DHS Awards $3.1M for C4IT Polar Icebreaker Support to Chugach Information Technology LLC
Contract Overview
Contract Amount: $3,139,520 ($3.1M)
Contractor: Chugach Information Technology LLC
Awarding Agency: Department of Homeland Security
Start Date: 2019-07-01
End Date: 2024-06-30
Contract Duration: 1,826 days
Daily Burn Rate: $1.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: C4IT POLAR ICEBREAKER (WAGB) SUPPORT FOR US COAST GUARD BASE SEATTLE
Place of Performance
Location: SEATTLE, KING County, WASHINGTON, 98134
Plain-Language Summary
Department of Homeland Security obligated $3.1 million to CHUGACH INFORMATION TECHNOLOGY LLC for work described as: C4IT POLAR ICEBREAKER (WAGB) SUPPORT FOR US COAST GUARD BASE SEATTLE Key points: 1. Contract awarded for essential C4IT support for a Coast Guard icebreaker. 2. Competition was full and open after exclusion of sources, suggesting a structured procurement. 3. The contract value is moderate, but the specific services are critical for operational readiness. 4. IT services for specialized maritime assets represent a niche but vital sector.
Value Assessment
Rating: good
The contract value of $3.1M over five years appears reasonable for specialized C4IT support. Benchmarking against similar contracts for maritime IT services would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The procurement method was 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. This indicates that while some sources may have been initially excluded, the final award was made through a competitive process, which generally supports fair pricing.
Taxpayer Impact: The competitive nature of the award suggests taxpayers are likely receiving fair value for the services rendered, avoiding potential overpricing associated with sole-source contracts.
Public Impact
Ensures operational readiness of a critical Coast Guard asset. Supports national security interests in polar regions. Provides specialized IT services for a unique maritime platform.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if specialized knowledge is not transferable.
- Dependence on a single vendor for critical C4IT systems.
Positive Signals
- Supports a vital national security mission.
- Competitive award process likely ensures reasonable pricing.
Sector Analysis
This contract falls within the IT services sector, specifically supporting specialized government maritime operations. Spending benchmarks for similar IT support contracts for federal agencies can vary widely based on complexity and system requirements.
Small Business Impact
The contract was awarded to Chugach Information Technology LLC. Information regarding small business participation or subcontracting is not explicitly detailed in the provided data.
Oversight & Accountability
The award was made by the Department of Homeland Security (U.S. Coast Guard). Standard oversight mechanisms for federal contracts would apply, including performance monitoring and financial accountability.
Related Government Programs
- Computer Systems Design Services
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Potential for vendor lock-in
- Dependence on specialized IT support
- Criticality of C4IT systems for mission success
- Long contract duration requires sustained oversight
Tags
computer-systems-design-services, department-of-homeland-security, wa, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $3.1 million to CHUGACH INFORMATION TECHNOLOGY LLC. C4IT POLAR ICEBREAKER (WAGB) SUPPORT FOR US COAST GUARD BASE SEATTLE
Who is the contractor on this award?
The obligated recipient is CHUGACH INFORMATION TECHNOLOGY LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Coast Guard).
What is the total obligated amount?
The obligated amount is $3.1 million.
What is the period of performance?
Start: 2019-07-01. End: 2024-06-30.
What is the specific nature of the C4IT systems supported and their criticality to the icebreaker's mission?
The C4IT systems likely encompass command, control, communications, computers, and intelligence infrastructure essential for the Polar Icebreaker's operations. This includes navigation, communication links, data processing, and potentially sensor integration. Their criticality stems from enabling mission execution, ensuring crew safety, and maintaining situational awareness in remote and challenging environments.
Are there any identified risks associated with the vendor's ability to provide continuous support throughout the contract duration?
Risks could include vendor financial stability, key personnel retention, or the ability to adapt to evolving technological requirements. Given the five-year duration, ongoing monitoring of the vendor's performance and capacity is crucial. The 'exclusion of sources' in the competition might warrant a review to ensure no critical capabilities were overlooked.
How does the performance of these C4IT services directly contribute to the effectiveness of the US Coast Guard's polar missions?
Effective C4IT services are fundamental to the icebreaker's mission success. They enable seamless communication with command centers, facilitate data sharing for navigation and ice analysis, support operational planning, and ensure the crew can effectively manage the vessel and its assets. Without robust C4IT, the icebreaker's ability to conduct search and rescue, enforce maritime law, and conduct scientific research would be severely hampered.
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 › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3800 CENTERPOINT DR STE 1200, ANCHORAGE, AK, 99503
Business Categories: 8(a) Program Participant, 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, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,139,520
Exercised Options: $3,139,520
Current Obligation: $3,139,520
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS00Q17GWD2309
IDV Type: GWAC
Timeline
Start Date: 2019-07-01
Current End Date: 2024-06-30
Potential End Date: 2024-06-30 00:00:00
Last Modified: 2026-01-20
More Contracts from Chugach Information Technology LLC
- Federal Contract — $37.3M (Department of Defense)
- Other Command Funded (OCF) Surface Maintenance/Repair (SMR) and Visual Information Systems (VIS) Maintenance/Repair Support Services — $26.5M (Department of Defense)
- Uscg Technical, Readiness and Project Implementation Support — $22.7M (Department of Defense)
- Unclassified Common Operational Picture (ucop) Engineering Development Services — $5.6M (Department of Homeland Security)
- THE Objective of the Bass Requirement IS to Obtain Necessary Contractor Services Support in Maintaining Interoperability, Restructure Existing Processes, Test Changes, Implement Changes, Train Users in the Field and Support Personnel, Monitor Success Through Help Desk Support, and Collect Metrics — $3.9M (Department of Homeland Security)
View all Chugach Information Technology LLC federal contracts →
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)