lower prices and higher quality services compared to sole-source or limited competition awards.
Public Impact
The Department of Justice, specifically the Drug Enforcement Administration, will benefit from these IT services. Services are expected to support critical IT infrastructure and operations. The contract is geographically focused on Maryland (MD). The contract may support IT professionals and related technical roles.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Awarded under full and open competition.
- Firm fixed-price contract type limits cost risk to the government.
- Contract duration is one year, allowing for periodic re-evaluation.
- Multiple bidders (5) participated, indicating market interest.
Sector Analysis
This contract falls under the Information Technology sector, specifically 'Other Computer Related Services' (NAICS 541519). This is a broad category encompassing a wide range of IT support, consulting, and related services. The federal IT services market is substantial, with agencies consistently investing in maintaining and upgrading their technological infrastructure to support mission operations. This contract represents a portion of the DEA's overall IT spending.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses arising from this specific award. The competition was open, and the award went to NORSEMAN INC, a large business. Analysis of subcontracting plans would require access to the full contract details.
Oversight & Accountability
Oversight for this contract would typically be managed by the Department of Justice's contracting officers and program managers within the Drug Enforcement Administration. The contract's firm fixed-price nature simplifies some aspects of financial oversight. Transparency is generally maintained through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- IT Professional Services
- Computer Systems Design Services
- IT Operations and Maintenance
- Software and Hardware Support Services
Risk Flags
- Potential for scope creep if not managed tightly.
- Reliance on a single contractor for critical IT functions.
- Need for ongoing performance monitoring to ensure quality.
Tags
it-services, department-of-justice, drug-enforcement-administration, delivery-order, firm-fixed-price, full-and-open-competition, naics-541519, maryland, it-support, computer-related-services, norseman-inc, large-business
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $34,700.34 to NORSEMAN INC. TITLE: LINE 8.51 - MERLIN - COHESITY SEMPERIS - AD REQUESTOR: GARY A NEWCOMB AFT#: 2026-TC-0061 ITJA#: TCITJA0016924 POP DATES: 07/01/2026 TO 06/30/2027
Who is the contractor on this award?
The obligated recipient is NORSEMAN INC.
Which agency awarded this contract?
Awarding agency: Department of Justice (Drug Enforcement Administration).
What is the total obligated amount?
The obligated amount is $34,700.34.
What is the period of performance?
Start: 2026-07-01. End: 2027-06-30.
What is the track record of NORSEMAN INC in performing similar IT services for the federal government?
Assessing the track record of NORSEMAN INC requires a review of their past performance on federal contracts. This includes examining contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any documented issues or successes. A history of successful delivery on similar IT services, particularly for agencies like the Department of Justice or DEA, would indicate a lower performance risk. Conversely, a pattern of poor performance, missed deadlines, or cost overruns on previous contracts would raise concerns about their ability to meet the requirements of this new award.
How does the per-year cost of this contract compare to industry benchmarks for similar IT services?
The annual cost of approximately $34.7 million for IT services needs to be benchmarked against industry standards for comparable services. Factors such as the specific services rendered (e.g., network management, cybersecurity, software development, help desk support), the level of expertise required, and the geographic location of service delivery influence market rates. Comparing this contract's cost to data from industry reports, government IT spending analyses, and publicly available contract award data for similar scopes of work will help determine if it represents good value for money. Without detailed service descriptions, a precise comparison is difficult, but the firm fixed-price nature suggests a defined scope.
What are the primary risks associated with this contract award, and how are they being mitigated?
Potential risks for this IT services contract include performance failures (e.g., system outages, security breaches), cost overruns (though mitigated by FFP), contractor personnel issues (e.g., turnover, lack of qualified staff), and scope creep. Mitigation strategies typically involve robust contract oversight, clear performance metrics and Service Level Agreements (SLAs), regular progress reviews, and contingency planning. The firm fixed-price structure shifts cost risk to the contractor. The use of full and open competition also mitigates risks by selecting a contractor with a proven ability to perform and competitive pricing. The one-year duration allows for reassessment.
How effective is the Drug Enforcement Administration in managing its IT service contracts to ensure optimal value and mission support?
The effectiveness of the DEA's IT contract management can be assessed by examining their historical contract performance data, the consistency of successful contract completions, and their ability to adapt to evolving technological needs. Key indicators include timely delivery of services, adherence to budget, successful integration of new technologies, and the overall impact on DEA's mission objectives. Analyzing the number of contract disputes, modifications, or terminations for default could also provide insights. A proactive approach to contract oversight, including regular performance reviews and stakeholder engagement, is crucial for ensuring effectiveness.
What has been the historical spending trend for 'Other Computer Related Services' by the Department of Justice over the past five years?
Analyzing the historical spending trend for NAICS code 541519 ('Other Computer Related Services') by the Department of Justice (DOJ) over the past five years would reveal patterns in their investment in IT services. This data can be obtained from federal procurement databases. An increasing trend might indicate growing reliance on external IT support or expansion of IT-dependent operations. Conversely, a decreasing trend could suggest insourcing, consolidation of services, or shifts in technological priorities. Understanding this trend provides context for the current $34.7 million award, indicating whether it aligns with or deviates from past spending patterns.
What is the significance of the 'delivery order' award type in the context of this contract?
The designation of this award as a 'delivery order' signifies that it is a task order issued under a pre-existing indefinite-delivery, indefinite-quantity (IDIQ) contract or a similar contract vehicle. This means that NORSEMAN INC likely holds a larger contract with the government, and this specific order represents a defined scope of work with a set price and delivery timeline. Delivery orders are common for IT services, allowing agencies to procure specific needs flexibly and efficiently without conducting a full, separate procurement for each requirement. The terms and conditions of the underlying IDIQ contract would govern this delivery order.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - DATA CENTER
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 8172 LARK BROWN RD STE 201, ELKRIDGE, MD, 21075
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $169,736
Exercised Options: $169,736
Current Obligation: $34,700
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SC83B
IDV Type: GWAC
Timeline
Start Date: 2026-07-01
Current End Date: 2027-06-30
Potential End Date: 2031-06-30 00:00:00
Last Modified: 2026-04-07
More Contracts from Norseman Inc
- Redseal Unlimitied Term License — $27.0M (Department of Defense)
- Service NOW Annual Renewal — $9.3M (Department of Homeland Security)
- Disa ID6 Analytics Crowdstrike Threat Feed - Crowdstrike Falcon X Premium (cs.fxpps.soln.t5) — $8.6M (Department of Defense)
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)