DOJ's $20.8M IT Field Support Services contract awarded to Time Solutions, LLC, for computer systems design
Contract Overview
Contract Amount: $20,844,111 ($20.8M)
Contractor: Time Solutions, LLC
Awarding Agency: Department of Justice
Start Date: 2017-09-27
End Date: 2020-03-28
Contract Duration: 913 days
Daily Burn Rate: $22.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: IGF::OT::IGF IT FIELD SUPPORT SERVICES
Place of Performance
Location: CHESAPEAKE, CHESAPEAKE CITY County, VIRGINIA, 23320
State: Virginia Government Spending
Plain-Language Summary
Department of Justice obligated $20.8 million to TIME SOLUTIONS, LLC for work described as: IGF::OT::IGF IT FIELD SUPPORT SERVICES Key points: 1. Value for money appears fair given the 3-year duration and time-and-materials pricing structure. 2. Competition was full and open after exclusion of sources, suggesting a deliberate procurement approach. 3. Risk indicators include the use of time-and-materials pricing, which can lead to cost overruns if not managed closely. 4. Performance context is within computer systems design services, a critical area for law enforcement agencies. 5. Sector positioning is within IT services, supporting the operational needs of the Drug Enforcement Administration.
Value Assessment
Rating: fair
The contract's total value of $20.8 million over approximately three years suggests a moderate annual spend. Benchmarking against similar IT field support contracts is challenging without more granular data on the specific services provided and labor categories. However, the time-and-materials pricing model, while flexible, carries inherent risks for cost control compared to fixed-price contracts. The award amount is within a reasonable range for the scope of services typically associated with computer systems design and support for a federal agency of this size.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was intended to be broad, specific sources may have been excluded based on pre-defined criteria. The number of bidders is not specified, but the 'full and open' nature suggests an effort to maximize competition. This approach aims to ensure fair pricing and access to a wide range of qualified contractors.
Taxpayer Impact: A full and open competition, even with exclusions, generally benefits taxpayers by fostering a competitive environment that can drive down prices and encourage innovation. It ensures that the government is not unduly limiting its options and is likely to secure services at a reasonable cost.
Public Impact
Benefits the Drug Enforcement Administration by providing essential IT field support services. Ensures the operational continuity and effectiveness of critical law enforcement technology infrastructure. Supports the agency's mission to combat drug trafficking and related criminal activities. Indirectly impacts the workforce by enabling the use of reliable and up-to-date IT systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time-and-materials pricing can lead to unpredictable costs and potential overruns if not closely monitored.
- The 'exclusion of sources' clause warrants further investigation to understand the rationale and potential impact on competition.
- Lack of specific performance metrics makes it difficult to assess the contractor's efficiency and effectiveness.
Positive Signals
- Awarded through a full and open competition, indicating a broad search for qualified vendors.
- The contract duration of approximately three years suggests a stable, long-term need for these services.
- The contractor, Time Solutions, LLC, has secured a significant contract, implying a level of established capability.
Sector Analysis
The IT field support services sector is a crucial component of federal agency operations, encompassing a wide range of technical assistance, system maintenance, and network management. This contract falls within the broader IT services market, which is characterized by continuous technological advancements and a high demand for specialized skills. Comparable spending benchmarks for similar IT support contracts can vary significantly based on agency size, scope of services, and geographic coverage. The market is competitive, with numerous firms vying for government contracts.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. There is no explicit information regarding subcontracting plans for small businesses. The absence of set-aside provisions means that large businesses were eligible to compete and potentially win this award without specific requirements to engage small businesses as subcontractors. This could limit opportunities for small businesses to participate in this particular contract's execution.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Justice's contracting and program management offices. The Drug Enforcement Administration, as the requiring agency, would be responsible for monitoring performance and ensuring compliance with contract terms. Inspector General jurisdiction would apply to investigations of fraud, waste, or abuse related to the contract. Transparency is facilitated through contract award databases, but detailed performance reports are often internal.
Related Government Programs
- IT Operations and Support Services
- Computer Systems Design
- Federal IT Procurement
- Law Enforcement Technology
Risk Flags
- Time-and-Materials Pricing
- Potential for Cost Overruns
- Limited Transparency on Competition Details
Tags
it-services, computer-systems-design, department-of-justice, drug-enforcement-administration, delivery-order, full-and-open-competition, time-and-materials, federal-contract, it-support, law-enforcement-technology, virginia
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $20.8 million to TIME SOLUTIONS, LLC. IGF::OT::IGF IT FIELD SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is TIME SOLUTIONS, LLC.
Which agency awarded this contract?
Awarding agency: Department of Justice (Drug Enforcement Administration).
What is the total obligated amount?
The obligated amount is $20.8 million.
What is the period of performance?
Start: 2017-09-27. End: 2020-03-28.
What is the specific nature of the 'IT Field Support Services' provided under this contract?
The contract, identified by NAICS code 541512 (Computer Systems Design Services), suggests that the 'IT Field Support Services' likely encompass a range of technical assistance and maintenance activities. This could include on-site support for computer hardware and software, network troubleshooting, system installation and configuration, user support, and potentially help desk functions. Given the agency is the Drug Enforcement Administration (DEA), these services are critical for maintaining the operational readiness of their IT infrastructure, which supports sensitive law enforcement operations. The exact scope would be detailed in the contract's Statement of Work (SOW), which is not provided here but would specify tasks, deliverables, and service levels.
How does the time-and-materials (T&M) pricing structure compare to other IT support contracts, and what are the associated risks?
Time-and-materials (T&M) pricing is common for IT support services where the scope of work is difficult to define precisely upfront or is expected to evolve. It involves the contractor billing for direct labor hours at specified rates and for the actual cost of materials used. Compared to fixed-price contracts, T&M offers flexibility but carries a higher risk of cost overruns for the government if not managed diligently. The government must have robust oversight to ensure labor hours are reasonable and necessary, and material costs are fair. For IT field support, T&M can be advantageous for reactive troubleshooting or evolving system upgrades, but it requires strong contract administration to prevent scope creep and control expenditures.
What does 'Full and Open Competition After Exclusion of Sources' imply about the procurement process?
This procurement method, 'Full and Open Competition After Exclusion of Sources,' indicates that the agency initially intended to compete the contract broadly but subsequently excluded certain potential offerors based on specific, documented reasons. This exclusion must be justified and documented in accordance with Federal Acquisition Regulation (FAR) guidelines. It suggests that while the competition was not entirely unrestricted, it aimed to provide a fair opportunity to a significant portion of the market. The 'exclusion' could be due to factors like prior performance issues, specific technical capabilities required, or other pre-determined criteria. Understanding the specific reasons for exclusion is key to assessing the impact on overall competition and potential price discovery.
What is the track record of Time Solutions, LLC in performing federal IT support contracts?
Information on the specific track record of Time Solutions, LLC for federal IT support contracts is not detailed in the provided data. However, securing a $20.8 million contract with the Department of Justice suggests the company possesses the necessary qualifications, experience, and financial stability to handle such engagements. A comprehensive assessment would require reviewing past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), other federal contract awards, and any documented issues or commendations related to their previous work. Without this additional data, it's difficult to definitively assess their past performance quality and reliability.
How does the annual spending on this contract compare to similar IT support contracts for law enforcement agencies?
The total award of $20.8 million over approximately 913 days (roughly 2.5 years of active performance, excluding potential option periods not detailed) translates to an average annual spend of approximately $8.3 million. Comparing this to similar IT support contracts for law enforcement agencies requires access to a broader dataset of federal contract awards. Factors such as agency size, mission criticality, geographic scope, and the specific technologies supported heavily influence contract values. While $8.3 million annually is a substantial figure, its relative value depends on the complexity and scale of the DEA's IT operations compared to other agencies like the FBI or ATF. A detailed benchmark analysis would necessitate comparing contracts with similar NAICS codes, agencies, and service scopes.
What are the potential risks associated with the duration and type of contract awarded?
The contract duration of approximately 913 days (around 2.5 years of performance) is a moderate length for IT services, providing stability but also requiring careful management to avoid complacency or outdated technology adoption. The primary risk stems from the Time and Materials (T&M) pricing structure. This model can lead to cost overruns if not rigorously monitored, as the government pays for actual hours worked and materials consumed. Without strong oversight, there's a risk of inefficient labor utilization or inflated material costs. Additionally, if the contract involves significant system development or integration, the T&M approach might not incentivize the contractor to complete tasks efficiently, unlike a fixed-price contract.
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: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Chenega Agile Real-Time Solutions LLC
Address: 609 INDEPENDENCE PARKWAY, SUITE 210, CHESAPEAKE, VA, 23320
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $22,821,407
Exercised Options: $22,821,407
Current Obligation: $20,844,111
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS00Q17GWD2028
IDV Type: GWAC
Timeline
Start Date: 2017-09-27
Current End Date: 2020-03-28
Potential End Date: 2020-03-28 00:00:00
Last Modified: 2025-05-02
More Contracts from Time Solutions, LLC
- - Life-Cycle Acquisition Support to Incrementally Fund This Award in the Amount of $442,589.64 AS Follows: $352,288.84 PCM $43,096.00 Bcip $47,204.80 AM — $21.1M (Agency for International Development)
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.)