DoD's $14.6M IT services contract for Hill AFB's 75th Air Base Wing awarded to Command Cyber Solutions LLC

Contract Overview

Contract Amount: $14,570,131 ($14.6M)

Contractor: Command Cyber Solutions LLC

Awarding Agency: Department of Defense

Start Date: 2025-07-02

End Date: 2026-07-01

Contract Duration: 364 days

Daily Burn Rate: $40.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: LABOR HOURS

Sector: IT

Official Description: THIS REQUIREMENT IS TO PROVIDE EMERGING TECHNOLOGY AND CLOUD, INFORMATION TECHNOLOGY OPERATIONS AND MAINTENANCE SERVICES FOR 75TH AIR BASE WING COMMUNICATIONS AND INFORMATION DIRECTORATE AT HILL AIR FORCE BASE, UTAH. SBA #OX1747667687Z.

Place of Performance

Location: HAMPTON, HAMPTON CITY County, VIRGINIA, 23665

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $14.6 million to COMMAND CYBER SOLUTIONS LLC for work described as: THIS REQUIREMENT IS TO PROVIDE EMERGING TECHNOLOGY AND CLOUD, INFORMATION TECHNOLOGY OPERATIONS AND MAINTENANCE SERVICES FOR 75TH AIR BASE WING COMMUNICATIONS AND INFORMATION DIRECTORATE AT HILL AIR FORCE BASE, UTAH. SBA #OX1747667687Z. Key points: 1. The contract focuses on emerging technology and cloud IT operations and maintenance, crucial for modern Air Force base infrastructure. 2. Awarded via full and open competition after exclusion of sources, indicating a competitive process with specific justifications. 3. The contract duration of 364 days suggests a need for ongoing, but potentially project-specific or transitional, IT support. 4. The primary service category is Computer Systems Design Services, aligning with the need for advanced IT solutions. 5. The contract's value of approximately $14.6 million warrants scrutiny for cost-effectiveness and performance outcomes. 6. The geographic location at Hill Air Force Base, Utah, highlights the critical nature of these IT services for regional defense operations.

Value Assessment

Rating: fair

Benchmarking the value of this $14.6 million contract for IT operations and maintenance services is challenging without specific performance metrics or comparable contract data. However, the duration of 364 days suggests a significant operational commitment. The pricing structure, based on labor hours, requires careful monitoring to ensure efficiency and prevent cost overruns. Without detailed breakdowns of labor categories and rates, a precise value-for-money assessment is difficult, but the amount indicates a substantial investment in IT support for a key Air Force installation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This procurement method suggests that while the competition was intended to be open, specific circumstances led to the exclusion of certain potential sources. This could be due to specialized requirements, prior performance, or other factors that narrowed the field. The exact number of bidders is not specified, but the 'exclusion of sources' phrasing implies a more limited competition than a standard full and open process.

Taxpayer Impact: This limited competition may result in less aggressive pricing compared to a truly open bid, potentially leading to higher costs for taxpayers. It also raises questions about whether the government fully explored all available market options.

Public Impact

The 75th Air Base Wing Communications and Information Directorate at Hill Air Force Base benefits from enhanced IT operations and maintenance. Services include emerging technology and cloud solutions, aiming to modernize and secure the base's digital infrastructure. The contract supports critical defense operations at Hill Air Force Base, Utah, ensuring continuity and efficiency. Workforce implications may include the need for specialized IT personnel to manage and implement advanced technologies.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • The 'exclusion of sources' in the competition method warrants further investigation to ensure fair market access and optimal pricing.
  • Labor hour pricing can be susceptible to scope creep and inefficiencies if not rigorously managed and monitored.
  • The specific nature of 'emerging technology' requires continuous evaluation to ensure it aligns with evolving defense needs and provides tangible benefits.

Positive Signals

  • Awarding to Command Cyber Solutions LLC suggests a potentially strong track record or specialized capability relevant to the Air Force's needs.
  • The focus on emerging technology and cloud services indicates an effort to modernize and improve IT infrastructure.
  • The contract supports a critical Air Force base, ensuring essential IT functions are maintained.

Sector Analysis

This contract falls within the Information Technology (IT) sector, specifically focusing on computer systems design and related services. The market for IT support services for government agencies is substantial, driven by the continuous need for modernization, cybersecurity, and operational efficiency. Comparable spending benchmarks would typically involve analyzing other contracts for similar IT operations, maintenance, and emerging technology integration within the Department of Defense and other federal agencies. The size of this contract suggests it is a significant award for the specific services required by the 75th Air Base Wing.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this specific contract award. This suggests the contract was not specifically targeted towards small businesses. There is no explicit mention of subcontracting plans for small businesses in the provided data, which could be a missed opportunity to engage the small business ecosystem in supporting this significant IT requirement.

Oversight & Accountability

Oversight for this contract will likely fall under the Department of the Air Force's contracting and program management offices. Accountability measures would typically involve performance reviews, adherence to service level agreements, and financial audits. Transparency is facilitated through contract databases like FPDS, where basic award information is available. Inspector General jurisdiction may be invoked if fraud, waste, or abuse is suspected.

Related Government Programs

  • IT Operations and Maintenance Services
  • Cloud Computing Services
  • Emerging Technology Integration
  • Defense Information Technology Modernization
  • Computer Systems Design Services

Risk Flags

  • Limited competition may impact price.
  • Labor hour contracts require strong oversight.
  • Definition of 'emerging technology' is broad.

Tags

it-services, computer-systems-design, department-of-defense, department-of-the-air-force, hill-air-force-base, utah, delivery-order, labor-hours, limited-competition, emerging-technology, cloud-services, operations-and-maintenance

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $14.6 million to COMMAND CYBER SOLUTIONS LLC. THIS REQUIREMENT IS TO PROVIDE EMERGING TECHNOLOGY AND CLOUD, INFORMATION TECHNOLOGY OPERATIONS AND MAINTENANCE SERVICES FOR 75TH AIR BASE WING COMMUNICATIONS AND INFORMATION DIRECTORATE AT HILL AIR FORCE BASE, UTAH. SBA #OX1747667687Z.

Who is the contractor on this award?

The obligated recipient is COMMAND CYBER SOLUTIONS LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $14.6 million.

What is the period of performance?

Start: 2025-07-02. End: 2026-07-01.

What is the specific justification for excluding other sources in this 'full and open competition after exclusion of sources' award?

The justification for excluding other sources in a 'full and open competition after exclusion of sources' award typically stems from unique requirements that only a limited number of contractors can meet, or specific circumstances that necessitate a narrowed competition. This could include proprietary technology, urgent needs where only certain contractors have the necessary security clearances or existing infrastructure, or a history of successful performance with a particular vendor that makes them the most qualified. Without the specific justification document (often referred to as a Justification and Approval or J&A), it's impossible to know the precise reasons. However, this method is intended to ensure best value while acknowledging that not all procurements can achieve maximum competition.

How does the labor hour pricing model compare to fixed-price contracts for similar IT services, and what are the associated risks?

Labor hour pricing models offer flexibility, allowing adjustments to the workforce size and skill mix as project needs evolve. This can be advantageous for IT services involving emerging technologies or uncertain scopes. However, they carry inherent risks of cost overruns if not meticulously managed. Unlike fixed-price contracts, where the contractor assumes more risk for cost control, labor hour contracts place a greater burden on the government to monitor hours, rates, and task completion. This requires robust oversight to prevent scope creep and ensure efficient resource utilization. Fixed-price contracts, conversely, provide cost certainty but can be less adaptable to changing requirements and may lead to contractors cutting corners if the price is too low.

What is the track record of Command Cyber Solutions LLC in delivering similar IT operations and maintenance services to the Department of Defense?

Assessing the track record of Command Cyber Solutions LLC requires reviewing their past performance on federal contracts, particularly those involving IT operations, maintenance, and emerging technologies for defense agencies. Information on their past performance, including client satisfaction, adherence to schedule and budget, and technical execution, would typically be available through sources like the Contractor Performance Assessment Reporting System (CPARS). A positive performance history in similar engagements would indicate a lower risk for this new contract. Conversely, any documented issues or subpar performance in previous contracts would raise concerns about their ability to meet the requirements for the 75th Air Base Wing.

What specific 'emerging technologies' are included in this contract, and how do they align with the Air Force's modernization goals?

The contract specifies 'emerging technology and cloud' services, but the exact nature of these technologies is not detailed in the provided summary. This could encompass a range of advancements such as artificial intelligence (AI), machine learning (ML), advanced data analytics, containerization, serverless computing, or next-generation cybersecurity solutions. The alignment with Air Force modernization goals would depend on how these technologies are applied to enhance operational capabilities, improve data processing and decision-making, increase network resilience, or streamline command and control functions. A thorough analysis would require understanding the specific technological solutions being implemented and their direct contribution to the Air Force's strategic objectives for digital transformation and readiness.

How does the $14.6 million contract value compare to historical spending on IT services for the 75th Air Base Wing or similar Air Force installations?

Comparing the $14.6 million contract value requires analyzing historical spending data for IT services at Hill Air Force Base, specifically for the 75th Air Base Wing, or for comparable Air Force wings and bases. This involves looking at previous contracts for IT operations, maintenance, and technology upgrades over several fiscal years. If this contract represents a significant increase or decrease compared to historical spending, it could indicate a change in service scope, technology adoption, or pricing trends. Benchmarking against similar-sized installations or units within the Air Force would provide further context on whether this investment is in line with industry standards and government spending patterns for essential IT support.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

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: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Address: 3215 W STATE ST STE 309A1, MILWAUKEE, WI, 53208

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Tax Exempt, HUBZone Firm, Limited Liability Corporation, 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: $14,570,131

Exercised Options: $14,570,131

Current Obligation: $14,570,131

Actual Outlays: $377,109

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 47QTCB22D0458

IDV Type: GWAC

Timeline

Start Date: 2025-07-02

Current End Date: 2026-07-01

Potential End Date: 2026-07-01 00:00:00

Last Modified: 2025-09-23

More Contracts from Command Cyber Solutions LLC

View all Command Cyber Solutions LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending