DCS Corporation awarded $14M task order for human-agent teaming R&D, raising questions on competition and value

Contract Overview

Contract Amount: $14,041,128 ($14.0M)

Contractor: DCS Corporation

Awarding Agency: Department of Defense

Start Date: 2021-04-30

End Date: 2026-04-29

Contract Duration: 1,825 days

Daily Burn Rate: $7.7K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: R&D

Official Description: TASK ORDER FOR OPPORTUNISTIC SENSING FOR DISMOUNTED OPERATIONS SERVICES AGAINST BASIC INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FOR HUMAN-AGENT TEAMING RESEARCH AND ENGINEERING SERVICES WITH DCS CORPORATION.

Place of Performance

Location: ABERDEEN PROVING GROUND, HARFORD County, MARYLAND, 21005

State: Maryland Government Spending

Plain-Language Summary

Department of Defense obligated $14.0 million to DCS CORPORATION for work described as: TASK ORDER FOR OPPORTUNISTIC SENSING FOR DISMOUNTED OPERATIONS SERVICES AGAINST BASIC INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FOR HUMAN-AGENT TEAMING RESEARCH AND ENGINEERING SERVICES WITH DCS CORPORATION. Key points: 1. The contract focuses on advanced research and development in physical, engineering, and life sciences. 2. This task order is part of a larger IDIQ for human-agent teaming research. 3. The award to DCS Corporation was not competed, indicating potential limitations in market engagement. 4. The contract type is Cost Plus Fixed Fee, which can lead to cost overruns if not managed carefully. 5. The duration of the contract is five years, suggesting a long-term research objective. 6. The primary agency is the Department of the Army, indicating a defense-related application.

Value Assessment

Rating: questionable

Benchmarking the value of this specific task order is challenging without comparable awards under the same IDIQ. The Cost Plus Fixed Fee (CPFF) contract type, while common for R&D, carries inherent risks of cost escalation. Without a competitive process, it's difficult to ascertain if the fixed fee adequately incentivizes efficiency or if the overall cost represents a fair market value. Further analysis of the labor categories and rates billed against the fixed fee would be necessary for a more definitive value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This task order was awarded on a sole-source basis, meaning it was not competed among multiple vendors. While sole-source awards can be justified for specific expertise or follow-on work, the lack of competition here limits the opportunity for price discovery and potentially higher costs for the government. It is unclear if the basic IDIQ itself was competed or if this specific task order was justified as a sole-source add-on.

Taxpayer Impact: The absence of competition for this task order means taxpayers may not be receiving the most cost-effective solution. Without bids from other qualified contractors, the government cannot be assured it secured the best possible price for the research and development services.

Public Impact

The Department of the Army benefits from advanced research in human-agent teaming, potentially enhancing future military capabilities. The services delivered are focused on research and engineering, aiming to develop new technologies and methodologies. The geographic impact is primarily associated with the contractor's operations, likely within the United States. The contract supports a specialized workforce in research and development, particularly in areas of artificial intelligence and human-computer interaction.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition for this task order limits price discovery and potential cost savings.
  • Cost Plus Fixed Fee contract type can lead to cost overruns if not closely monitored.
  • The specific R&D objectives and deliverables require careful oversight to ensure alignment with strategic goals.

Positive Signals

  • The contract supports critical research in a rapidly evolving field of human-agent teaming.
  • DCS Corporation has a track record in defense contracting, suggesting familiarity with agency needs.
  • The long-term nature of the contract allows for sustained development and integration of research outcomes.

Sector Analysis

This contract falls within the Research and Development sector, specifically focusing on physical, engineering, and life sciences. The market for human-agent teaming research is growing, driven by advancements in AI and automation across various industries, including defense, aerospace, and robotics. Comparable spending in this niche R&D area can vary widely depending on the specific technological focus and scale of research, but typically involves significant investment in specialized expertise and advanced computing resources.

Small Business Impact

This contract was not awarded to a small business, nor does it appear to have specific small business set-aside provisions. The implications for the small business ecosystem are minimal unless DCS Corporation is required to subcontract a portion of the work to small businesses, which is not explicitly stated in the provided data. Further investigation into subcontracting plans would be needed to assess any potential impact on small businesses.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Army's contracting and program management offices. Given the R&D nature, technical oversight to ensure progress against research objectives is crucial. Transparency is limited due to the sole-source award and the nature of R&D reporting. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

  • Human-Agent Teaming Research
  • Artificial Intelligence Research
  • Defense R&D Contracts
  • Indefinite Delivery Indefinite Quantity (IDIQ) Contracts
  • Cost Plus Fixed Fee Contracts

Risk Flags

  • Sole-source award raises concerns about competition and potential cost-effectiveness.
  • CPFF contract type introduces risk of cost overruns without stringent oversight.
  • Lack of transparency in sole-source justification requires further review.

Tags

research-and-development, department-of-defense, department-of-the-army, task-order, cost-plus-fixed-fee, sole-source, human-agent-teaming, indefinite-delivery-indefinite-quantity, maryland, science-and-technology

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $14.0 million to DCS CORPORATION. TASK ORDER FOR OPPORTUNISTIC SENSING FOR DISMOUNTED OPERATIONS SERVICES AGAINST BASIC INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FOR HUMAN-AGENT TEAMING RESEARCH AND ENGINEERING SERVICES WITH DCS CORPORATION.

Who is the contractor on this award?

The obligated recipient is DCS CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Army).

What is the total obligated amount?

The obligated amount is $14.0 million.

What is the period of performance?

Start: 2021-04-30. End: 2026-04-29.

What is DCS Corporation's track record with similar R&D contracts, particularly in human-agent teaming?

DCS Corporation has a history of performing research and development services for the U.S. government, including contracts related to defense and technology. While specific details on their prior work in human-agent teaming are not provided in this data snippet, their general experience in engineering and scientific services suggests a capability to undertake such research. A deeper dive into their contract history, past performance evaluations, and specific project outcomes would be necessary to fully assess their expertise and success rate in this specialized area. Examining awards under similar IDIQ vehicles or for comparable agencies could provide further context on their qualifications and reliability for complex R&D tasks.

How does the $14 million value of this task order compare to other human-agent teaming R&D efforts?

Directly comparing the $14 million value of this specific task order to other human-agent teaming R&D efforts is challenging without more granular market data. The cost of R&D projects can vary significantly based on the scope, duration, complexity, and specific technologies involved. This task order, being part of a larger IDIQ, might represent a specific phase or component of a broader research initiative. To provide a meaningful comparison, one would need to analyze similar task orders under the same or related IDIQs, or benchmark against independently competed R&D contracts focused on comparable human-agent teaming capabilities. Factors such as the number of personnel, required equipment, and research milestones would influence the overall cost and make direct comparisons difficult without detailed project scopes.

What are the primary risks associated with a Cost Plus Fixed Fee (CPFF) contract for R&D, and how are they mitigated?

The primary risk with a CPFF contract for R&D is the potential for cost overruns, as the contractor is reimbursed for all allowable costs plus a fixed fee. If the project scope expands or unforeseen challenges arise, the total cost to the government can exceed initial estimates. Mitigation strategies include robust government oversight, detailed work breakdown structures, clear definition of allowable costs, and regular performance reviews. The fixed fee itself acts as a ceiling for the contractor's profit, incentivizing them to manage costs efficiently to maximize their return. However, for R&D, where outcomes can be uncertain, the government bears the primary cost risk. Effective project management and technical monitoring are crucial to control costs and ensure the research objectives are met within budget constraints.

What are the implications of this contract being awarded on a sole-source basis for the advancement of human-agent teaming technology?

Awarding this task order on a sole-source basis means that only DCS Corporation was considered for this specific work. This can limit the infusion of diverse perspectives and innovative approaches that might come from a competitive bidding process involving multiple companies. While DCS Corporation may possess unique expertise, the lack of competition could potentially slow down the overall pace of technological advancement in human-agent teaming by not leveraging the full spectrum of capabilities available in the market. It also raises questions about whether the government secured the most cost-effective solution, which could impact the funding available for other R&D initiatives in this critical field.

How does the Department of the Army typically structure IDIQ vehicles for R&D services like human-agent teaming?

The Department of the Army often utilizes Indefinite Delivery Indefinite Quantity (IDIQ) vehicles to procure specialized R&D services, including those related to human-agent teaming. These IDIQs are typically established through a competitive process to pre-qualify a pool of vendors capable of performing a broad range of related work. Task orders are then issued against these IDIQs, either competitively or on a sole-source basis, depending on the specific requirements and justifications. The structure allows for flexibility and rapid acquisition of services as needs evolve. The Army may use various types of IDIQs, such as Multiple Award IDIQs (MAIDIQ) allowing for competition among awardees, or single-award IDIQs for highly specialized areas. The specific IDIQ for human-agent teaming research would define the scope, contract types, and ordering procedures.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesScientific Research and Development ServicesResearch and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)

Product/Service Code: RESEARCH AND DEVELOPMENTGeneral Science and Technology R&D Services

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 6909 METRO PK DR STE 500, ALEXANDRIA, VA, 22310

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $20,691,621

Exercised Options: $15,231,050

Current Obligation: $14,041,128

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $191,167

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: W911QX21D0004

IDV Type: IDC

Timeline

Start Date: 2021-04-30

Current End Date: 2026-04-29

Potential End Date: 2027-04-29 00:00:00

Last Modified: 2026-01-14

More Contracts from DCS Corporation

View all DCS Corporation federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending