FBI contract for Counter IED RDT&E Support awarded to USBTA Service Group, LLC for over $2.5M
Contract Overview
Contract Amount: $2,522,552 ($2.5M)
Contractor: Usbta Service Group, LLC
Awarding Agency: Department of Justice
Start Date: 2023-06-28
End Date: 2026-06-27
Contract Duration: 1,095 days
Daily Burn Rate: $2.3K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: COUNTER IED SECTION (CIEDS) RDT&E SUPPORT
Place of Performance
Location: ENGLEWOOD, DOUGLAS County, COLORADO, 80112
State: Colorado Government Spending
Plain-Language Summary
Department of Justice obligated $2.5 million to USBTA SERVICE GROUP, LLC for work described as: COUNTER IED SECTION (CIEDS) RDT&E SUPPORT Key points: 1. Contract focuses on research, development, testing, and evaluation for Counter IED capabilities. 2. USBTA Service Group, LLC, a Service-Disabled Veteran-Owned Small Business (SDVOSB), is the awardee. 3. The contract has a duration of 1095 days, spanning three years. 4. The contract type is Time and Materials, which can pose cost control challenges. 5. The specific North American Industry Classification System (NAICS) code is 541690, indicating Other Scientific and Technical Consulting Services. 6. The contract was awarded as a Delivery Order under an existing contract. 7. The contract is not subject to small business set-asides. 8. The contract is for support services, not the procurement of physical goods.
Value Assessment
Rating: fair
The contract value of $2,522,551.87 for three years of RDT&E support appears to be within a reasonable range for specialized technical consulting services. However, without specific benchmarks for Counter IED RDT&E support or detailed task breakdowns, a precise value-for-money assessment is challenging. The Time and Materials (T&M) contract type introduces inherent risk for cost overruns if not closely managed, as it reimburses direct labor hours and material costs. Benchmarking against similar contracts for RDT&E in defense or security sectors would provide a clearer picture of pricing efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was awarded under a sole-source basis, indicating that the Federal Bureau of Investigation (FBI) identified USBTA Service Group, LLC as the only responsible source capable of meeting the requirement. This could be due to specialized expertise, proprietary technology, or specific existing relationships. The lack of competition means that the FBI did not benefit from a competitive bidding process, which typically drives down prices and fosters innovation.
Taxpayer Impact: Sole-source awards limit opportunities for other businesses to compete for federal dollars and may result in higher costs for taxpayers compared to competitively awarded contracts.
Public Impact
The primary beneficiaries are the FBI and potentially other law enforcement or national security agencies that rely on advanced Counter IED technologies and strategies. The services delivered will contribute to the research, development, testing, and evaluation of capabilities designed to detect, disrupt, and neutralize improvised explosive devices. The geographic impact is likely national, focusing on supporting FBI operations and potentially training initiatives across the United States. Workforce implications include the employment of specialized scientists, engineers, and technical consultants by USBTA Service Group, LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The sole-source award limits competitive pressure, potentially impacting cost-effectiveness.
- Time and Materials contract type requires diligent oversight to prevent scope creep and cost overruns.
- Lack of public details on specific performance metrics makes it difficult to assess the effectiveness of RDT&E efforts.
- The specialized nature of Counter IED RDT&E means that contractor expertise is critical, and any performance issues could have significant security implications.
Positive Signals
- Award to a Service-Disabled Veteran-Owned Small Business (SDVOSB) aligns with federal small business contracting goals.
- The contract duration of three years suggests a stable, long-term need for these specialized services.
- The focus on RDT&E indicates investment in future capabilities to address evolving threats.
- The contractor, USBTA Service Group, LLC, is likely selected for specific, recognized expertise in the Counter IED domain.
Sector Analysis
This contract falls within the Scientific and Technical Consulting Services sector, specifically focusing on research, development, testing, and evaluation (RDT&E) related to Counter Improvised Explosive Devices (CIED). This is a critical area within national security and law enforcement, driven by evolving threat landscapes. The market for such specialized RDT&E services is often characterized by a limited number of highly skilled firms capable of meeting stringent government requirements. Comparable spending benchmarks are difficult to establish without detailed task orders, but RDT&E contracts in defense and security can range from hundreds of thousands to tens of millions of dollars annually, depending on scope and complexity.
Small Business Impact
Although USBTA Service Group, LLC is a Service-Disabled Veteran-Owned Small Business (SDVOSB), this specific contract was not awarded under a small business set-aside program. It was a sole-source award. This means that while the awardee is a small business, the contract vehicle itself did not mandate competition among small businesses. There is no indication of subcontracting requirements for this specific delivery order, but the prime contractor's status as an SDVOSB is a positive signal for federal small business utilization.
Oversight & Accountability
Oversight for this contract will primarily reside with the Federal Bureau of Investigation (FBI), likely through a Contracting Officer's Representative (COR) responsible for monitoring performance, deliverables, and adherence to the contract terms. As a Time and Materials contract, robust oversight is crucial to manage labor hours, material costs, and ensure the work stays within the defined scope. Transparency is limited due to the sole-source nature and the sensitive RDT&E focus. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Department of Defense Counter-IED Programs
- Department of Homeland Security Explosives Detection Research
- National Science Foundation Engineering Research
- Federal Bureau of Investigation Laboratory Services
- Department of Justice Research and Development
Risk Flags
- Sole-source award limits competition.
- Time and Materials contract type poses cost risk.
- Lack of public detail on specific RDT&E outcomes.
- Contractor performance history not publicly detailed.
Tags
sector-other-scientific-and-technical-consulting-services, agency-federal-bureau-of-investigation, geography-us, contract-type-delivery-order, size-category-small-business, competition-level-sole-source, business-type-sdvosb, service-rdte, topic-counter-ied, contract-pricing-time-and-materials
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $2.5 million to USBTA SERVICE GROUP, LLC. COUNTER IED SECTION (CIEDS) RDT&E SUPPORT
Who is the contractor on this award?
The obligated recipient is USBTA SERVICE GROUP, LLC.
Which agency awarded this contract?
Awarding agency: Department of Justice (Federal Bureau of Investigation).
What is the total obligated amount?
The obligated amount is $2.5 million.
What is the period of performance?
Start: 2023-06-28. End: 2026-06-27.
What is the specific expertise of USBTA Service Group, LLC in the Counter IED domain that justified a sole-source award?
The justification for a sole-source award typically stems from unique capabilities, specialized knowledge, or proprietary technology held by the contractor. For USBTA Service Group, LLC, this could involve specific patented technologies for IED detection or disruption, highly specialized personnel with unique operational experience in Counter IED (CIED) environments, or a proven track record on prior related efforts that makes them the only viable option. The Federal Bureau of Investigation (FBI) would have documented this justification, often citing factors like urgency, lack of competition, or the need for continuity of service or research. Without access to the official justification documentation, the precise reasons remain speculative, but they would center on USBTA's singular ability to meet the FBI's specific RDT&E requirements for CIED.
How does the Time and Materials (T&M) contract structure compare to other contract types for RDT&E services, and what are the associated risks?
Time and Materials (T&M) contracts are often used when the scope of work is not clearly defined at the outset, which can be common in research and development (R&D) or RDT&E projects. Unlike Firm-Fixed-Price (FFP) contracts, where the contractor agrees to a set price, T&M contracts reimburse the contractor for direct labor hours at specified hourly rates and for the actual cost of materials. This offers flexibility but carries significant risk for the government. The primary risk is cost overrun, as the final cost is not capped unless a ceiling price is established. Effective oversight by the government is paramount to ensure that labor hours are reasonable and allocable, materials are necessary and priced appropriately, and the work performed aligns with the evolving project objectives. Other contract types like Cost-Plus-Fixed-Fee (CPFF) or FFP might offer better cost certainty for more defined RDT&E tasks.
What are the potential performance metrics or deliverables expected under this Counter IED RDT&E Support contract?
While specific performance metrics and deliverables are not publicly detailed for this contract, RDT&E support contracts typically involve a range of outputs. These could include technical reports detailing research findings, feasibility studies, prototype designs, test plans and results, data analysis, and recommendations for future development. For Counter IED (CIED) RDT&E, deliverables might focus on evaluating new sensor technologies, assessing the effectiveness of counter-blast materials, developing improved detection algorithms, or testing new methods for neutralizing explosive threats. Performance would likely be assessed based on the quality, timeliness, and technical accuracy of these deliverables, as well as the contractor's ability to adapt to evolving research requirements and provide innovative solutions to complex CIED challenges.
What is the historical spending pattern for Counter IED RDT&E support by the FBI or similar agencies?
Historical spending on Counter IED (CIED) RDT&E by agencies like the FBI, Department of Defense (DoD), and Department of Homeland Security (DHS) has been substantial and fluctuates based on threat assessments and technological advancements. While specific FBI historical data for CIED RDT&E is not readily available in the public domain, the DoD alone spends billions annually on related research and development efforts. Agencies often procure such services through a mix of contract types, including sole-source awards for highly specialized needs and competitive bids for broader requirements. Spending trends are influenced by geopolitical events, emerging threats, and the pace of technological innovation in both offensive and defensive capabilities related to improvised explosive devices.
How does the award to a Service-Disabled Veteran-Owned Small Business (SDVOSB) impact the overall federal small business contracting goals?
The award to USBTA Service Group, LLC, an SDVOSB, contributes positively towards the federal government's overall small business contracting goals. The government sets annual targets for prime contracting dollars awarded to various categories of small businesses, including SDVOSBs. While this specific contract was sole-sourced and not a set-aside, the fact that the prime contractor is an SDVOSB means that a portion of federal spending is directed towards this prioritized small business category. Agencies are encouraged to maximize opportunities for SDVOSBs, and awards like this, even if sole-source, demonstrate a commitment to utilizing these businesses. The success of SDVOSB contractors can also encourage further growth and participation in the federal marketplace.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Other Scientific and Technical Consulting Services
Product/Service Code: RESEARCH AND DEVELOPMENT › C – National Defense R&D Services
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 609 CAROLINA FARMS BLVD, MYRTLE BEACH, SC, 29579
Business Categories: Category Business, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $2,791,338
Exercised Options: $2,564,056
Current Obligation: $2,522,552
Actual Outlays: $2,295,224
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 15F06721D0003094
IDV Type: IDC
Timeline
Start Date: 2023-06-28
Current End Date: 2026-06-27
Potential End Date: 2026-06-27 00:00:00
Last Modified: 2026-04-07
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.)