DoD's $27M ISR Services Contract Awarded to Insitu, Inc. Under Full and Open Competition
Contract Overview
Contract Amount: $27,049,509 ($27.0M)
Contractor: Insitu, Inc.
Awarding Agency: Department of Defense
Start Date: 2018-09-28
End Date: 2022-08-01
Contract Duration: 1,403 days
Daily Burn Rate: $19.3K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: IGF::CT::IGF ISR SERVICES
Plain-Language Summary
Department of Defense obligated $27.0 million to INSITU, INC. for work described as: IGF::CT::IGF ISR SERVICES Key points: 1. Significant contract value of $27.05 million for ISR services. 2. Awarded to Insitu, Inc. through full and open competition, suggesting market availability. 3. Contract duration of 1403 days indicates a long-term need. 4. Fixed-price contract type aims to control costs. 5. Potential for high impact given the nature of ISR services for Special Operations Command.
Value Assessment
Rating: good
The contract's firm fixed-price structure is a positive sign for cost control. Benchmarking against similar ISR services contracts would provide further insight into value, but the competitive award suggests a reasonable price discovery process.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors were likely considered. This method generally promotes competitive pricing and ensures the government receives the best value.
Taxpayer Impact: The competitive nature of the award suggests that taxpayer funds are being utilized efficiently by selecting the most advantageous offer.
Public Impact
Enhances intelligence, surveillance, and reconnaissance capabilities for U.S. Special Operations Command. Supports critical national security missions through advanced ISR services. Potential impact on operational effectiveness and decision-making for SOCOM.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics makes it difficult to assess effectiveness.
- Potential for scope creep in long-term ISR service contracts.
- Dependence on a single vendor for critical ISR services.
Positive Signals
- Firm fixed-price contract type.
- Awarded under full and open competition.
- Supports a critical national security agency (SOCOM).
Sector Analysis
Engineering Services (NAICS 541330) for Intelligence, Surveillance, and Reconnaissance (ISR) are crucial for defense operations. Spending in this sector can vary widely based on technological advancements and geopolitical needs.
Small Business Impact
The data indicates this contract was awarded to Insitu, Inc., and does not specify any small business set-asides or subcontracting. Further investigation would be needed to determine small business participation.
Oversight & Accountability
The contract was awarded by the U.S. Special Operations Command, a component of the Department of Defense. Standard DoD oversight mechanisms should apply, but specific details on monitoring and accountability for this contract are not provided.
Related Government Programs
- Engineering Services
- Department of Defense Contracting
- U.S. Special Operations Command Programs
Risk Flags
- Lack of detailed performance metrics.
- Potential for vendor lock-in.
- Limited insight into specific service offerings.
- No clear indication of small business participation.
Tags
engineering-services, department-of-defense, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $27.0 million to INSITU, INC.. IGF::CT::IGF ISR SERVICES
Who is the contractor on this award?
The obligated recipient is INSITU, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (U.S. Special Operations Command).
What is the total obligated amount?
The obligated amount is $27.0 million.
What is the period of performance?
Start: 2018-09-28. End: 2022-08-01.
What specific ISR capabilities are being provided under this contract, and how do they align with current SOCOM operational requirements?
The contract is for ISR services, which broadly encompass intelligence gathering, surveillance, and reconnaissance. Without specific details on the types of platforms, sensors, or data analysis provided, it's challenging to definitively assess alignment with SOCOM's evolving operational requirements. Further documentation would be needed to understand the precise nature of the services and their relevance to current mission needs.
What is the benchmarked cost per operational hour or per data point for these ISR services compared to similar contracts?
Benchmarking the per-unit cost for these ISR services is difficult without more granular data on the specific services rendered (e.g., flight hours, sensor data volume, analysis hours). While the contract is firm fixed-price, the total award value of $27.05 million over 1403 days doesn't directly translate to a readily comparable per-unit cost without understanding the service mix and intensity.
How is the effectiveness of the ISR services measured and reported to ensure mission success and taxpayer value?
The provided data does not detail the performance metrics or reporting mechanisms used to measure the effectiveness of these ISR services. While the contract is firm fixed-price, ensuring mission success and taxpayer value relies on robust oversight and clear performance standards, which are not specified here. Further review of contract deliverables and performance reviews would be necessary.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: TECHNICAL REPRESENTATIVE SVCS. › TECHNICAL REPRESENTATIVE SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: H9222215R0001
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: THE Boeing Company
Address: 118 E COLUMBIA RIVER WAY, BINGEN, WA, 98605
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $27,049,509
Exercised Options: $27,049,509
Current Obligation: $27,049,509
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $157,861
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: H9222217D0011
IDV Type: IDC
Timeline
Start Date: 2018-09-28
Current End Date: 2022-08-01
Potential End Date: 2022-08-01 00:00:00
Last Modified: 2022-11-04
More Contracts from Insitu, Inc.
- RQ-21A Blackjack — $178.2M (Department of Defense)
- UAS ISR Services for Usmc — $163.2M (Department of Defense)
- Land-Based Deployment — $150.4M (Department of Defense)
- System Engineering&program Management — $119.4M (Department of Defense)
- Stuas/Tier II UAS — $109.3M (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)