DoD awards $2.5M for Sensing Systems Support, highlighting IT services for Defense Information Systems Agency

Contract Overview

Contract Amount: $2,512,585 ($2.5M)

Contractor: Innovation Evolution Technologies JV, LLC

Awarding Agency: Department of Defense

Start Date: 2026-01-08

End Date: 2026-08-07

Contract Duration: 211 days

Daily Burn Rate: $11.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: SENSING SYSTEMS SUPPORT (SSS)

Place of Performance

Location: FORT GEORGE G MEADE, ANNE ARUNDEL County, MARYLAND, 20755

State: Maryland Government Spending

Plain-Language Summary

Department of Defense obligated $2.5 million to INNOVATION EVOLUTION TECHNOLOGIES JV, LLC for work described as: SENSING SYSTEMS SUPPORT (SSS) Key points: 1. Contract focuses on critical computer systems design services. 2. Awarded to INNOVATION EVOLUTION TECHNOLOGIES JV, LLC, a joint venture. 3. Competition was full and open after exclusion of sources. 4. Contract duration is for approximately 7 months. 5. Performance is expected in Maryland. 6. This award represents a small portion of overall defense IT spending.

Value Assessment

Rating: good

The contract value of $2.51 million for Sensing Systems Support appears reasonable for specialized IT services. Benchmarking against similar contracts for computer systems design services within the Department of Defense is necessary for a definitive value assessment. However, the firm-fixed-price structure suggests a degree of cost certainty for the government. The number of bids received (6) indicates a competitive environment that likely contributed to a fair price.

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,' indicating that while the competition was broad, specific sources may have been excluded based on predefined criteria. Six bids were received, suggesting a healthy level of interest and competition for these specialized IT services. This level of competition generally supports price discovery and can lead to more favorable pricing for the government.

Taxpayer Impact: A competitive bidding process helps ensure that taxpayer dollars are used efficiently by driving down costs and encouraging innovative solutions from multiple vendors.

Public Impact

The primary beneficiaries are the Department of Defense and its various components relying on advanced sensing systems. Services delivered include computer systems design and support, crucial for maintaining operational readiness. Geographic impact is concentrated in Maryland, where the contractor will perform the work. Workforce implications include the potential for skilled IT professionals to be engaged in supporting national defense initiatives.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for vendor lock-in if specialized knowledge is developed exclusively by the awarded JV.
  • Reliance on a joint venture structure may introduce complexities in performance management and accountability.
  • The 'exclusion of sources' clause warrants scrutiny to ensure it did not unduly limit competition.

Positive Signals

  • Award to a joint venture can foster new business opportunities for participating entities.
  • Firm-fixed-price contract provides cost predictability.
  • Multiple bids indicate a competitive market for these services.

Sector Analysis

This contract falls within the broader IT and Defense sectors, specifically focusing on computer systems design services. The market for such services is robust, driven by continuous technological advancements and the critical need for secure and efficient information systems within government agencies. Comparable spending benchmarks would involve analyzing other contracts for similar IT support and system integration services awarded by the Defense Information Systems Agency (DISA) and other DoD components.

Small Business Impact

The contract data indicates that small business participation was not a primary set-aside criterion (ss: false, sb: false). While the prime contractor is a joint venture, the specific small business participation within the JV or through subcontracting is not detailed here. Further analysis would be needed to determine if small businesses are involved in the subcontracting chain and to what extent.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the Defense Information Systems Agency (DISA) contracting officers and program managers. Accountability measures are embedded in the firm-fixed-price contract terms and performance requirements. Transparency is generally maintained through contract award databases, though specific performance metrics and oversight reports may be internal to the agency.

Related Government Programs

  • Defense Information Systems Agency (DISA) IT Support Contracts
  • Department of Defense Computer Systems Design Services
  • Federal IT Services and Solutions
  • Sensing and Surveillance Technology Support

Risk Flags

  • Potential for limited competition due to 'exclusion of sources'.
  • Performance risk associated with a joint venture structure.
  • Need for clear performance metrics given the firm-fixed-price nature.

Tags

defense, dod, disa, it-services, computer-systems-design, firm-fixed-price, delivery-order, full-and-open-competition, maryland, sensing-systems, innovation-evolution-technologies-jv-llc

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $2.5 million to INNOVATION EVOLUTION TECHNOLOGIES JV, LLC. SENSING SYSTEMS SUPPORT (SSS)

Who is the contractor on this award?

The obligated recipient is INNOVATION EVOLUTION TECHNOLOGIES JV, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Defense Information Systems Agency).

What is the total obligated amount?

The obligated amount is $2.5 million.

What is the period of performance?

Start: 2026-01-08. End: 2026-08-07.

What is the track record of INNOVATION EVOLUTION TECHNOLOGIES JV, LLC in delivering similar sensing systems support?

Information regarding the specific track record of INNOVATION EVOLUTION TECHNOLOGIES JV, LLC is not detailed in the provided data. As a joint venture, its performance history would be a composite of its member companies' experiences or its own operational history if it has been established for some time. A thorough review would involve examining past performance evaluations, any prior contracts awarded to this specific JV, and the relevant experience of its constituent companies in providing computer systems design services and sensing system support to government agencies, particularly within the Department of Defense. Understanding their past performance is crucial for assessing the risk associated with this current award and ensuring successful project execution.

How does the awarded amount of $2.51 million compare to similar contracts for sensing systems support?

The awarded amount of $2.51 million for Sensing Systems Support (SSS) needs to be benchmarked against similar contracts to assess its value. Without specific details on the scope, duration, and complexity of services rendered in comparable contracts, a direct comparison is challenging. However, considering it's for computer systems design services with a duration of approximately 7 months, the value appears within a reasonable range for specialized IT support within the defense sector. Further analysis would involve querying federal procurement databases for contracts with similar NAICS codes (541512) and service descriptions awarded by DISA or other DoD entities over the past few years to establish a more precise market rate and identify any outliers.

What are the primary risks associated with this contract award?

Key risks associated with this contract include potential performance issues if the joint venture lacks sufficient experience or integration capabilities, given it's a JV. The 'Full and Open Competition After Exclusion of Sources' clause could pose a risk if the exclusion criteria were overly restrictive, potentially limiting the pool of qualified bidders and impacting price competitiveness or innovation. Furthermore, the relatively short duration (7 months) might indicate a need for rapid deployment or a bridge contract, which can sometimes carry inherent risks related to knowledge transfer or follow-on requirements. Dependence on specific technologies or personnel could also be a risk factor.

How effective is the 'Full and Open Competition After Exclusion of Sources' strategy in ensuring value for taxpayers?

The effectiveness of 'Full and Open Competition After Exclusion of Sources' in ensuring value for taxpayers is nuanced. While it aims for broad competition, the exclusion of specific sources can limit the number of potential bidders. If the exclusions are justified (e.g., based on security, specialized capabilities, or past performance issues), it can lead to a more focused competition among highly qualified vendors, potentially resulting in better technical solutions. However, if exclusions are arbitrary or overly broad, they can stifle competition, potentially leading to higher prices or less optimal solutions. The receipt of six bids in this case suggests that the exclusions did not excessively limit the competitive landscape, which is a positive indicator for value.

What is the historical spending pattern for Sensing Systems Support by the Defense Information Systems Agency?

Historical spending patterns for Sensing Systems Support by the Defense Information Systems Agency (DISA) are not provided in the current data. To analyze this, one would need to access DISA's historical contract databases and filter for contracts related to 'Sensing Systems Support' or similar terms, using relevant NAICS codes like 541512 (Computer Systems Design Services). Examining trends in contract values, award types (e.g., delivery orders, prime contracts), and awarded contractors over several fiscal years would reveal spending patterns. This analysis could identify periods of increased or decreased investment, common contract vehicles used, and the typical range of contract values for such services, providing context for the current $2.51 million award.

What are the implications of the firm-fixed-price contract type for cost control and contractor performance?

A firm-fixed-price (FFP) contract type, as used in this award, places the primary responsibility for cost control on the contractor. This means the contractor agrees to a total price for a well-defined scope of work, and the government pays that amount regardless of the contractor's actual costs. This structure provides the government with cost predictability and incentivizes the contractor to manage its expenses efficiently to maximize profit. For contractor performance, FFP contracts generally require clear and detailed specifications to avoid disputes. While FFP is beneficial for cost certainty, it can sometimes lead to less flexibility if the scope needs to change, and it may not be ideal for contracts with high uncertainty or evolving requirements where cost-reimbursement contracts might be more appropriate.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: HC104717R0001

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1902 CAMPUS COMMONS DR STE 420, RESTON, VA, 20191

Business Categories: Category Business, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $12,860,544

Exercised Options: $2,512,585

Current Obligation: $2,512,585

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HC104719D2029

IDV Type: IDC

Timeline

Start Date: 2026-01-08

Current End Date: 2026-08-07

Potential End Date: 2028-08-07 00:00:00

Last Modified: 2026-01-06

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending