DOJ's FBI awards $24.8M IT services contract to Amentum Technology, Inc. for computer systems design
Contract Overview
Contract Amount: $24,798,021 ($24.8M)
Contractor: Amentum Technology, Inc.
Awarding Agency: Department of Justice
Start Date: 2025-09-29
End Date: 2026-09-28
Contract Duration: 364 days
Daily Burn Rate: $68.1K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: IT SERVICES- CMAS- ITSSS-2 SCOR 12
Place of Performance
Location: COLUMBIA, HOWARD County, MARYLAND, 21046
State: Maryland Government Spending
Plain-Language Summary
Department of Justice obligated $24.8 million to AMENTUM TECHNOLOGY, INC. for work described as: IT SERVICES- CMAS- ITSSS-2 SCOR 12 Key points: 1. Contract value represents a significant investment in IT infrastructure for the FBI. 2. The award was made under a broad IT services schedule, suggesting potential for future task orders. 3. The time and materials pricing model introduces cost uncertainty if not closely managed. 4. The contract duration of one year with no options indicates a short-term need or a pilot program. 5. The specific NAICS code points to a focus on core computer systems design and integration. 6. The contract is not set aside for small businesses, implying a focus on large prime contractors.
Value Assessment
Rating: fair
The contract value of $24.8 million for one year of computer systems design services appears within a reasonable range for federal IT support. However, without specific details on the scope of work and deliverables, a precise value-for-money assessment is challenging. The time and materials (T&M) pricing structure, while common, can lead to cost overruns if not meticulously monitored and controlled by the agency. Benchmarking against similar FBI or DOJ IT services contracts would provide a clearer picture of whether this pricing is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition, indicating that all responsible sources were permitted to submit offers. The specific vehicle used, a BPA Call under an IT Services Schedule (CMAS ITSSS-2 SCOR 12), suggests a competitive process was likely employed at the BPA level, and then further competition for the call order. The number of bidders for this specific call order is not provided, but the 'full and open' designation generally implies a robust competitive environment.
Taxpayer Impact: A full and open competition is generally favorable for taxpayers as it aims to secure the best value by allowing a wide range of potential contractors to compete, driving down prices through market forces.
Public Impact
The Federal Bureau of Investigation (FBI) is the primary beneficiary, receiving essential computer systems design services. These services are critical for maintaining and enhancing the FBI's technological infrastructure and operational capabilities. The contract is geographically focused on Maryland (ST: MD), suggesting a concentration of services or personnel in that region. The contract supports IT professionals and potentially other roles involved in computer systems design and implementation.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The Time and Materials (T&M) pricing model can lead to cost escalation if not managed with strict oversight and defined labor categories.
- The one-year duration without options may necessitate a new procurement process soon, potentially disrupting service continuity if not planned proactively.
- Lack of specific performance metrics in the provided data makes it difficult to assess the contractor's performance potential beyond the competitive award.
Positive Signals
- Awarded through a full and open competition, indicating a competitive marketplace was leveraged.
- The contractor, Amentum Technology, Inc., is likely an established entity capable of handling federal IT contracts.
- The contract falls under a recognized IT Services Schedule (CMAS ITSSS-2 SCOR 12), suggesting adherence to established federal procurement standards.
Sector Analysis
This contract falls within the broader IT Services sector, specifically focusing on Computer Systems Design Services (NAICS 541512). This sector is a critical component of federal IT modernization efforts, encompassing a wide range of activities from system integration and network design to software development and cybersecurity. Federal spending in this area is substantial, driven by the need to maintain legacy systems while adopting new technologies. Comparable spending benchmarks would typically involve analyzing other contracts for similar IT design and integration services awarded by agencies like the FBI, DOJ, or other law enforcement and intelligence agencies.
Small Business Impact
The data indicates this contract was not set aside for small businesses (SS: false, SB: false). This suggests the requirement was likely deemed too large or specialized for a small business set-aside, or that the competition focused on larger prime contractors with the capacity to fulfill the extensive IT systems design needs. There is no explicit information on subcontracting plans for small businesses within this award, which could be a missed opportunity to engage the small business IT ecosystem.
Oversight & Accountability
Oversight for this contract would primarily reside with the Federal Bureau of Investigation (FBI) contracting officers and program managers. The contract's performance would be monitored against the terms and conditions outlined in the BPA Call, particularly regarding deliverables, timelines, and labor hours under the T&M structure. Transparency is facilitated through federal procurement databases like FPDS-NG where contract awards are reported. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.
Related Government Programs
- FBI IT Modernization Programs
- DOJ Enterprise IT Services
- GSA IT Schedule Contracts
- Computer Systems Design Services Federal Contracts
- Law Enforcement Technology Support
Risk Flags
- Potential for cost overruns due to Time and Materials pricing.
- Need for robust contract oversight to manage scope and labor hours.
- Short contract duration may require follow-on procurement planning.
- Limited visibility into specific performance metrics from provided data.
Tags
it-services, computer-systems-design, department-of-justice, federal-bureau-of-investigation, maryland, time-and-materials, full-and-open-competition, bpa-call, naics-541512, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $24.8 million to AMENTUM TECHNOLOGY, INC.. IT SERVICES- CMAS- ITSSS-2 SCOR 12
Who is the contractor on this award?
The obligated recipient is AMENTUM TECHNOLOGY, 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 $24.8 million.
What is the period of performance?
Start: 2025-09-29. End: 2026-09-28.
What is the track record of Amentum Technology, Inc. in performing similar computer systems design services for the federal government?
Amentum Technology, Inc. has a significant history of performing IT services for the federal government. While the provided data focuses on a single contract, a deeper analysis of their contract history in FPDS-NG would reveal their experience with similar NAICS codes (e.g., 541512) and contract types (e.g., Time and Materials, BPA Calls). Examining past performance evaluations, contract values, and agency clients would provide a comprehensive understanding of their capabilities and reliability in delivering computer systems design solutions. Their portfolio likely includes work across various federal agencies, demonstrating adaptability to different mission requirements and procurement vehicles.
How does the awarded amount compare to similar IT systems design contracts awarded by the FBI or other law enforcement agencies?
The awarded amount of approximately $24.8 million for a one-year contract for computer systems design services needs to be benchmarked against comparable federal contracts. Similar contracts for IT systems design, integration, and support awarded by agencies like the FBI, DEA, or DHS, particularly those under GSA IT Schedules or other GWACs, would serve as relevant comparisons. Factors such as contract duration, scope of work complexity, labor categories, and geographic location influence pricing. Without specific details on the deliverables and required expertise for this particular contract, a precise comparison is difficult, but the value appears within the typical range for substantial federal IT support engagements.
What are the primary risks associated with the Time and Materials (T&M) pricing structure for this contract?
The primary risk associated with the Time and Materials (T&M) pricing structure is the potential for cost overruns and a lack of definitive cost control. Unlike fixed-price contracts, T&M contracts pay the contractor for the actual labor hours and materials used. If the scope of work is not clearly defined, or if project management and oversight are insufficient, the contractor may incur more hours or use more expensive materials than anticipated, leading to a higher final cost than initially budgeted. This necessitates robust monitoring by the FBI to ensure efficient labor utilization and prevent scope creep without proper adjustments.
How effective is the 'full and open competition' approach likely to be in ensuring value for this specific IT services contract?
A full and open competition approach is generally considered effective in maximizing value for IT services contracts by fostering a competitive environment. It allows a broad range of qualified vendors to submit proposals, increasing the likelihood of receiving competitive pricing and innovative solutions. For this FBI contract, the 'full and open' designation suggests that the agency sought to leverage the widest possible market. The effectiveness, however, also depends on the clarity of the solicitation requirements, the evaluation criteria used, and the number and quality of bids received. A well-executed full and open competition typically leads to better price discovery and a stronger contractor performance.
What are the historical spending patterns for computer systems design services within the Department of Justice or the FBI?
Historical spending patterns for computer systems design services within the Department of Justice (DOJ) and the FBI show a consistent and significant investment in IT infrastructure and support. These agencies rely heavily on advanced technological systems for investigations, data analysis, and operational support. Spending in this category typically fluctuates based on modernization initiatives, cybersecurity needs, and the lifecycle of existing systems. Analyzing past contract awards for NAICS code 541512 and related IT services over several fiscal years would reveal trends in contract values, types of services procured, and primary contractors, providing context for the current $24.8 million award.
What are the implications of the contract being awarded under a BPA Call (Blanket Purchase Agreement Call)?
Awarding this contract under a BPA Call signifies that it was likely issued against an existing Blanket Purchase Agreement (BPA), which itself was established under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract, such as a GSA Schedule. BPAs streamline the procurement process for recurring needs by pre-negotiating terms and conditions. A BPA Call means a specific task order was issued under that BPA. This approach often implies that the underlying IDIQ contract underwent a competitive process, and the BPA Call itself may have involved further competition among BPA holders or was a direct call if the BPA allowed. It generally leads to faster award times and potentially better pricing due to pre-negotiated rates.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - IT MANAGEMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Pae-Parsons Global Logistics Services, LLC
Address: 6716 ALEXANDER BELL DRIVE, SUITE 210, COLUMBIA, MD, 21046
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $24,798,021
Exercised Options: $24,798,021
Current Obligation: $24,798,021
Actual Outlays: $7,008,063
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 15F06724A0000332
IDV Type: BPA
Timeline
Start Date: 2025-09-29
Current End Date: 2026-09-28
Potential End Date: 2031-03-28 00:00:00
Last Modified: 2026-01-30
More Contracts from Amentum Technology, Inc.
- THE Test and Operations Support Contract (tosc) IS a Cost-Plus-Award-Fee Contract With an Indefinite Delivery Indefinite Quantity Task Ordering Provision. Tosc Provides a Processing Contract for the Kennedy Space Center (KSC) Supporting Multiple Customers. the Scope of This Contract Includes Program Management and Control; Safety and Mission Assurance; Information Management; Processing Support Systems and Integration; Flight Hardware Processing; Ground Systems Operations, Maintenance and Sustaining Engineering; Logistics and Spaceport Services. Tosc Provides Overall Management and Implementation of Ground Systems Capabilities, Flight Hardware Processing and Launch Operations AT KSC in Florida. These Tasks Will Support the International Space Station, Ground Systems Development and Operations, and the Space Launch System, Orion Multi-Purpose Crew Vehicle and Launch Services Programs. Tosc Also Provides Ground Processing for Launch Vehicles, Spacecraft and Payloads in Support of Emerging Programs, Commercial Entities and Other Government Agencies AS Designated by the Government. Services Include Advanced Planning and Special Studies; Development of Designated Ground Systems; Operational Support for Design and Development of Flight Hardware and Ground Systems; Spacecraft, Payload, and Launch Vehicle Servicing and Processing; Ground Systems Services; and Logistics and Other Processing Support Services. Flight Hardware Processing and Servicing Activities Include Assembly, Integration, Checkout, and Depot-Level Maintenance and Repair. Launch Vehicle and Spacecraft Operations Include Advanced Planning, Element Processing, Integration, Test, Launch and Recovery Services. Ground Systems Services Include Operations, Maintenance and Validation of Associated Ground Systems and Support Equipment Necessary for Human Space Flight and Exploration. Contract Activities Will BE Performed in the Most Cost-Effective and Efficient Manner Supporting the Government S Priorities for Safety, Mission Success, Customer Satisfaction and Innovation While Maintaining Flexibility and Responsiveness to Changing Requirements. With the Award of This Contract, KSC IS Positioning Itself for the Next ERA of Space Exploration. KSC IS Transitioning to a 21st-Century Launch Facility With Multiple Users, Both Private and Government. a Dynamic Infrastructure IS Taking Shape, Designed to Host Many Kinds of Spacecraft and Rockets Sending People on America's Next Voyages in Space — $2.1B (National Aeronautics and Space Administration)
- Engineering Science Contract — $1.9B (National Aeronautics and Space Administration)
- Engineering Services and Science Capability Augmentation (essca) — $1.9B (National Aeronautics and Space Administration)
- Enterprise Core Services (enduring) — $979.2M (Department of Defense)
- Engineering Science and Technology — $874.0M (National Aeronautics and Space Administration)
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.)