DoD's $14.6M contract for DMAPS integration awarded to Alaska Northstar Resources LLC
Contract Overview
Contract Amount: $14,653,728 ($14.7M)
Contractor: Alaska Northstar Resources LLC
Awarding Agency: Department of Defense
Start Date: 2024-02-05
End Date: 2026-01-21
Contract Duration: 716 days
Daily Burn Rate: $20.5K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: LABOR HOURS
Sector: IT
Official Description: BCAT III - DEPOT MAINTENANCE AND ATTENDANCE PRODUCTION SYSTEM (DMAPS) INTEGRATION ENGINE (IE) AND TIME AND ATTENDANCE (TAA)
Place of Performance
Location: DAYTON, MONTGOMERY County, OHIO, 45420
State: Ohio Government Spending
Plain-Language Summary
Department of Defense obligated $14.7 million to ALASKA NORTHSTAR RESOURCES LLC for work described as: BCAT III - DEPOT MAINTENANCE AND ATTENDANCE PRODUCTION SYSTEM (DMAPS) INTEGRATION ENGINE (IE) AND TIME AND ATTENDANCE (TAA) Key points: 1. Contract focuses on critical IT infrastructure for depot maintenance and personnel management. 2. Sole-source award raises questions about competition and potential cost efficiencies. 3. Performance period extends over two years, indicating a need for sustained support. 4. The contract type (Labor Hours) suggests flexibility but requires careful monitoring of effort. 5. Small business participation is not explicitly mandated, warranting further investigation. 6. The award falls under custom computer programming services, a key area for defense IT modernization.
Value Assessment
Rating: questionable
Benchmarking the value of this $14.6 million contract is challenging without more detailed cost breakdowns. As a sole-source award for custom computer programming, direct comparisons to similar publicly competed contracts are limited. The labor hours contract type can lead to cost overruns if not managed diligently. Further analysis of the contractor's historical performance and pricing on similar tasks would be necessary to definitively assess value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not openly competed. While specific justifications for sole-source awards are not provided here, they typically arise when only one responsible source can provide the required services. This lack of competition limits the government's ability to leverage market forces to achieve the best possible pricing and terms.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as competitive pressures are absent. This necessitates robust oversight to ensure fair pricing and prevent potential overspending.
Public Impact
The Department of the Air Force benefits from enhanced capabilities in its depot maintenance and personnel attendance systems. Services delivered include integration of the DMAPS IE and TAA systems, crucial for operational efficiency. The geographic impact is primarily within the Department of Defense's operational footprint. Workforce implications may include the need for specialized IT personnel to manage and maintain these integrated systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in suboptimal pricing.
- Labor hours contract type requires diligent oversight to control costs.
- Limited public information on the specific technical requirements and performance metrics.
Positive Signals
- Award to a specific LLC suggests potential for focused expertise.
- Clear performance period (2024-2026) provides a defined scope.
- Contract supports critical defense IT infrastructure.
Sector Analysis
This contract falls within the Custom Computer Programming Services sector (NAICS 541511), a significant segment of the IT industry focused on developing and implementing tailored software solutions. The defense sector heavily relies on such services for modernizing legacy systems, enhancing cybersecurity, and improving operational efficiency. Comparable spending in this sector often involves large-scale system integrations, software development, and IT support for complex government operations.
Small Business Impact
The contract data indicates that small business participation was not a specific set-aside requirement for this award (sb: false). As a sole-source contract, opportunities for small businesses to subcontract may be limited unless proactively included in the contractor's plan. Further investigation into subcontracting goals and achievements would be necessary to understand the impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily reside with the Department of the Air Force contracting and program management offices. Accountability measures would be defined by the contract's terms and conditions, including performance standards and reporting requirements. Transparency is limited due to the sole-source nature and lack of publicly available detailed justifications. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse.
Related Government Programs
- Defense Logistics Agency IT Support Contracts
- Air Force Enterprise Resource Planning Systems
- Military Personnel Management Systems
- Depot Maintenance Software Solutions
Risk Flags
- Sole-source award limits price competition.
- Labor hours contract requires intensive oversight.
- Potential for vendor lock-in.
- Lack of explicit small business subcontracting goals.
Tags
it, defense, department-of-the-air-force, custom-computer-programming-services, definitive-contract, sole-source, labor-hours, alaska-northstar-resources-llc, dmaps, personnel-management, depot-maintenance
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $14.7 million to ALASKA NORTHSTAR RESOURCES LLC. BCAT III - DEPOT MAINTENANCE AND ATTENDANCE PRODUCTION SYSTEM (DMAPS) INTEGRATION ENGINE (IE) AND TIME AND ATTENDANCE (TAA)
Who is the contractor on this award?
The obligated recipient is ALASKA NORTHSTAR RESOURCES 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 $14.7 million.
What is the period of performance?
Start: 2024-02-05. End: 2026-01-21.
What is the specific technical scope of the DMAPS Integration Engine and Time and Attendance systems?
The DMAPS Integration Engine (IE) and Time and Attendance (TAA) systems are critical components for the Department of Defense's depot maintenance operations and personnel management. The IE likely facilitates the seamless flow of data between various systems involved in depot maintenance, ensuring that information regarding work orders, parts, labor, and scheduling is accurate and accessible. The TAA system is essential for tracking employee work hours, managing leave, and ensuring compliance with labor regulations. Together, these systems aim to improve efficiency, reduce errors, and provide better visibility into maintenance processes and workforce utilization within military depots.
What is the justification for awarding this contract on a sole-source basis?
The provided data indicates the contract was awarded on a 'NOT AVAILABLE FOR COMPETITION' basis, which is synonymous with a sole-source award. While the specific justification is not detailed, common reasons for sole-source awards include unique capabilities possessed by only one contractor, urgent and compelling needs where competition is not feasible, or when a follow-on contract is required for compatibility with existing systems. Without further documentation from the Department of the Air Force, the precise rationale remains undisclosed, but it implies that Alaska Northstar Resources LLC is believed to be the only entity capable of fulfilling these specific integration and attendance system requirements.
How does the 'Labor Hours' contract type impact cost control and oversight?
A 'Labor Hours' contract type, like the one used here, is a time-and-materials variant where the government pays only for the direct labor hours expended by the contractor at fixed hourly rates. This type of contract offers flexibility, especially when the scope of work is not clearly defined or is expected to evolve. However, it places a significant burden on the government for oversight to ensure that the labor hours billed are reasonable, allocable, and necessary for the work performed. Without stringent monitoring of effort, potential for cost overruns is high, as the total contract value is directly tied to the hours worked. The government must actively track progress and validate the necessity of all labor hours claimed by the contractor.
What is Alaska Northstar Resources LLC's track record with the Department of Defense?
Information regarding Alaska Northstar Resources LLC's specific track record with the Department of Defense is not detailed in the provided data snippet. However, being awarded a sole-source contract of this magnitude suggests they possess specialized capabilities or have prior experience relevant to the Air Force's needs for DMAPS integration and attendance systems. A comprehensive assessment would require reviewing their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), other contracts awarded by DoD agencies, and their financial stability.
Are there any comparable contracts for similar IT integration services within the DoD?
While specific comparable contracts are not listed, the Department of Defense frequently awards contracts for IT integration, custom software development, and system modernization across various branches and agencies. These often involve large sums, particularly for enterprise-wide systems. Contracts for integrating logistics, maintenance, and personnel management systems are common. However, direct comparisons are difficult due to the unique nature of sole-source awards and the specific requirements of the DMAPS IE and TAA systems. Publicly available data on competed contracts for similar IT services within defense depots could offer some benchmarking, but the sole-source nature here limits direct parallels.
What are the potential risks associated with this contract's duration and scope?
The contract duration of approximately two years (February 2024 to January 2026) for integration and attendance systems suggests a substantial undertaking. Potential risks include scope creep, where the project expands beyond its initial definition, leading to increased costs and delays, especially given the labor hours contract type. There's also a risk of technical obsolescence if the integrated systems are not designed with future adaptability in mind. Furthermore, reliance on a single contractor for critical systems introduces vendor lock-in risk and potential challenges if the contractor fails to perform adequately or faces financial instability.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 315 LINCOLN ST, SITKA, AK, 99835
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, 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: $49,176,344
Exercised Options: $16,046,807
Current Obligation: $14,653,728
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2024-02-05
Current End Date: 2026-01-21
Potential End Date: 2029-07-21 00:00:00
Last Modified: 2025-09-22
More Contracts from Alaska Northstar Resources LLC
- Analysis and Transition - Phase 1 of the Army Selection Board System (asbs) 2.0 Support Services in Support of the U.S. Army Human Resources Command AT Fort Knox, KY. Asbs 2.0 Phase 1 IS for 30 Days With Phase 2 Being Completed by 30 March 2023 — $29.4M (Department of Defense)
- Cybersecurity SME Support to BES — $24.3M (Department of Defense)
- Department of Defense (DOD) Cloud Infrastructure AS Code (IAC) — $12.1M (Department of Defense)
- GB Cloud Sustainment and Support — $6.2M (Department of Defense)
- Robotic Process Automation Support — $4.4M (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)