DOJ's $10.5M software contract for Mitchell Repair Information Systems awarded to Mitchell Repair Information Co LLC
Contract Overview
Contract Amount: $10,488 ($10.5K)
Contractor: Mitchell Repair Information CO LLC
Awarding Agency: Department of Justice
Start Date: 2026-05-01
End Date: 2027-04-30
Contract Duration: 364 days
Daily Burn Rate: $29/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TITLE: FY26 STTS,MITCHELL1,$10488.00,PRODEMAND ACCOUNTS REQUESTOR: PAGE A HAMILTON ITJA#: ITJA0017119 POP DATES: 05/01/2026 TO 04/30/2027
Place of Performance
Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92127
Plain-Language Summary
Department of Justice obligated $10,488 to MITCHELL REPAIR INFORMATION CO LLC for work described as: TITLE: FY26 STTS,MITCHELL1,$10488.00,PRODEMAND ACCOUNTS REQUESTOR: PAGE A HAMILTON ITJA#: ITJA0017119 POP DATES: 05/01/2026 TO 04/30/2027 Key points: 1. Contract awarded as a sole-source purchase order, raising questions about competition and potential value. 2. Limited competition may lead to higher prices compared to a more open bidding process. 3. The contract duration of one year with a firm-fixed-price structure provides cost certainty but limits flexibility. 4. The software category (Software Publishers) suggests a need for specialized IT solutions. 5. Awarded by the Drug Enforcement Administration, indicating a focus on law enforcement support. 6. The contract value of $10.5M falls within a moderate spending range for specialized software. 7. No indication of small business set-aside or subcontracting, potentially limiting small business participation.
Value Assessment
Rating: questionable
The contract's value for money is difficult to assess without competitive bidding data. As a sole-source award, there's no direct comparison to market rates derived from a competitive process. The firm-fixed-price structure provides budget predictability for the agency. However, the absence of competition means the government may not be achieving the lowest possible price for the software and associated services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under SAP (Simplified Acquisition Procedures), indicating it was likely awarded directly to the contractor without soliciting bids from other vendors. The sole-source nature means there was no formal competition, which can occur for various reasons, including proprietary software or unique capabilities. The lack of multiple bidders prevents price discovery through market forces.
Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive pressure to lower prices. Without a competitive process, it's harder to ensure the government is receiving the best possible value for its investment.
Public Impact
Law enforcement agencies, specifically the Drug Enforcement Administration, will benefit from access to the Mitchell Repair Information Systems software. The software likely supports critical functions related to vehicle maintenance, repair, or fleet management for law enforcement vehicles. The geographic impact is primarily within California, where the contract is registered, but may extend to national DEA operations. The contract supports the operational readiness and efficiency of the DEA's fleet, indirectly benefiting public safety.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about price fairness and potential overpayment.
- Sole-source awards can limit innovation by excluding potential new entrants with alternative solutions.
- Transparency is reduced without a competitive bidding process to document vendor selection criteria.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the agency's budget.
- The contract is for a specific, likely necessary, software solution for the DEA.
- Awarding to a known entity (Mitchell Repair Information Co LLC) might imply a pre-existing relationship or proven capability.
Sector Analysis
The Software Publishers industry (NAICS 513210) is characterized by companies that develop, publish, and distribute software. This contract falls within the IT sector, specifically focusing on specialized software solutions. The market for such software can be niche, with a few dominant players. Benchmarking this contract's value would require comparing it to similar software licenses or maintenance agreements within the government or private sector, ideally those procured through competitive means.
Small Business Impact
This contract does not appear to have a small business set-aside (ss=false) or indicate any subcontracting goals (sb=false). This suggests that the primary contractor is not a small business, and there are no explicit requirements for them to engage small businesses for this particular award. Consequently, the direct impact on the small business ecosystem for this contract is likely minimal, with no dedicated portion of the funds flowing to small enterprises.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Justice's internal procurement and financial management controls. As a purchase order, it is subject to standard agency oversight procedures. Transparency is limited due to the sole-source nature. Accountability rests with the contracting officers and program managers within the Drug Enforcement Administration to ensure the software meets requirements and is used appropriately. There is no specific mention of an Inspector General's direct jurisdiction over this particular award, though the DOJ IG has broad oversight.
Related Government Programs
- Federal IT Software Procurement
- Law Enforcement Technology
- Fleet Management Systems
- Department of Justice IT Spending
- Drug Enforcement Administration Operations
Risk Flags
- Sole-source award lacks competitive justification.
- Potential for inflated pricing due to lack of competition.
- Limited transparency in vendor selection process.
- Dependency on a single vendor for critical software.
Tags
it, software-publishers, department-of-justice, drug-enforcement-administration, california, purchase-order, sole-source, firm-fixed-price, medium-value, law-enforcement, fleet-management
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $10,488 to MITCHELL REPAIR INFORMATION CO LLC. TITLE: FY26 STTS,MITCHELL1,$10488.00,PRODEMAND ACCOUNTS REQUESTOR: PAGE A HAMILTON ITJA#: ITJA0017119 POP DATES: 05/01/2026 TO 04/30/2027
Who is the contractor on this award?
The obligated recipient is MITCHELL REPAIR INFORMATION CO LLC.
Which agency awarded this contract?
Awarding agency: Department of Justice (Drug Enforcement Administration).
What is the total obligated amount?
The obligated amount is $10,488.
What is the period of performance?
Start: 2026-05-01. End: 2027-04-30.
What is the track record of Mitchell Repair Information Co LLC with federal contracts, particularly with the Department of Justice or DEA?
Information regarding Mitchell Repair Information Co LLC's specific track record with federal contracts, especially with the Department of Justice or the Drug Enforcement Administration, is not detailed in the provided data snippet. To assess their track record, one would need to consult federal procurement databases like FPDS or SAM.gov to review past awards, performance evaluations (if available), and any history of contract disputes or issues. A lack of extensive federal contract history might suggest this is a new or infrequent vendor for the agency, or that their previous work was under different contract vehicles or agencies not easily searchable with the provided data.
How does the $10.5M contract value compare to similar software solutions for fleet management or repair information within the federal government?
Direct comparison of the $10.5M contract value for Mitchell Repair Information Systems is challenging without knowing the specific modules, user licenses, and support levels included. However, federal spending on specialized software for fleet management and maintenance can range significantly. Contracts for enterprise-level fleet management software, especially those with extensive databases and analytical capabilities, can easily reach millions of dollars annually. If this contract represents a sole-source renewal or a new acquisition for a critical system, the price might be justified by unique features or integration requirements. A competitive benchmark would be ideal, but in its absence, comparing to publicly available pricing for similar commercial off-the-shelf (COTS) solutions, adjusted for government volume and support, could offer a rough estimate.
What are the primary risks associated with a sole-source award for this type of software?
The primary risks associated with a sole-source award for this software include potential overpayment due to lack of competitive pricing, reduced incentive for the contractor to innovate or provide superior service, and limited transparency in the procurement process. Taxpayers may bear a higher cost than necessary. Furthermore, the agency becomes dependent on a single vendor, which can create risks if the vendor experiences financial difficulties, changes its product strategy, or significantly increases prices in future years. There's also a risk that alternative, potentially more effective or cost-efficient solutions from other vendors are not considered.
What is the expected effectiveness of the Mitchell Repair Information Systems software for the DEA's operations?
The expected effectiveness of the Mitchell Repair Information Systems software for the DEA's operations hinges on its ability to provide accurate, up-to-date repair and maintenance data for the agency's vehicle fleet. This likely includes diagnostic information, service procedures, parts catalogs, and potentially labor time estimates. Effective use of such a system should lead to more efficient vehicle maintenance, reduced downtime, optimized repair costs, and improved fleet readiness, which is crucial for supporting law enforcement activities. The software's effectiveness will be directly tied to the quality of the data it provides and how well it integrates with the DEA's existing fleet management processes.
What are historical spending patterns for similar software or services by the DEA or other law enforcement agencies?
Historical spending patterns for similar software and services by the DEA and other law enforcement agencies can vary widely based on fleet size, vehicle types, and the sophistication of the management systems employed. Agencies often procure licenses for repair databases, diagnostic tools, and fleet management software. Spending can range from tens of thousands for smaller, specialized tools to millions for comprehensive enterprise solutions. Without specific data on past procurements for Mitchell Repair Information Systems or comparable systems by the DEA, it's difficult to establish a precise historical trend. However, agencies typically budget significant funds for maintaining their operational fleets, including the software necessary for efficient upkeep.
Are there any known issues or performance concerns with Mitchell Repair Information Co LLC or their software products in previous government contracts?
The provided data does not contain information regarding any known issues or performance concerns with Mitchell Repair Information Co LLC or their software products in previous government contracts. A thorough assessment would require reviewing contract performance reports, past performance questionnaires, and any publicly available records of disputes or negative evaluations. In the absence of such information, it is assumed, for the purpose of this analysis, that the contractor has met its obligations in prior engagements, though this assumption should be verified through official channels if a deeper dive is required.
Industry Classification
NAICS: Information › Software Publishers › Software Publishers
Product/Service Code: IT AND TELECOM - DATA CENTER
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 16067 BABCOCK ST, SAN DIEGO, CA, 92127
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $10,488
Exercised Options: $10,488
Current Obligation: $10,488
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-05-01
Current End Date: 2027-04-30
Potential End Date: 2027-04-30 00:00:00
Last Modified: 2026-04-08
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.)