DOJ awards $2.57M for architectural services to KONIAG TECHNOLOGY SOLUTIONS INC, with 7 bids received

Contract Overview

Contract Amount: $2,571,614 ($2.6M)

Contractor: Koniag Technology Solutions Inc

Awarding Agency: Department of Justice

Start Date: 2024-09-30

End Date: 2026-09-29

Contract Duration: 729 days

Daily Burn Rate: $3.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 7

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: AEP REGION 1 ONSITE SERVICES

Place of Performance

Location: ANCHORAGE, ANCHORAGE County, ALASKA, 99503

State: Alaska Government Spending

Plain-Language Summary

Department of Justice obligated $2.6 million to KONIAG TECHNOLOGY SOLUTIONS INC for work described as: AEP REGION 1 ONSITE SERVICES Key points: 1. Value for money appears reasonable given the competitive nature of the award. 2. The contract was awarded under full and open competition, indicating a healthy market. 3. Risk indicators are low due to the fixed-price contract type and established service area. 4. Performance context is for onsite architectural services, a critical function for facility management. 5. This contract fits within the broader IT and professional services sector for government agencies.

Value Assessment

Rating: good

The contract value of $2.57 million over two years for architectural services is within a reasonable range for federal contracts of this nature. Benchmarking against similar architectural service contracts awarded by the FBI or other DOJ components would provide a more precise value-for-money assessment. The firm-fixed-price structure suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government. However, without specific details on the scope of work and deliverables, a definitive assessment of pricing efficiency is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded through full and open competition, with seven bids received. This indicates a robust bidding process and suggests that multiple qualified firms were interested in providing the architectural services. The presence of seven bidders generally leads to better price discovery and encourages competitive pricing, benefiting the government.

Taxpayer Impact: The high level of competition for this contract is beneficial for taxpayers, as it likely resulted in a more favorable price than a sole-source or limited competition award. It ensures that taxpayer funds are used efficiently by selecting the most cost-effective solution among qualified offerors.

Public Impact

The Federal Bureau of Investigation (FBI) will benefit from these architectural services for its facilities. Services include architectural design, planning, and potentially oversight for construction or renovation projects. The geographic impact is focused on Alaska (AK), where the services will be delivered. Workforce implications may include support for local architectural and engineering firms in Alaska through subcontracting opportunities, though this is not explicitly stated.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Architectural services fall under the broader professional, scientific, and technical services sector, which is a significant component of federal spending. This contract specifically supports the government's need for facility design and management. Comparable spending benchmarks for architectural services can vary widely based on project complexity, location, and agency. The $2.57 million award for a two-year period is a moderate-sized contract within this domain.

Small Business Impact

The 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 mandated by a set-aside. However, the prime contractor, KONIAG TECHNOLOGY SOLUTIONS INC, may choose to subcontract portions of the work to small businesses as part of their business strategy, which could provide opportunities within the Alaskan small business ecosystem.

Oversight & Accountability

Oversight for this contract will primarily be managed by the Federal Bureau of Investigation (FBI) contracting officers and program managers. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified architectural services. Transparency is facilitated through federal contract databases where this award is reported. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

architectural-services, department-of-justice, federal-bureau-of-investigation, alaska, firm-fixed-price, full-and-open-competition, professional-services, it-services, delivery-order, koniag-technology-solutions-inc

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $2.6 million to KONIAG TECHNOLOGY SOLUTIONS INC. AEP REGION 1 ONSITE SERVICES

Who is the contractor on this award?

The obligated recipient is KONIAG TECHNOLOGY SOLUTIONS INC.

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Bureau of Investigation).

What is the total obligated amount?

The obligated amount is $2.6 million.

What is the period of performance?

Start: 2024-09-30. End: 2026-09-29.

What is the track record of KONIAG TECHNOLOGY SOLUTIONS INC with federal contracts, particularly for architectural services?

KONIAG TECHNOLOGY SOLUTIONS INC has a history of federal contracting. While specific details on their architectural service performance require deeper analysis of past contracts, their ability to win this $2.57 million award suggests they possess the necessary qualifications and experience. Further investigation into their past performance reviews, contract completion success rates, and any past disputes or awards would provide a more comprehensive understanding of their track record. Examining their portfolio of previously completed architectural projects for government agencies would also shed light on their capabilities and reliability in delivering similar services.

How does the awarded price compare to market rates for similar architectural services in Alaska?

Benchmarking the $2.57 million award against market rates for architectural services in Alaska requires detailed analysis of the specific scope of work. Factors such as the type of facilities, complexity of design, required certifications, and local labor costs significantly influence pricing. Generally, firm-fixed-price contracts awarded under full and open competition tend to reflect competitive market rates. However, a precise comparison would necessitate accessing local industry cost data or analyzing publicly available data for comparable architectural projects in Alaska, considering the specific deliverables and duration of this contract.

What are the primary risks associated with this contract, and how are they mitigated?

The primary risks associated with this contract include potential scope creep, contractor performance issues, and adherence to federal regulations and building codes. Scope creep is mitigated by clearly defined contract requirements and deliverables. Contractor performance is managed through contract oversight, performance metrics, and the firm-fixed-price structure, which incentivizes timely and quality completion. Adherence to regulations is ensured through contract clauses and government review processes. The FBI's established procurement and oversight procedures are designed to mitigate these risks effectively.

How effective is the FBI in managing architectural service contracts to ensure optimal value and performance?

The FBI's effectiveness in managing architectural service contracts is generally assessed through its procurement processes and contract administration. The use of full and open competition for this contract suggests a commitment to achieving competitive pricing and selecting qualified vendors. The firm-fixed-price contract type is a standard method for mitigating cost risks. Ongoing contract management, including monitoring performance, ensuring compliance, and managing changes, is crucial for realizing optimal value. While this specific contract's effectiveness is yet to be determined over its performance period, the FBI's experience in managing complex service contracts indicates a structured approach to oversight.

What has been the historical spending pattern for architectural services by the FBI or DOJ in Alaska?

Analyzing historical spending patterns for architectural services by the FBI or DOJ in Alaska would provide context for this $2.57 million award. This involves reviewing past contract awards for similar services within the specified geographic region. Understanding the volume, value, and frequency of such contracts can reveal trends in agency needs and market responsiveness. A higher historical spending rate might indicate consistent demand, while significant fluctuations could suggest project-based needs or shifts in agency priorities. This analysis helps in assessing whether the current award aligns with established spending patterns or represents a new initiative.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesArchitectural Services

Product/Service Code: ARCHITECT/ENGINEER SERVICESARCH-ENG SVCS - GENERAL

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 7

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3800 CENTERPOINT DR STE 700, ANCHORAGE, AK, 99503

Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,571,614

Exercised Options: $2,571,614

Current Obligation: $2,571,614

Actual Outlays: $1,525,393

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 15F06724D0000844

IDV Type: IDC

Timeline

Start Date: 2024-09-30

Current End Date: 2026-09-29

Potential End Date: 2029-09-29 00:00:00

Last Modified: 2026-02-20

More Contracts from Koniag Technology Solutions Inc

View all Koniag Technology Solutions Inc federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending