Mosaic Technologies Group LLC awarded $25.7M for USCYBERCOM logistics and resource integration support

Contract Overview

Contract Amount: $25,667,511 ($25.7M)

Contractor: Mosaic Technologies Group LLC

Awarding Agency: General Services Administration

Start Date: 2017-03-30

End Date: 2022-10-03

Contract Duration: 2,013 days

Daily Burn Rate: $12.8K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 5

Pricing Type: COST PLUS FIXED FEE

Sector: IT

Official Description: IGF::OT::IGF PURPOSE OF THIS TO IS TO OBTAIN CONTRACTOR SUPPORT TO ASSIST IN USCYBERCOMS ABILITY TO PLAN, PROGRAM, EXECUTE, INTEGRATE, AND ADVOCATE FOR CYBER RESOURCES AND REQUIREMENTS FOR THE USCYBERCOM J4, LOGISTICS AND J8, CAPABILITY RESOURCE INTEGRATION DIRECTORATES.

Place of Performance

Location: FULTON, HOWARD County, MARYLAND, 20759

State: Maryland Government Spending

Plain-Language Summary

General Services Administration obligated $25.7 million to MOSAIC TECHNOLOGIES GROUP LLC for work described as: IGF::OT::IGF PURPOSE OF THIS TO IS TO OBTAIN CONTRACTOR SUPPORT TO ASSIST IN USCYBERCOMS ABILITY TO PLAN, PROGRAM, EXECUTE, INTEGRATE, AND ADVOCATE FOR CYBER RESOURCES AND REQUIREMENTS FOR THE USCYBERCOM J4, LOGISTICS AND J8, CAPABILITY RESOURCE INTEGRATION DIRECTORATES. Key points: 1. Contract provides essential support for planning, programming, and executing cyber resources for USCYBERCOM. 2. The contract was awarded under full and open competition, indicating a competitive bidding process. 3. The duration of the contract spans over five years, suggesting a long-term need for these services. 4. The contract type is Cost Plus Fixed Fee, which allows for flexibility but requires careful cost oversight. 5. The North American Industry Classification System (NAICS) code 541330 points to engineering services, aligning with the cyber resource integration needs. 6. The award was a Delivery Order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract vehicle.

Value Assessment

Rating: good

The contract value of $25.7 million over five years appears reasonable for specialized cyber resource integration and logistics support for a critical command like USCYBERCOM. Benchmarking against similar contracts for IT and engineering services for defense agencies suggests this falls within expected ranges for complex support. The Cost Plus Fixed Fee structure, while offering flexibility, necessitates robust oversight to ensure costs remain aligned with the value delivered.

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,' which implies a competitive process was conducted. While the specific number of bidders is not provided, this designation suggests that multiple qualified vendors had the opportunity to submit proposals. This level of competition is generally favorable for price discovery and ensuring the government receives competitive pricing.

Taxpayer Impact: A competitive award process helps ensure taxpayer dollars are used efficiently by driving down costs through market forces. It signals that the government sought the best value from a range of potential providers.

Public Impact

The primary beneficiaries are the USCYBERCOM J4 (Logistics) and J8 (Capability Resource Integration) Directorates, enhancing their operational capabilities. Services delivered include planning, programming, execution, integration, and advocacy for cyber resources and requirements. The geographic impact is centered around USCYBERCOM's operational areas, primarily supporting national cybersecurity efforts. Workforce implications include the potential for skilled cybersecurity and logistics professionals to be employed by the contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Cost Plus Fixed Fee contracts can sometimes lead to cost overruns if not managed diligently.
  • The 'after exclusion of sources' clause in the competition type warrants further investigation into why certain sources were excluded.
  • Lack of specific bidder numbers makes it difficult to fully assess the intensity of competition.
  • The contract's duration (over 5 years) requires ongoing monitoring to ensure continued relevance and value.

Positive Signals

  • Awarded under full and open competition, suggesting a robust selection process.
  • Supports a critical national security function (USCYBERCOM).
  • The contract is for essential support services, indicating a clear and ongoing need.
  • The fixed fee component of the contract type provides some cost predictability.

Sector Analysis

This contract falls within the Engineering Services sector, specifically supporting defense-related IT and cybersecurity operations. The market for such specialized services is robust, driven by increasing cyber threats and the need for advanced technological solutions within government and military organizations. Comparable spending benchmarks for IT and engineering support to defense agencies often run into the tens or hundreds of millions of dollars annually, depending on the scope and duration.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses arising from a set-aside. However, the prime contractor, Mosaic Technologies Group LLC, may choose to subcontract portions of the work to small businesses as part of their overall project execution strategy, which could indirectly benefit the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the contracting officer's representative (COR) within the General Services Administration (GSA) and potentially USCYBERCOM. The Cost Plus Fixed Fee structure necessitates close monitoring of costs and performance against the fixed fee. Transparency is generally maintained through contract reporting requirements, and the Inspector General for the Department of Defense or GSA would have jurisdiction for audits and investigations if any irregularities were suspected.

Related Government Programs

  • USCYBERCOM Operations Support
  • Defense IT Services
  • Cybersecurity Resource Management
  • Logistics Support Services
  • Engineering Services for Defense

Risk Flags

  • Cost Overrun Risk (CPFF)
  • Scope Creep Potential
  • Contractor Performance Monitoring
  • Competition Level Assessment

Tags

it, defense, cybersecurity, engineering-services, general-services-administration, uscybercom, cost-plus-fixed-fee, full-and-open-competition, delivery-order, maryland, professional-services

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $25.7 million to MOSAIC TECHNOLOGIES GROUP LLC. IGF::OT::IGF PURPOSE OF THIS TO IS TO OBTAIN CONTRACTOR SUPPORT TO ASSIST IN USCYBERCOMS ABILITY TO PLAN, PROGRAM, EXECUTE, INTEGRATE, AND ADVOCATE FOR CYBER RESOURCES AND REQUIREMENTS FOR THE USCYBERCOM J4, LOGISTICS AND J8, CAPABILITY RESOURCE INTEGRATION DIRECTORATES.

Who is the contractor on this award?

The obligated recipient is MOSAIC TECHNOLOGIES GROUP LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $25.7 million.

What is the period of performance?

Start: 2017-03-30. End: 2022-10-03.

What is the track record of Mosaic Technologies Group LLC in performing similar government contracts?

Mosaic Technologies Group LLC has a history of performing government contracts, primarily within the IT and professional services sectors. While specific details on past performance for contracts of this exact scope and value are not provided in the summary data, their presence in the federal contracting space suggests experience. A deeper dive into their contract history, including past performance reviews and any reported issues on previous awards, would be necessary to fully assess their track record for this specific type of cyber resource integration and logistics support.

How does the awarded value compare to similar cyber resource integration contracts?

The awarded value of approximately $25.7 million over five years for USCYBERCOM support is within a reasonable range for specialized engineering and IT services supporting a major defense command. Benchmarking against similar contracts for cyber operations, logistics, and resource management within agencies like the Department of Defense (DoD) or other intelligence community components reveals that contracts of this nature can range from several million to tens of millions of dollars annually, depending on the complexity and scope. The five-year duration suggests a sustained need, making the total value a fair reflection of long-term support requirements.

What are the primary risks associated with a Cost Plus Fixed Fee (CPFF) contract type for this service?

The primary risk with a Cost Plus Fixed Fee (CPFF) contract is the potential for cost overruns. While the contractor is reimbursed for allowable costs, the fixed fee provides a set profit margin. If costs escalate significantly beyond initial projections due to unforeseen complexities, inefficiencies, or scope creep, the government may end up paying more than anticipated. Effective oversight, detailed cost tracking, and robust change management are crucial to mitigate these risks and ensure the contractor remains incentivized to control costs while delivering the required services.

How effective is 'full and open competition after exclusion of sources' in ensuring competitive pricing?

Full and open competition after exclusion of sources aims to ensure a competitive environment by allowing all responsible sources to submit offers, while also acknowledging that certain sources might be excluded based on specific criteria (e.g., security clearances, past performance issues, or specific technical capabilities). This approach is generally effective in promoting competitive pricing, as it broadens the potential bidder pool compared to sole-source or limited competition scenarios. However, the effectiveness is contingent on the number of actual bidders and the rigor of the evaluation process. If only a few sources are truly capable or interested, the competitive pressure might be less intense than in a scenario with numerous bidders.

What is the historical spending trend for similar engineering and IT support services at USCYBERCOM or comparable agencies?

Historical spending trends for engineering and IT support services at USCYBERCOM and comparable defense agencies have generally shown a consistent increase over the past decade, driven by the escalating cyber threat landscape and the continuous evolution of technology. Agencies like the DoD and its components, including cyber commands, consistently allocate significant portions of their budgets to IT modernization, cybersecurity, and specialized technical support. Spending in this category often reflects a growing reliance on external expertise for complex cyber operations, network defense, and resource management, indicating a sustained and often growing market for such services.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 5

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 8135 MAPLE LAWN BLVD STE 450, FULTON, MD, 20759

Business Categories: Black American Owned Business, Category Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $41,915,815

Exercised Options: $27,291,931

Current Obligation: $25,667,511

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $307,306

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: GS00Q14OADS129

IDV Type: IDC

Timeline

Start Date: 2017-03-30

Current End Date: 2022-10-03

Potential End Date: 2022-10-03 00:00:00

Last Modified: 2023-02-23

More Contracts from Mosaic Technologies Group LLC

View all Mosaic Technologies Group LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending