GSA Awards $10.4M Technology Vulnerability Analysis Contract to Dynetics, Inc. for Engineering Services
Contract Overview
Contract Amount: $10,398,747 ($10.4M)
Contractor: Dynetics, Inc.
Awarding Agency: General Services Administration
Start Date: 2023-05-10
End Date: 2026-05-09
Contract Duration: 1,095 days
Daily Burn Rate: $9.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: TECHNOLOGY VULNERABILITY ANALYSIS II
Place of Performance
Location: SAN ANTONIO, BEXAR County, TEXAS, 78201
State: Texas Government Spending
Plain-Language Summary
General Services Administration obligated $10.4 million to DYNETICS, INC. for work described as: TECHNOLOGY VULNERABILITY ANALYSIS II Key points: 1. Contract awarded to Dynetics, Inc. for technology vulnerability analysis. 2. Significant contract value of $10.4 million over three years. 3. Procured via full and open competition, suggesting market availability. 4. Engineering services sector, critical for national security and infrastructure.
Value Assessment
Rating: good
The contract's Cost Plus Fixed Fee (CPFF) structure allows for flexibility but requires careful monitoring of costs to ensure value. Benchmarking against similar CPFF contracts for specialized engineering services is recommended.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Full and open competition was utilized, indicating a robust market for these services. This method generally promotes competitive pricing and allows the government to select the best value offer.
Taxpayer Impact: The competitive nature of the award is expected to yield fair pricing, maximizing taxpayer value for essential technology vulnerability analysis.
Public Impact
Enhances federal cybersecurity posture by identifying technological weaknesses. Supports critical infrastructure protection through advanced engineering analysis. Contributes to national security by mitigating potential cyber threats.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- CPFF contract type can lead to cost overruns if not managed closely.
- Potential for scope creep in complex technology vulnerability assessments.
Positive Signals
- Awarded through full and open competition, ensuring market-driven pricing.
- Long-term contract (3 years) provides stability for critical services.
- Dynetics, Inc. is a known entity in defense and aerospace sectors.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), which is crucial for government operations, particularly in defense and technology. Spending in this sector is consistently high due to the need for specialized expertise.
Small Business Impact
The data does not indicate any specific set-aside for small businesses. While Dynetics, Inc. is a significant contractor, further analysis would be needed to determine if subcontracting opportunities exist for small businesses.
Oversight & Accountability
The General Services Administration (GSA) is responsible for overseeing this contract. Standard GSA oversight procedures, including performance monitoring and financial reviews, should ensure accountability and proper execution.
Related Government Programs
- Engineering Services
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Cost Plus Fixed Fee (CPFF) contract type requires diligent cost monitoring.
- Potential for undefined scope leading to cost overruns.
- Dependence on contractor's expertise for accurate vulnerability assessment.
- Need for clear performance metrics and deliverables.
Tags
engineering-services, general-services-administration, tx, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $10.4 million to DYNETICS, INC.. TECHNOLOGY VULNERABILITY ANALYSIS II
Who is the contractor on this award?
The obligated recipient is DYNETICS, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $10.4 million.
What is the period of performance?
Start: 2023-05-10. End: 2026-05-09.
What specific methodologies will be employed for the technology vulnerability analysis, and how will the findings be prioritized for remediation?
The contract specifies 'Technology Vulnerability Analysis II,' implying a focus on identifying and assessing weaknesses in technological systems. The specific methodologies are not detailed in the provided data but would typically involve penetration testing, code review, and system configuration audits. Prioritization of findings would likely be based on risk severity, potential impact, and ease of exploitation, guided by established cybersecurity frameworks.
How does the fixed fee component of the CPFF contract ensure cost control and prevent contractor over-utilization of resources?
In a Cost Plus Fixed Fee (CPFF) contract, the fixed fee represents the contractor's profit, which is agreed upon upfront. While the government reimburses allowable costs, the fixed fee incentivizes the contractor to manage costs efficiently to maximize their profit margin. However, robust government oversight is still crucial to ensure that costs are reasonable and allocable to the contract's scope.
What is the anticipated impact of this contract on the government's overall cybersecurity readiness and threat mitigation capabilities?
This contract is expected to significantly enhance the government's cybersecurity readiness by proactively identifying and addressing technological vulnerabilities before they can be exploited by adversaries. By providing detailed analysis and potential remediation strategies, it directly contributes to mitigating threats and strengthening the overall security posture of federal systems and data.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QFMA23R0001
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 1002 EXPLORER BOULEVARD, HUNTSVILLE, AL, 35806
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $34,989,386
Exercised Options: $20,213,406
Current Obligation: $10,398,747
Actual Outlays: $-21,620
Subaward Activity
Number of Subawards: 8
Total Subaward Amount: $1,722,681
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS00Q14OADU114
IDV Type: IDC
Timeline
Start Date: 2023-05-10
Current End Date: 2026-05-09
Potential End Date: 2028-05-09 00:00:00
Last Modified: 2026-03-19
More Contracts from Dynetics, Inc.
- FY25 BUY — $356.7M (Department of Defense)
- Work Required for the Design, Development, Manufacture, Test, Launch, Demonstration and Engineering Support of the Human Landing System Integrated Lander — $239.7M (National Aeronautics and Space Administration)
- UCO - Guam Defense Systems — $204.0M (Department of Defense)
- Task Order for High Energy Laser Tactical Vehicle Demonstrator - the Usasmdc/Arstrat IS the HEL Developer for the Army and This Requirement Will Serve AS an Enabler for a Potential Technology Transition to the Program Executive Office Missiles and Space for the Indirect Fire Protection Capability Increment 2-Intercept Program of Record. Igf::ot::igf — $202.7M (Department of Defense)
- Chgb TPS NTE Award — $195.5M (Department of Defense)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)