DOT Awards $5.79M Task Order to EVOTECH for NOC/SOC/CC Services
Contract Overview
Contract Amount: $5,787,223 ($5.8M)
Contractor: Evotech, LLC
Awarding Agency: Department of Transportation
Start Date: 2023-11-20
End Date: 2026-01-16
Contract Duration: 788 days
Daily Burn Rate: $7.3K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TASK ORDER TO CONTINUE NOC/SOC/CC SERVICES FOR OPTION IV OF THE BASE CONTRACT.
Place of Performance
Location: SAN ANTONIO, BEXAR County, TEXAS, 78247
State: Texas Government Spending
Plain-Language Summary
Department of Transportation obligated $5.8 million to EVOTECH, LLC for work described as: TASK ORDER TO CONTINUE NOC/SOC/CC SERVICES FOR OPTION IV OF THE BASE CONTRACT. Key points: 1. EVOTECH, LLC secured a $5.79M task order for continued NOC/SOC/CC services. 2. The contract falls under 'All Other Professional, Scientific, and Technical Services' (NAICS 541990). 3. Awarded via full and open competition, suggesting potential for competitive pricing. 4. The duration is approximately 788 days, ending January 2026.
Value Assessment
Rating: fair
The contract value of $5.79M over roughly 2.5 years appears reasonable for specialized IT support services. Benchmarking against similar NOC/SOC contracts would provide a clearer picture of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, which typically allows for a broad range of potential bidders and can lead to more competitive pricing. The impact on price discovery is generally positive in such scenarios.
Taxpayer Impact: Taxpayer funds are being used for essential IT support services, with competition aiming to ensure reasonable cost.
Public Impact
Ensures continued operation of critical network and security services for the FAA. Supports the technological infrastructure vital for air traffic management. The contract's duration extends into early 2026, indicating ongoing need.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or KPIs in the provided data.
- Potential for cost overruns if scope expands beyond initial estimates.
- Reliance on a single vendor for critical IT services.
Positive Signals
- Awarded through full and open competition.
- Firm Fixed Price contract type can limit cost uncertainty.
- Services are essential for operational continuity.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically IT support. Spending in this area is substantial across government, with benchmarks varying widely based on service complexity and duration.
Small Business Impact
The data indicates this contract was not set aside for small businesses and the awardee, EVOTECH, LLC, is not explicitly identified as a small business in this context. Further analysis would be needed to determine the overall small business participation.
Oversight & Accountability
Oversight would typically involve regular performance reviews by the FAA contracting officer's representative to ensure EVOTECH meets the service level agreements and deliverables outlined in the task order.
Related Government Programs
- All Other Professional, Scientific, and Technical Services
- Department of Transportation Contracting
- Federal Aviation Administration Programs
Risk Flags
- Potential for scope creep impacting cost.
- Vendor lock-in for critical services.
- Dependence on a single vendor for essential IT functions.
- Need for robust performance monitoring to ensure service quality.
Tags
all-other-professional-scientific-and-te, department-of-transportation, tx, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $5.8 million to EVOTECH, LLC. TASK ORDER TO CONTINUE NOC/SOC/CC SERVICES FOR OPTION IV OF THE BASE CONTRACT.
Who is the contractor on this award?
The obligated recipient is EVOTECH, LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $5.8 million.
What is the period of performance?
Start: 2023-11-20. End: 2026-01-16.
What specific metrics define the success of the NOC/SOC/CC services, and how are they measured and reported?
Success metrics for NOC/SOC/CC services typically include uptime percentages, incident response times, mean time to resolution (MTTR), security event detection rates, and compliance adherence. These are usually measured through automated monitoring tools and documented in regular performance reports submitted by the contractor and reviewed by the government's contracting officer's representative (COR).
What are the potential risks associated with the firm fixed price contract type for these ongoing IT services?
While a firm fixed price (FFP) contract provides cost certainty, it can pose risks if the scope of work is not clearly defined or if unforeseen technical challenges arise. The contractor might be incentivized to cut corners on quality or service levels to maintain profitability, or conversely, may seek change orders if the initial scope was underestimated, potentially leading to cost increases.
How does the continuation of these services impact the FAA's overall IT modernization and cybersecurity posture?
Continuing these services ensures the immediate operational stability and security of critical FAA systems. However, it's crucial that this task order aligns with the FAA's broader IT modernization strategy. If the services primarily maintain legacy systems without contributing to modernization efforts, it could potentially hinder long-term agility and security improvements.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: TECHNICAL REPRESENTATIVE SVCS. › TECHNICAL REPRESENTATIVE SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: TWO STEP
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 9658 BALTIMORE AVE STE 300, COLLEGE PARK, MD, 20740
Business Categories: Category Business, Economically Disadvantaged Women Owned Small Business, Self-Certified Small Disadvantaged Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $5,787,223
Exercised Options: $5,787,223
Current Obligation: $5,787,223
Actual Outlays: $5,787,223
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 6973GH20D00012
IDV Type: IDC
Timeline
Start Date: 2023-11-20
Current End Date: 2026-01-16
Potential End Date: 2026-01-16 00:00:00
Last Modified: 2026-01-15
More Contracts from Evotech, LLC
- Border Patrol Technical Operations Center (bptoc) Services in Support of US Customs and Border Protections Surveillance Systems. This IS a Task Order Against Existing Pricing IAW Idiq Contract — $3.5M (Department of Transportation)
- Noc/Soc Support — $2.0M (Department of Homeland Security)
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)