DoD awards $15.3M IT services contract to Miami Tribal Systems Integrators, LLC, with no competition

Contract Overview

Contract Amount: $15,274,624 ($15.3M)

Contractor: Miami Tribal Systems Integrators, LLC

Awarding Agency: Department of Defense

Start Date: 2025-12-09

End Date: 2026-12-08

Contract Duration: 364 days

Daily Burn Rate: $42.0K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: DCIT/CYBER

Plain-Language Summary

Department of Defense obligated $15.3 million to MIAMI TRIBAL SYSTEMS INTEGRATORS, LLC for work described as: DCIT/CYBER Key points: 1. Contract awarded on a sole-source basis, raising questions about potential price overruns and limited value. 2. Lack of competition suggests potential missed opportunities for cost savings and innovation from a broader market. 3. Performance risk is moderate given the definitive contract type and fixed-price structure. 4. This contract falls within the IT services sector, specifically 'Other Computer Related Services'. 5. The contract duration of one year (364 days) is standard for this type of service. 6. No small business set-aside was utilized, indicating a focus on larger or specialized capabilities.

Value Assessment

Rating: questionable

Benchmarking the value of this $15.3 million contract is challenging due to the sole-source award. Without competitive bids, it's difficult to ascertain if the pricing reflects fair market value or if taxpayers are receiving optimal value for money. The absence of comparison to similar competitively awarded contracts makes a definitive assessment of cost-effectiveness impossible. Further analysis would require access to the contractor's cost breakdown and justification for the pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded using a sole-source justification, meaning only one vendor, Miami Tribal Systems Integrators, LLC, was solicited. This approach bypasses the standard competitive bidding process, which typically involves multiple vendors submitting proposals. The lack of competition limits the government's ability to leverage market forces to drive down prices and ensure the best possible value.

Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as there is no competitive pressure to offer the lowest price. It also reduces transparency in the procurement process.

Public Impact

The Department of the Air Force will benefit from the IT services provided by this contract. The contract aims to deliver 'Other Computer Related Services', crucial for the agency's operational efficiency. The geographic impact is likely focused on the locations where the Department of Defense operates. Workforce implications may include the direct employment of personnel by Miami Tribal Systems Integrators, LLC.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits price discovery and potential cost savings.
  • Lack of competition may reduce innovation and service quality over time.
  • Transparency concerns due to non-competitive nature of the award.

Positive Signals

  • Definitive contract provides a clear framework for service delivery.
  • Firm Fixed Price contract offers budget certainty for the agency.
  • Contract duration of one year allows for flexibility in future procurements.

Sector Analysis

The IT services sector is a vast and critical component of federal spending, encompassing a wide range of support and development activities. This contract, categorized under 'Other Computer Related Services' (NAICS 541519), fits within this broad sector. Comparable spending benchmarks for IT services vary significantly based on the specific services, duration, and agency. However, the $15.3 million value for a one-year definitive contract indicates a substantial requirement, likely for specialized or mission-critical support.

Small Business Impact

This contract was not awarded as a small business set-aside, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. This suggests that the primary contractor, Miami Tribal Systems Integrators, LLC, is either not a small business or the nature of the services required did not lend itself to a small business set-aside. The impact on the small business ecosystem is neutral in this instance, as there's no explicit provision for their involvement.

Oversight & Accountability

Oversight for this contract will primarily fall under the Department of the Air Force's contracting and program management offices. As a definitive contract, it is subject to standard federal procurement regulations and oversight mechanisms. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

  • IT Professional Services
  • Other Computer Related Services
  • Department of Defense IT Contracts
  • Sole Source IT Procurements

Risk Flags

  • Sole-source award
  • Lack of competition
  • Potential for overpricing
  • Limited transparency

Tags

it-services, department-of-defense, department-of-the-air-force, definitive-contract, firm-fixed-price, sole-source, other-computer-related-services, large-contract, cybersecurity-it, federal-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $15.3 million to MIAMI TRIBAL SYSTEMS INTEGRATORS, LLC. DCIT/CYBER

Who is the contractor on this award?

The obligated recipient is MIAMI TRIBAL SYSTEMS INTEGRATORS, 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 $15.3 million.

What is the period of performance?

Start: 2025-12-09. End: 2026-12-08.

What is the specific justification for awarding this contract on a sole-source basis?

The provided data indicates the contract was awarded as 'NOT COMPETED', implying a sole-source justification was utilized. Common reasons for sole-source awards include unique capabilities of the vendor, urgent and compelling needs where competition is not feasible, or when only one responsible source exists. Without the specific justification document (e.g., a Justification and Approval - J&A), the precise rationale remains unknown. This lack of competition raises concerns about whether alternative vendors could have provided similar services at a better price or with enhanced capabilities, and whether the government adequately explored all competitive options.

How does the $15.3 million value compare to similar IT services contracts awarded by the Department of the Air Force?

Comparing the $15.3 million value requires context regarding the specific 'Other Computer Related Services' being procured. For a one-year definitive contract, this amount suggests a significant scope of work. However, without knowing the exact deliverables, service level agreements, and the specific IT sub-sector, a direct comparison is difficult. Generally, IT services contracts for the Department of the Air Force can range from a few million to hundreds of millions of dollars, depending on complexity, duration, and criticality. The sole-source nature of this award makes direct value benchmarking against competitively bid contracts problematic, as competitive processes typically drive prices down.

What are the potential risks associated with a sole-source IT services contract of this magnitude?

The primary risk associated with a sole-source IT services contract of this magnitude is the potential for inflated pricing due to the absence of competitive pressure. Taxpayers may end up paying more than necessary. Another risk is reduced innovation, as the incumbent contractor may have less incentive to introduce cutting-edge solutions when they are the only option. Furthermore, a sole-source award can limit the government's leverage in negotiating terms and conditions. There's also a risk of vendor lock-in, making it difficult and costly to switch providers in the future if performance issues arise or better alternatives become available.

What is the track record of Miami Tribal Systems Integrators, LLC with federal contracts, particularly with the Department of Defense?

Information regarding the specific track record of Miami Tribal Systems Integrators, LLC with federal contracts, especially with the Department of Defense, is not detailed in the provided data snippet. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on previous government engagements. Understanding their past performance is crucial for evaluating the risk associated with this new $15.3 million award, particularly given its sole-source nature. A strong performance history could mitigate some concerns, while a history of issues would heighten them.

What are the implications of the 'Other Computer Related Services' classification for the scope of work?

The 'Other Computer Related Services' classification (NAICS 541519) is broad and encompasses a wide array of IT support functions that do not fit into more specific categories like custom software development, network management, or IT consulting. This could include services such as IT support, help desk operations, data processing, disaster recovery services, or specialized IT system maintenance. The broadness of this category means the specific scope of work is critical to understanding the contract's true purpose and value. It implies the services are essential but perhaps not tied to a single, highly specialized technology or development effort.

Industry Classification

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

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

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: FA857526RB010

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1950 ROLAND CLARKE PL, RESTON, VA, 20191

Business Categories: 8(a) Program Participant, Category Business, 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: $34,465,024

Exercised Options: $15,274,624

Current Obligation: $15,274,624

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Timeline

Start Date: 2025-12-09

Current End Date: 2026-12-08

Potential End Date: 2030-12-08 00:00:00

Last Modified: 2026-03-17

More Contracts from Miami Tribal Systems Integrators, LLC

View all Miami Tribal Systems Integrators, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending