DOE's $5.17M Cyber Security Support Contract Awarded to BCS LLC Under TEPS III

Contract Overview

Contract Amount: $5,166,208 ($5.2M)

Contractor: BCS LLC

Awarding Agency: Department of Energy

Start Date: 2025-08-11

End Date: 2026-08-10

Contract Duration: 364 days

Daily Burn Rate: $14.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: TECHNICAL, ANALYTICAL, AND MANAGEMENT SUPPORT SERVICES (TAMSS) FOR THE DEPARTMENT OF ENERGY'S OFFICE OF CYBERSECURITY, ENERGY SECURITY, AND EMERGENCY RESPONSE (CESER) UTILIZING THE TECHNICAL, ENGINEERING, AND PROGRAMMATIC SERVICES III (TEPS III)

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20585

State: District of Columbia Government Spending

Plain-Language Summary

Department of Energy obligated $5.2 million to BCS LLC for work described as: TECHNICAL, ANALYTICAL, AND MANAGEMENT SUPPORT SERVICES (TAMSS) FOR THE DEPARTMENT OF ENERGY'S OFFICE OF CYBERSECURITY, ENERGY SECURITY, AND EMERGENCY RESPONSE (CESER) UTILIZING THE TECHNICAL, ENGINEERING, AND PROGRAMMATIC SERVICES III (TEPS III) Key points: 1. Contract provides critical technical, analytical, and management support for DOE's cybersecurity and energy security initiatives. 2. Awarded via full and open competition, suggesting a robust market search. 3. The contract duration of 364 days indicates a focused, short-term need for specialized services. 4. Time and Materials pricing structure requires careful monitoring to manage costs effectively. 5. The small business subcontracting goals are not explicitly detailed, warranting further investigation. 6. This contract supports the Department of Energy's Office of Cybersecurity, Energy Security, and Emergency Response (CESER).

Value Assessment

Rating: good

The contract value of $5.17 million for one year of specialized support appears reasonable given the critical nature of cybersecurity for energy infrastructure. Benchmarking against similar support contracts for federal agencies reveals a competitive pricing landscape. The Time and Materials (T&M) pricing, while flexible, necessitates diligent oversight to ensure costs remain within projected parameters and deliver value for money. Without specific performance metrics or detailed cost breakdowns, a definitive value assessment is challenging, but the competitive award process provides a positive signal.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded through a full and open competition, indicating that the Department of Energy sought proposals from all eligible sources. The specific number of bidders is not provided, but the open competition suggests a healthy level of market interest and potential for competitive pricing. This approach allows the government to leverage the broadest range of capabilities and potentially secure the best value by fostering a competitive environment among qualified contractors.

Taxpayer Impact: A full and open competition generally benefits taxpayers by driving down prices through market forces and ensuring that the government receives services from the most capable and cost-effective provider available.

Public Impact

The primary beneficiaries are the Department of Energy's Office of Cybersecurity, Energy Security, and Emergency Response (CESER), which receives essential support. Services delivered include technical, analytical, and management support crucial for safeguarding national energy infrastructure. The geographic impact is national, as the cybersecurity of energy systems has widespread implications. Workforce implications include the potential for specialized cybersecurity and analytical roles within BCS LLC and its potential subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for cost overruns due to Time and Materials pricing structure if not closely managed.
  • Lack of explicit detail on small business subcontracting goals could limit opportunities for small businesses.
  • Dependence on a single contractor for critical cybersecurity support requires robust performance monitoring.
  • The effectiveness of the support will depend heavily on the specific expertise and execution by BCS LLC.

Positive Signals

  • Awarded through full and open competition, indicating a competitive process.
  • Contract supports a critical national security function (cybersecurity for energy infrastructure).
  • Utilizes an existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract (TEPS III), suggesting streamlined procurement.
  • Clear contract end date provides a defined period for service delivery and future re-evaluation.

Sector Analysis

This contract falls within the Management and General Management Consulting Services sector, specifically focusing on cybersecurity and emergency response within the energy industry. The energy sector's increasing reliance on digital infrastructure makes cybersecurity support a high-priority area for government agencies. Comparable spending benchmarks for similar analytical and technical support services for federal agencies often range from several million to tens of millions of dollars annually, depending on the scope and duration. The TEPS III IDIQ vehicle itself likely represents a significant portion of the DOE's spending on such services.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). While the primary contract was awarded to BCS LLC, there is no explicit mention of subcontracting requirements or goals for small businesses within the provided data. This suggests that opportunities for small businesses may be limited unless BCS LLC voluntarily includes them in its subcontracting plan. Further review of the contract's statement of work and subcontracting clauses would be necessary to fully assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of Energy's contracting officers and program managers responsible for CESER. The Time and Materials (T&M) pricing structure necessitates rigorous oversight to ensure that labor hours and material costs are reasonable and allocable to the contract's objectives. Transparency will depend on the DOE's reporting practices and the availability of performance data. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

  • Cybersecurity Support Services
  • Management and Consulting Services
  • Energy Sector Security
  • Emergency Response Support
  • Technical Support Services

Risk Flags

  • Potential for cost overruns due to T&M pricing
  • Limited visibility into small business subcontracting
  • Dependence on contractor performance for critical cybersecurity functions

Tags

cybersecurity, energy-sector, department-of-energy, ceser, management-consulting, technical-support, analytical-support, full-and-open-competition, time-and-materials, delivery-order, district-of-columbia, teps-iii

Frequently Asked Questions

What is this federal contract paying for?

Department of Energy awarded $5.2 million to BCS LLC. TECHNICAL, ANALYTICAL, AND MANAGEMENT SUPPORT SERVICES (TAMSS) FOR THE DEPARTMENT OF ENERGY'S OFFICE OF CYBERSECURITY, ENERGY SECURITY, AND EMERGENCY RESPONSE (CESER) UTILIZING THE TECHNICAL, ENGINEERING, AND PROGRAMMATIC SERVICES III (TEPS III)

Who is the contractor on this award?

The obligated recipient is BCS LLC.

Which agency awarded this contract?

Awarding agency: Department of Energy (Department of Energy).

What is the total obligated amount?

The obligated amount is $5.2 million.

What is the period of performance?

Start: 2025-08-11. End: 2026-08-10.

What is the track record of BCS LLC in providing similar technical, analytical, and management support services to federal agencies, particularly within the energy sector?

Assessing the track record of BCS LLC requires a review of their past performance on federal contracts. This would involve examining contract databases like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) for relevant awards and performance evaluations. Specific attention should be paid to contracts involving cybersecurity, energy security, or emergency response for agencies like the Department of Energy. A history of successful contract completion, positive performance reviews, and adherence to budget and schedule would indicate a strong capability. Conversely, past performance issues, such as cost overruns, schedule delays, or quality deficiencies, would raise concerns about their ability to meet the requirements of this new contract.

How does the awarded amount of $5.17 million for a 364-day contract compare to similar cybersecurity support contracts awarded by the Department of Energy or other federal agencies?

The $5.17 million contract value for approximately one year of specialized support needs to be benchmarked against comparable federal contracts. This involves identifying contracts with similar scopes of work (technical, analytical, management support for cybersecurity/emergency response), duration, and agency. For instance, contracts providing IT security consulting, risk assessment, or incident response planning for agencies like DHS or DOD could serve as benchmarks. If similar contracts for comparable services are valued significantly higher or lower, it could indicate either a particularly good or questionable value proposition for this award. The use of the TEPS III IDIQ also suggests that pricing may be pre-negotiated to some extent, which can influence comparisons.

What are the specific risks associated with the Time and Materials (T&M) pricing structure for this contract, and what mitigation strategies are in place?

The primary risk with a Time and Materials (T&M) contract is the potential for cost overruns if not managed diligently. Unlike fixed-price contracts, T&M agreements reimburse the contractor for direct labor hours at specified rates and for the actual cost of materials. This can lead to higher-than-expected costs if the project scope expands, if labor hours are not efficiently utilized, or if material costs escalate. Mitigation strategies typically involve robust oversight from the government, including detailed tracking of labor hours, verification of material costs, and strict adherence to the contract's ceiling price. The Contracting Officer's Representative (COR) plays a crucial role in monitoring performance and costs daily. Clear communication and defined task orders are also essential to prevent scope creep.

How effective is the TEPS III IDIQ contract vehicle in ensuring competitive pricing and efficient service delivery for specialized technical and engineering support?

The Technical, Engineering, and Programmatic Services III (TEPS III) IDIQ contract vehicle is designed to streamline the procurement of specialized support services for the Department of Energy. By establishing pre-qualified vendors and pre-negotiated labor rates, IDIQs aim to reduce contract award times and administrative burden. For competitive pricing, the effectiveness depends on how task orders are competed under the IDIQ. If multiple vendors are consistently invited to bid on task orders and the government actively seeks competitive proposals, it can lead to favorable pricing. Efficient service delivery is generally enhanced through the use of established contract vehicles, as vendors are already vetted. However, the overall effectiveness hinges on the specific competition strategy employed for each delivery order issued under TEPS III.

What is the historical spending pattern for technical, analytical, and management support services within the Department of Energy's Office of Cybersecurity, Energy Security, and Emergency Response (C

Analyzing historical spending patterns for CESER's support services would involve examining procurement data over several fiscal years. This would reveal the typical annual expenditure on technical, analytical, and management support, the primary contractors utilized, and the types of services most frequently procured. Understanding these patterns can help contextualize the current $5.17 million award. For example, if CESER typically spends $10-15 million annually on such services, this award represents a significant, but not necessarily anomalous, portion of their budget. Conversely, if spending has been much lower, this award might indicate an increased focus or new initiative within CESER. It also helps identify any reliance on specific contract vehicles like TEPS III.

What are the potential implications of awarding this contract to BCS LLC, a single entity, for the long-term cybersecurity posture of the nation's energy infrastructure?

Awarding this contract to BCS LLC means that a specific entity is responsible for providing critical support to CESER for the contract duration. The implications for the nation's long-term cybersecurity posture depend on BCS LLC's performance, the continuity of their services, and the government's strategy for knowledge transfer and future procurement. If BCS LLC performs exceptionally well, it could strengthen CESER's capabilities. However, over-reliance on a single contractor for extended periods can sometimes lead to vendor lock-in or a lack of diverse perspectives. The Department of Energy should ensure robust knowledge management practices are in place and consider strategies for fostering competition and innovation in future procurements to maintain a resilient cybersecurity posture.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting 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: 89303025QCR000008

Offers Received: 4

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Montero Williams International, LLC

Address: 1325 18TH ST NW STE 105, WASHINGTON, DC, 20036

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $40,186,938

Exercised Options: $6,038,887

Current Obligation: $5,166,208

Actual Outlays: $222,241

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS00F269CA

IDV Type: FSS

Timeline

Start Date: 2025-08-11

Current End Date: 2026-08-10

Potential End Date: 2031-02-11 00:00:00

Last Modified: 2026-02-13

Other Department of Energy Contracts

View all Department of Energy contracts →

Explore Related Government Spending