Fire alarm system upgrade at D.C. Booth National Fish Hatchery awarded to Low Voltage Integrators LLC for $110,000
Contract Overview
Contract Amount: $11,000 ($11.0K)
Contractor: LOW Voltage Integrators LLC
Awarding Agency: Department of the Interior
Start Date: 2026-04-10
End Date: 2026-05-29
Contract Duration: 49 days
Daily Burn Rate: $224/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: U.S. FISH AND WILDLIFE SERVICE, SPEARFISH, SD HAS A REQUIREMENT TO REPLACE THE FIRE ALARM SYSTEM PANEL AND COMPONENTS LOCATED AT D.C. BOOTH NATIONAL FISH HATCHERY - BOOTH HOUSE.
Place of Performance
Location: SPEARFISH, LAWRENCE County, SOUTH DAKOTA, 57783
Plain-Language Summary
Department of the Interior obligated $11,000 to LOW VOLTAGE INTEGRATORS LLC for work described as: U.S. FISH AND WILDLIFE SERVICE, SPEARFISH, SD HAS A REQUIREMENT TO REPLACE THE FIRE ALARM SYSTEM PANEL AND COMPONENTS LOCATED AT D.C. BOOTH NATIONAL FISH HATCHERY - BOOTH HOUSE. Key points: 1. The contract value of $110,000 appears reasonable for a fire alarm system panel and component replacement. 2. Competition dynamics indicate a potentially efficient price discovery process, though further details on the bidding process are needed. 3. The short performance period suggests a focused scope of work, potentially mitigating some project risks. 4. This contract supports the operational integrity and safety of a key federal facility. 5. The award falls within the Security Systems Services NAICS code, aligning with industry standards.
Value Assessment
Rating: good
The contract value of $110,000 for replacing a fire alarm system panel and components seems appropriate for the described scope at the D.C. Booth National Fish Hatchery. Benchmarking against similar federal procurements for security system upgrades of this nature would provide a more precise value assessment. However, given the specific location and the nature of the components, the price appears to be within a reasonable range for a firm-fixed-price purchase order.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP (Simplified Acquisition Procedures), which typically involves a limited number of bidders compared to full and open competition. While six offers were received, the specific details of the solicitation and evaluation process are not provided. The use of SAP suggests that the agency sought to streamline the procurement for a relatively small dollar value, aiming for efficiency. The number of bidders indicates some level of market interest.
Taxpayer Impact: For taxpayers, the use of SAP aims to reduce administrative costs associated with larger procurements, potentially leading to cost savings. However, a limited competition environment might not always yield the absolute lowest price achievable through broader market engagement.
Public Impact
The primary beneficiaries are the staff and visitors of the D.C. Booth National Fish Hatchery, ensuring their safety. The contract delivers essential security system upgrades, specifically replacing the fire alarm system panel and associated components. The geographic impact is localized to the D.C. Booth National Fish Hatchery in Spearfish, South Dakota. The contract supports specialized technical labor for the installation and integration of the new fire alarm system.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if proprietary components are used without adequate interoperability provisions.
- Risk of unforeseen technical challenges during installation in an existing, older facility.
- Dependence on the contractor's ability to meet the tight delivery and installation schedule.
Positive Signals
- The use of a firm-fixed-price contract provides cost certainty for the government.
- The award to a specific LLC suggests a focused specialization in security systems.
- The short performance period indicates a clear and manageable project timeline.
Sector Analysis
This contract falls within the Security Systems Services sector, specifically for alarm systems. The market for security systems is diverse, encompassing installation, maintenance, and monitoring services. Federal spending in this area is consistent, driven by the need to protect government assets and personnel. Comparable spending benchmarks would typically involve analyzing other federal purchase orders for similar security system upgrades across various agencies and facility types.
Small Business Impact
The provided data does not indicate if this contract was specifically set aside for small businesses, nor does it detail subcontracting plans. However, given the award to 'Low Voltage Integrators LLC,' it is plausible that the prime contractor is a small business. Further analysis would be needed to determine the extent of small business participation and its impact on the broader small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily reside with the U.S. Fish and Wildlife Service contracting officer and program managers. Accountability measures are embedded in the firm-fixed-price purchase order, requiring delivery of specified components and services by the deadline. Transparency is facilitated through federal procurement databases where contract awards are recorded. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Federal Fire Protection Systems
- Facility Security Upgrades
- National Fish Hatchery Maintenance
- Security Systems Services Contracts
Risk Flags
- Potential for limited competition due to SAP
- Short performance period may increase execution risk
- Need for detailed technical specifications to ensure proper system integration
Tags
security-systems, fire-alarm, facility-maintenance, u-s-fish-and-wildlife-service, department-of-the-interior, south-dakota, purchase-order, firm-fixed-price, simplified-acquisition, limited-competition, small-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $11,000 to LOW VOLTAGE INTEGRATORS LLC. U.S. FISH AND WILDLIFE SERVICE, SPEARFISH, SD HAS A REQUIREMENT TO REPLACE THE FIRE ALARM SYSTEM PANEL AND COMPONENTS LOCATED AT D.C. BOOTH NATIONAL FISH HATCHERY - BOOTH HOUSE.
Who is the contractor on this award?
The obligated recipient is LOW VOLTAGE INTEGRATORS LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $11,000.
What is the period of performance?
Start: 2026-04-10. End: 2026-05-29.
What is the track record of Low Voltage Integrators LLC with federal contracts?
Information regarding the specific track record of Low Voltage Integrators LLC with federal contracts is not detailed in the provided data. A comprehensive assessment would require searching federal procurement databases (like SAM.gov or FPDS) for past awards, performance evaluations, and any reported issues. Understanding their history with similar security system installations, contract values, and on-time delivery rates would provide crucial context for evaluating their capability and reliability on this current project. Without this historical data, it's difficult to definitively assess their past performance and predict future success.
How does the $110,000 contract value compare to similar fire alarm system replacements in federal facilities?
The $110,000 contract value for replacing a fire alarm system panel and components at the D.C. Booth National Fish Hatchery is a specific data point. To benchmark this value effectively, one would need to compare it against similar procurements for fire alarm system upgrades in federal buildings of comparable size and complexity. Factors such as the age of the facility, the specific technology being replaced, and the scope of work (e.g., including installation, testing, and integration) significantly influence cost. A preliminary assessment suggests this value is within a reasonable range for a focused replacement project, but a detailed market analysis of comparable contracts would provide a more robust comparison.
What are the primary risks associated with this specific fire alarm system replacement contract?
The primary risks associated with this contract include potential technical challenges during the installation of new components within an existing facility, which may have unforeseen complexities or outdated infrastructure. There's also a risk related to the contractor's ability to meet the tight delivery and installation schedule (49 days duration). Furthermore, ensuring the compatibility and interoperability of the new system with any existing security infrastructure is critical. Finally, the reliance on a single award under Simplified Acquisition Procedures (SAP) could present a risk if the chosen vendor underperforms, as the competitive landscape was limited.
How effective is the Simplified Acquisition Procedure (SAP) in ensuring value for money for this type of contract?
The Simplified Acquisition Procedure (SAP) is designed to streamline the procurement process for purchases below a certain threshold (currently $250,000), aiming for efficiency and reduced administrative burden. For a $110,000 contract like this fire alarm system replacement, SAP can be effective in achieving value for money by reducing the time and cost associated with a more complex solicitation process. The receipt of six offers indicates sufficient market interest within the SAP framework. However, the effectiveness in maximizing price competition is inherently limited compared to full and open competition, potentially resulting in slightly higher prices than could be achieved through broader market engagement.
What is the historical spending pattern for fire alarm systems by the U.S. Fish and Wildlife Service?
Analyzing historical spending patterns for fire alarm systems by the U.S. Fish and Wildlife Service (USFWS) would require accessing and reviewing past contract data. This would involve identifying all contracts awarded by USFWS for fire alarm systems, maintenance, and related security services over several fiscal years. Key metrics to examine would include the total annual expenditure, the average contract value, the types of services procured (e.g., installation, repair, upgrades), and the primary contractors utilized. Understanding these patterns can reveal trends in investment, identify key vendors, and provide context for the current $110,000 award.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Systems Services (except Locksmiths)
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140FGA26Q0014
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 5 LOWER RED WATER CREEK RD, BEULAH, WY, 82712
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $11,000
Exercised Options: $11,000
Current Obligation: $11,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-10
Current End Date: 2026-05-29
Potential End Date: 2026-05-29 00:00:00
Last Modified: 2026-04-13
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)