DoD's $25.8M contract for cyber operations support awarded to Command Post Technologies, Inc
Contract Overview
Contract Amount: $25,821,190 ($25.8M)
Contractor: Command Post Technologies, Inc.
Awarding Agency: Department of Defense
Start Date: 2023-02-04
End Date: 2026-02-03
Contract Duration: 1,095 days
Daily Burn Rate: $23.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TECHNICAL OPERATIONS SUPPORT (TOS) TO 318 CYBER OPERATIONS GROUP (COG) OPERATING LOCATION BRAVO (OL-B) JOINT INFORMATION OPERATIONS RANGE (JIOR).
Place of Performance
Location: NORFOLK, NORFOLK CITY County, VIRGINIA, 23511
State: Virginia Government Spending
Plain-Language Summary
Department of Defense obligated $25.8 million to COMMAND POST TECHNOLOGIES, INC. for work described as: TECHNICAL OPERATIONS SUPPORT (TOS) TO 318 CYBER OPERATIONS GROUP (COG) OPERATING LOCATION BRAVO (OL-B) JOINT INFORMATION OPERATIONS RANGE (JIOR). Key points: 1. Contract provides essential technical operations support for cyber operations. 2. Competition was full and open, suggesting a potentially competitive pricing environment. 3. The contract duration of 1095 days (3 years) indicates a long-term need for these services. 4. The fixed-price contract type shifts performance risk to the contractor. 5. The award was a delivery order, implying it was part of a larger contract vehicle. 6. The contractor, Command Post Technologies, Inc., is a new awardee for this specific service category. 7. The contract is for Computer Systems Design Services, a key area for cyber operations.
Value Assessment
Rating: good
The contract value of $25.8 million over three years for technical operations support to a cyber operations group appears reasonable given the specialized nature of the services. Benchmarking against similar contracts for cyber operations support is challenging without more specific service details, but the per-year cost of approximately $8.6 million falls within a plausible range for highly technical defense support. The firm-fixed-price structure incentivizes contractor efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to submit proposals. This level of competition is generally favorable for price discovery and ensuring the government receives competitive pricing. The fact that it was a delivery order suggests it was placed against an existing indefinite-delivery/indefinite-quantity (IDIQ) contract, which itself would have undergone a competitive process.
Taxpayer Impact: Full and open competition helps ensure that taxpayer dollars are used efficiently by fostering a competitive environment that drives down prices and encourages innovation.
Public Impact
The 318th Cyber Operations Group (COG) benefits from enhanced technical support for its operations. Operating Location Bravo (OL-B) and the Joint Information Operations Range (JIOR) will receive critical operational continuity. The contract supports advanced cyber warfare capabilities and national security objectives. Workforce implications include the potential for skilled IT and cyber professionals to be employed by the contractor. The services are crucial for maintaining readiness and effectiveness in the cyber domain.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if requirements are not clearly defined and managed.
- Reliance on a single contractor for critical cyber operations support could pose a risk if performance issues arise.
- Ensuring adequate technical expertise within the government to oversee contractor performance is crucial.
Positive Signals
- Full and open competition suggests a robust selection process and potential for competitive pricing.
- Firm-fixed-price contract type transfers cost overrun risk to the contractor.
- The contract supports a critical national security function within the Department of Defense.
Sector Analysis
This contract falls within the Computer Systems Design Services sector, a vital component of the broader IT and defense technology market. The defense sector's spending on IT and cyber-related services is substantial, driven by the increasing complexity of cyber threats and the need for advanced operational capabilities. Comparable spending benchmarks for specialized cyber operations support are difficult to pinpoint precisely due to the unique nature of military operations, but the annual value suggests a significant, ongoing requirement.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, Command Post Technologies, Inc., is likely a large business. There is no explicit information regarding subcontracting plans for small businesses within this specific award notice. The absence of a small business set-aside means opportunities for small businesses would primarily depend on the prime contractor's subcontracting strategy.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the Defense Contract Management Agency (DCMA) or a similar entity responsible for contract administration. The Defense Information Systems Agency (DISA) would also have program oversight. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Cybersecurity Services
- Information Technology Support Services
- Defense Information Systems Agency Contracts
- Cyber Operations Support
- Joint Information Operations Range Support
Risk Flags
- Potential for contractor performance issues
- Risk of scope creep
- Over-reliance on a single vendor
Tags
dod, defense-information-systems-agency, command-post-technologies-inc, computer-systems-design-services, technical-operations-support, cyber-operations, joint-information-operations-range, firm-fixed-price, full-and-open-competition, delivery-order, virginia, it-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $25.8 million to COMMAND POST TECHNOLOGIES, INC.. TECHNICAL OPERATIONS SUPPORT (TOS) TO 318 CYBER OPERATIONS GROUP (COG) OPERATING LOCATION BRAVO (OL-B) JOINT INFORMATION OPERATIONS RANGE (JIOR).
Who is the contractor on this award?
The obligated recipient is COMMAND POST TECHNOLOGIES, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Information Systems Agency).
What is the total obligated amount?
The obligated amount is $25.8 million.
What is the period of performance?
Start: 2023-02-04. End: 2026-02-03.
What is the track record of Command Post Technologies, Inc. in providing similar technical operations support for cyber operations groups?
Based on the provided data, Command Post Technologies, Inc. is a new awardee for this specific service category. While the data does not detail their historical performance on similar contracts, further investigation into their past performance on other federal contracts, particularly those involving cyber operations or complex IT support within the Department of Defense, would be necessary for a comprehensive assessment. Reviewing past performance evaluations and any contract awards related to cyber operations would provide insight into their capabilities and reliability in this specialized field. The award being a delivery order suggests it might be part of a larger IDIQ vehicle, which could offer more historical data on the contractor's performance under that umbrella.
How does the awarded price compare to similar cyber operations support contracts within the DoD?
Directly comparing the awarded price of $25.8 million over three years (approximately $8.6 million annually) to identical cyber operations support contracts is challenging due to the unique and often classified nature of such services. However, the contract falls under NAICS code 541512 (Computer Systems Design Services). General market rates for IT and systems design services for the federal government vary widely based on complexity, security requirements, and location. Given the specialized nature of supporting a Cyber Operations Group and the Joint Information Operations Range, this price point appears within a reasonable range for highly technical, mission-critical support. A more precise benchmark would require access to detailed service descriptions and pricing data from comparable, publicly available contracts.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential performance deficiencies by the contractor, scope creep, and over-reliance on a single vendor for critical functions. The firm-fixed-price (FFP) contract type mitigates financial risks for the government by shifting cost overrun responsibility to Command Post Technologies, Inc. Mitigation for performance risks relies on robust government oversight, clear performance work statements (PWS), and established metrics for evaluating contractor success. The full and open competition process also helps mitigate risks by selecting a contractor deemed most capable. The contract's three-year duration, while indicating a stable need, also necessitates careful monitoring to ensure continued value and performance.
How effective is the competition level in ensuring value for taxpayer money in this specific award?
The contract was awarded under full and open competition, which is generally considered the most effective method for ensuring value for taxpayer money. This approach allows any qualified vendor to bid, fostering a competitive environment that typically drives down prices and encourages innovation. The fact that it was a delivery order placed against a potentially existing IDIQ contract suggests that the initial IDIQ vehicle itself underwent a competitive process. While the specific number of bidders for this delivery order isn't detailed, the 'full and open' designation implies a robust marketplace was engaged, increasing the likelihood of a competitive price and a technically superior solution being selected.
What is the historical spending pattern for technical operations support to the 318th Cyber Operations Group?
The provided data does not include historical spending patterns for technical operations support to the 318th Cyber Operations Group. This specific award, valued at $25.8 million over three years, represents a new or ongoing expenditure. To understand historical spending, one would need to query contract databases for previous awards to this group or similar entities for comparable services, potentially under different contract vehicles or with different contractors. Analyzing past spending would reveal trends, identify potential increases or decreases in demand, and provide context for the current contract's value and duration.
What are the implications of this contract for the broader cybersecurity landscape within the Department of Defense?
This contract signifies a continued investment by the DoD in bolstering its cyber operations capabilities. By providing technical operations support to the 318th Cyber Operations Group, it directly contributes to the readiness and effectiveness of a key unit responsible for cyber warfare and defense. Such contracts are crucial for maintaining a technological edge against adversaries and ensuring the security of military networks and information systems. The focus on Computer Systems Design Services highlights the ongoing need for specialized expertise in developing, maintaining, and enhancing the complex systems that underpin modern cyber operations, reflecting the dynamic and evolving nature of cyber threats.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Command Post Technologies Inc.
Address: 7007 HARBOUR VIEW BLVD, SUFFOLK, VA, 23435
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $57,385,721
Exercised Options: $25,901,686
Current Obligation: $25,821,190
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS35F355GA
IDV Type: FSS
Timeline
Start Date: 2023-02-04
Current End Date: 2026-02-03
Potential End Date: 2028-02-03 00:00:00
Last Modified: 2025-11-25
More Contracts from Command Post Technologies, Inc.
- Technical Operations Support (TOS) — $32.7M (Department of Defense)
- Joint Warfighting Directorate (JWD), Futures and Concepts Division (FCD) Joint Concept Subject Matter Expertise — $9.9M (Department of Defense)
View all Command Post Technologies, Inc. federal contracts →
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)