DHS Awards $32.25M for Tactical Communications Network to Rivada Port Graham Solutions LLC

Contract Overview

Contract Amount: $32,251,689 ($32.3M)

Contractor: Rivada Port Graham Solutions LLC

Awarding Agency: Department of Homeland Security

Start Date: 2013-12-23

End Date: 2019-06-30

Contract Duration: 2,015 days

Daily Burn Rate: $16.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: PROVIDE AN IP BASED TACTICAL COMMUNICATIONS NETWORK SOLUTION. IGF::OT::IGF

Place of Performance

Location: PALMER, MATANUSKA SUSITNA County, ALASKA, 99645

State: Alaska Government Spending

Plain-Language Summary

Department of Homeland Security obligated $32.3 million to RIVADA PORT GRAHAM SOLUTIONS LLC for work described as: PROVIDE AN IP BASED TACTICAL COMMUNICATIONS NETWORK SOLUTION. IGF::OT::IGF Key points: 1. Contract awarded to RIVADA PORT GRAHAM SOLUTIONS LLC for $32.25M. 2. The contract falls under the Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing sector. 3. Competition was 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. 4. The contract duration spans from December 23, 2013, to June 30, 2019. 5. The contract type is FIRM FIXED PRICE.

Value Assessment

Rating: fair

The total award amount is $32.25M. Without specific unit cost data or a direct comparison to similar tactical communication network solutions, assessing the value is difficult. However, the duration of the contract (nearly 6 years) suggests a significant, ongoing need.

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'. This suggests an initial exclusion of some sources, followed by a broader competition. The impact on price discovery depends on the number and competitiveness of the bids received during the open phase.

Taxpayer Impact: The $32.25M expenditure represents taxpayer funds allocated to enhance critical communication infrastructure for U.S. Customs and Border Protection.

Public Impact

Enhances U.S. Customs and Border Protection's ability to communicate in tactical situations. Supports national security by providing reliable communication for border operations. The contract duration indicates a long-term investment in communication technology. The awardee, RIVADA PORT GRAHAM SOLUTIONS LLC, is responsible for delivering this critical infrastructure.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT and Communications sector, specifically related to wireless communications equipment manufacturing. Spending in this area is crucial for modernizing government operations and ensuring secure, reliable data transmission for agencies like CBP.

Small Business Impact

The data provided does not indicate whether small businesses were involved as subcontractors or partners in this contract. Further analysis would be needed to determine the extent of small business participation.

Oversight & Accountability

Oversight would typically involve regular performance reviews, milestone tracking, and financial audits by the Department of Homeland Security to ensure the contractor meets all requirements and stays within budget. The firm fixed price nature of the contract provides a degree of cost control.

Related Government Programs

Risk Flags

Tags

radio-and-television-broadcasting-and-wi, department-of-homeland-security, ak, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $32.3 million to RIVADA PORT GRAHAM SOLUTIONS LLC. PROVIDE AN IP BASED TACTICAL COMMUNICATIONS NETWORK SOLUTION. IGF::OT::IGF

Who is the contractor on this award?

The obligated recipient is RIVADA PORT GRAHAM SOLUTIONS LLC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).

What is the total obligated amount?

The obligated amount is $32.3 million.

What is the period of performance?

Start: 2013-12-23. End: 2019-06-30.

What specific tactical communication capabilities does this network provide, and how do they improve operational effectiveness for CBP?

The network likely provides secure, real-time voice and data communication for CBP agents in diverse and often challenging environments. This could include mobile broadband, encrypted radio, and situational awareness tools, enabling faster response times, better coordination during border security operations, and improved intelligence sharing.

What were the primary reasons for excluding certain sources initially, and did this exclusion impact the final price or solution?

The reasons for initial source exclusion are not detailed. However, such exclusions are typically based on specific technical requirements, security clearances, or past performance issues. If the exclusion significantly limited the pool of qualified bidders, it could potentially lead to less competitive pricing or a less optimal solution compared to a truly open competition.

How does the performance of this tactical communication network compare to industry benchmarks for similar solutions, and has it met expectations?

Without access to performance reports or post-award evaluations, a direct comparison to industry benchmarks is not possible. Assessing whether the network met expectations would require reviewing CBP's internal assessments of its reliability, coverage, security, and overall contribution to mission success over the contract period.

Industry Classification

NAICS: ManufacturingCommunications Equipment ManufacturingRadio and Television Broadcasting and Wireless Communications Equipment Manufacturing

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 901 COPE INDUSTRIAL WAY, PALMER, AK, 99645

Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Minority Owned Business, Native American Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $32,251,689

Exercised Options: $32,251,689

Current Obligation: $32,251,689

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HSSS0112D0029

IDV Type: IDC

Timeline

Start Date: 2013-12-23

Current End Date: 2019-06-30

Potential End Date: 2019-06-30 14:12:33

Last Modified: 2023-06-08

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending