DoD's $23.7M contract for intelligence support awarded to QSA-LLC, with 14 bidders
Contract Overview
Contract Amount: $23,702,244 ($23.7M)
Contractor: Qsa-Llc
Awarding Agency: Department of Defense
Start Date: 2025-06-16
End Date: 2026-06-15
Contract Duration: 364 days
Daily Burn Rate: $65.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 14
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: IAW ATTACHMENT 1 - GSSE PWS, PROVIDE SOFTWARE-AGNOSTIC FIELD SUPPORT FOR FORWARD-DEPLOYED USERS OF OPERATIONAL, ADVANCED ANALYTIC INTELLIGENCE SUPPORT, AND PROVIDE TECHNICAL AND ANALYTICAL MISSION PLANNING AND EXECUTION SYSTEMS SUPPORT.
Place of Performance
Location: TAMPA, HILLSBOROUGH County, FLORIDA, 33621
State: Florida Government Spending
Plain-Language Summary
Department of Defense obligated $23.7 million to QSA-LLC for work described as: IAW ATTACHMENT 1 - GSSE PWS, PROVIDE SOFTWARE-AGNOSTIC FIELD SUPPORT FOR FORWARD-DEPLOYED USERS OF OPERATIONAL, ADVANCED ANALYTIC INTELLIGENCE SUPPORT, AND PROVIDE TECHNICAL AND ANALYTICAL MISSION PLANNING AND EXECUTION SYSTEMS SUPPORT. Key points: 1. The contract aims to provide software-agnostic field support for operational intelligence systems, indicating a need for flexible and adaptable solutions. 2. With a firm-fixed-price structure, the government has established clear cost expectations, shifting performance risk to the contractor. 3. The award was made under 'full and open competition after exclusion of sources,' suggesting a competitive process with specific justifications for excluding certain vendors. 4. The contract duration of 364 days points to a focused, short-term need for these specialized intelligence support services. 5. The geographic location of Florida (FL) for performance may indicate a concentration of relevant operational units or facilities. 6. The North American Industry Classification System (NAICS) code 541519 for 'Other Computer Related Services' places this contract within a broad IT services category.
Value Assessment
Rating: good
The contract value of $23.7 million for a one-year period of performance appears reasonable for specialized intelligence support services. Benchmarking against similar contracts for advanced analytic intelligence support and mission planning systems is challenging without more specific service details. However, the firm-fixed-price contract type suggests that the government has negotiated a definitive price, and the contractor assumes the risk of cost overruns. The number of bidders (14) also suggests a healthy level of competition that likely contributed to a fair price.
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 indicates that while the competition was intended to be open, specific sources were excluded, likely due to unique capabilities, security requirements, or prior performance. With 14 bidders, the competition level was substantial, suggesting that multiple firms were capable of meeting the government's needs. This level of competition generally supports price discovery and encourages competitive pricing.
Taxpayer Impact: The significant number of bidders indicates that taxpayers benefited from a competitive environment, likely leading to a more favorable price than a sole-source award. The exclusion of sources, if justified, ensures that the most capable vendors are considered while maintaining a competitive landscape.
Public Impact
The primary beneficiaries are U.S. Special Operations Command (SOCOM) personnel who will receive enhanced operational intelligence support. The services delivered will include software-agnostic field support, technical and analytical mission planning, and execution systems support. Performance is expected in Florida (FL), suggesting a direct impact on operational readiness and support for units stationed or operating in that region. The contract supports advanced analytic intelligence, which is critical for national security operations and decision-making.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'exclusion of sources' clause requires careful scrutiny to ensure it was fully justified and did not unduly limit competition.
- The reliance on software-agnostic support implies a need for integration across potentially diverse and evolving technological environments, which can present technical challenges.
- The specific nature of 'advanced analytic intelligence support' may involve sensitive data and operations, requiring robust security protocols and contractor vetting.
Positive Signals
- The firm-fixed-price contract type aligns costs and performance expectations, providing budget certainty for the government.
- A high number of bidders (14) indicates a robust market response and a competitive environment for this specialized service.
- The contract supports critical intelligence functions for U.S. Special Operations Command, directly contributing to national security objectives.
Sector Analysis
This contract falls within the broader IT services sector, specifically focusing on specialized intelligence support. The market for advanced analytic intelligence and mission planning systems is driven by government defense and intelligence agencies. Spending in this area is often characterized by high technical requirements, long development cycles, and significant investment in research and development. Comparable spending benchmarks are difficult to establish without detailed service scope, but contracts for similar intelligence analysis and IT support for special operations forces can range from millions to tens of millions of dollars annually.
Small Business Impact
The contract data indicates that small business participation is not a primary focus, as the 'small business' flag is false. There is no explicit mention of small business set-asides. This suggests that the prime contract was awarded to a large business or that the nature of the services required capabilities typically found in larger firms. Subcontracting opportunities for small businesses may exist, but they are not explicitly detailed in the provided information. The impact on the small business ecosystem would depend on whether QSA-LLC actively seeks small business subcontractors for specialized components of the work.
Oversight & Accountability
Oversight for this contract will likely be managed by the U.S. Special Operations Command contracting and program management offices. Accountability measures are inherent in the firm-fixed-price contract type, which ties payment to successful performance. Transparency is generally maintained through contract award notices and reporting requirements. The Inspector General for the Department of Defense would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- Intelligence Analysis Services
- Special Operations Forces Support
- Advanced Analytics Software
- Mission Planning Systems
- IT Field Support
- Defense Intelligence Systems
Risk Flags
- Potential for technical integration challenges due to software-agnostic requirements.
- Need for rigorous cybersecurity protocols given the sensitive nature of intelligence data.
- Justification for 'exclusion of sources' requires careful review to ensure fair competition.
- Performance monitoring is crucial to ensure effective delivery of advanced analytic support.
Tags
it, defense, intelligence-support, special-operations-command, florida, firm-fixed-price, full-and-open-competition-after-exclusion-of-sources, definitive-contract, computer-related-services, advanced-analytics, mission-planning
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $23.7 million to QSA-LLC. IAW ATTACHMENT 1 - GSSE PWS, PROVIDE SOFTWARE-AGNOSTIC FIELD SUPPORT FOR FORWARD-DEPLOYED USERS OF OPERATIONAL, ADVANCED ANALYTIC INTELLIGENCE SUPPORT, AND PROVIDE TECHNICAL AND ANALYTICAL MISSION PLANNING AND EXECUTION SYSTEMS SUPPORT.
Who is the contractor on this award?
The obligated recipient is QSA-LLC.
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 $23.7 million.
What is the period of performance?
Start: 2025-06-16. End: 2026-06-15.
What is the specific nature of the 'advanced analytic intelligence support' and 'mission planning and execution systems support' being provided?
The provided data indicates the contract is for 'software-agnostic field support for forward-deployed users of operational, advanced analytic intelligence support, and provide technical and analytical mission planning and execution systems support.' This suggests services related to the use and maintenance of intelligence analysis tools and systems in operational environments. 'Advanced analytic intelligence support' likely involves processing, analyzing, and disseminating intelligence data using sophisticated tools. 'Mission planning and execution systems support' implies assistance with the systems used by operators to plan and carry out missions, ensuring these systems are functional, integrated, and effectively utilized. The software-agnostic nature points to a requirement for flexibility and adaptability across various platforms and technologies used by the end-users.
How does the $23.7 million value compare to similar contracts for intelligence support services?
Benchmarking the $23.7 million value requires comparing it to contracts with similar scope, duration, and complexity within the intelligence support domain. Given this is a one-year contract for specialized field support and mission planning systems for U.S. Special Operations Command, the price appears within a reasonable range for such critical services. Contracts for advanced intelligence analysis, system integration, and operational support for SOCOM can often reach tens of millions of dollars annually due to the high-stakes nature and technical sophistication involved. The firm-fixed-price structure and the presence of 14 bidders suggest that the price was competitively determined and reflects market rates for these specialized capabilities.
What are the key risks associated with this contract, and how are they being mitigated?
Key risks include potential technical challenges in providing software-agnostic support across diverse user environments, ensuring robust cybersecurity for sensitive intelligence data, and maintaining contractor performance over the contract duration. Mitigation strategies likely involve the firm-fixed-price contract type, which places cost risk on the contractor. The 'full and open competition after exclusion of sources' suggests a careful selection process to ensure contractor capability and reliability. Specific technical requirements and performance standards outlined in the PWS (Performance Work Statement) will guide performance expectations and provide a basis for oversight. The contractor's track record and past performance evaluations would also be critical risk mitigation factors considered during the procurement.
What is the historical spending pattern for similar intelligence support services by the U.S. Special Operations Command?
Historical spending patterns for intelligence support services by U.S. Special Operations Command (SOCOM) are typically substantial, reflecting the command's critical role in national security. SOCOM consistently invests heavily in intelligence, surveillance, and reconnaissance (ISR) capabilities, advanced analytics, and operational support systems. Annual spending on such services can fluctuate based on evolving threats, technological advancements, and specific mission requirements. While precise historical figures for this exact service category are not provided, SOCOM's overall budget and its focus on information dominance suggest a consistent and significant allocation of resources towards intelligence support over many years. This contract represents a portion of that ongoing investment.
What is the track record of QSA-LLC in providing similar intelligence support services to the government?
Information regarding QSA-LLC's specific track record in providing 'software-agnostic field support for operational, advanced analytic intelligence support, and technical and analytical mission planning and execution systems support' is not detailed in the provided data. However, as a contractor awarded a definitive contract under full and open competition (after exclusion of sources) with 14 bidders, it implies that QSA-LLC possesses the necessary qualifications and capabilities to meet the stringent requirements of U.S. Special Operations Command. Further assessment would require reviewing their past performance evaluations, contract history, and any specific experience cited in their proposal or relevant government databases.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: H9241524R0004
Offers Received: 14
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 111 N 2ND ST, SMITHFIELD, NC, 27577
Business Categories: Category Business, Joint Venture Economically Disadvantaged Women Owned Small Business, Joint Venture Women Owned Small Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $148,965,538
Exercised Options: $27,856,770
Current Obligation: $23,702,244
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2025-06-16
Current End Date: 2026-06-15
Potential End Date: 2030-06-15 00:00:00
Last Modified: 2025-12-19
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)