Interior's $1.9M Liability Insurance Contract Awarded to U.S. Aerospace Defense Group
Contract Overview
Contract Amount: $19,024 ($19.0K)
Contractor: U.S. Aerospace Defense Group, Inc
Awarding Agency: Department of the Interior
Start Date: 2026-04-10
End Date: 2029-04-25
Contract Duration: 1,111 days
Daily Burn Rate: $17/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MD-DIV OF MIG BIRDS-OY2 LIABILITY INSURA
Place of Performance
Location: LAUREL, PRINCE GEORGES County, MARYLAND, 20708
State: Maryland Government Spending
Plain-Language Summary
Department of the Interior obligated $19,024.06 to U.S. AEROSPACE DEFENSE GROUP, INC for work described as: MD-DIV OF MIG BIRDS-OY2 LIABILITY INSURA Key points: 1. Contract awarded for liability insurance to U.S. Aerospace Defense Group. 2. The contract is a BPA Call under a previously competed contract. 3. The duration is over 3 years, ending in April 2029. 4. The total value is approximately $1.9 million. 5. The sector is insurance, a common area for government procurement.
Value Assessment
Rating: fair
The contract value of $1.9M for over 3 years of liability insurance appears within a reasonable range for government contracts of this nature. Benchmarking against similar policies would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP (Simplified Acquisition Procedures) and awarded as a BPA Call. While competed, the specifics of the SAP competition and the prior BPA limit the depth of price discovery.
Taxpayer Impact: Taxpayer funds are being used for essential liability insurance, which is a necessary cost for government operations. The value appears reasonable for the service provided.
Public Impact
Ensures operational continuity for the U.S. Fish and Wildlife Service by covering potential liabilities. Provides financial protection against unforeseen events related to the agency's activities. Supports the agency's mission by mitigating financial risks associated with property and casualty.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition due to SAP and BPA Call.
- Contract duration extends over three years, potentially locking in rates.
Positive Signals
- Essential service procured.
- BPA Call suggests a pre-existing framework for efficiency.
Sector Analysis
This contract falls within the insurance sector, specifically direct property and casualty insurance carriers. Government spending in this area is consistent, covering operational risks across various agencies.
Small Business Impact
There is no indication that small businesses were involved in this specific BPA Call award. Further analysis of the original BPA competition would be needed to assess small business participation.
Oversight & Accountability
The contract was awarded under Simplified Acquisition Procedures, which have less stringent oversight than larger procurements. The BPA Call mechanism implies oversight was applied during the initial BPA establishment.
Related Government Programs
- Direct Property and Casualty Insurance Carriers
- Department of the Interior Contracting
- U.S. Fish and Wildlife Service Programs
Risk Flags
- Limited competition visibility.
- Long contract duration.
- Potential for unoptimized pricing under SAP.
Tags
direct-property-and-casualty-insurance-c, department-of-the-interior, md, bpa-call, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $19,024.06 to U.S. AEROSPACE DEFENSE GROUP, INC. MD-DIV OF MIG BIRDS-OY2 LIABILITY INSURA
Who is the contractor on this award?
The obligated recipient is U.S. AEROSPACE DEFENSE GROUP, INC.
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 $19,024.06.
What is the period of performance?
Start: 2026-04-10. End: 2029-04-25.
What was the competitive landscape during the original BPA competition?
The provided data indicates this is a BPA Call, suggesting a broader contract vehicle was previously established and competed. Understanding the original competition for the BPA is crucial to assess the full extent of market engagement and potential value for taxpayers. Without details on the initial BPA competition, it's difficult to fully evaluate the current award's competitive merit.
Are there any specific risks associated with liability insurance for wildlife services?
Potential risks could include environmental incidents, property damage during wildlife management operations, or third-party claims. The adequacy of the coverage limits and the insurer's capacity to handle such claims are key considerations. The specific nature of the U.S. Fish and Wildlife Service's operations might present unique liability exposures that need careful management.
How does this contract's pricing compare to industry benchmarks for similar government liability insurance?
Without specific details on the coverage scope, limits, and deductibles, a precise benchmark is challenging. However, the $1.9M value over 3+ years for a federal agency suggests a potentially negotiated rate. Comparing this to other federal agency insurance contracts or commercial policies with similar risk profiles would be necessary for a definitive assessment of cost-effectiveness.
Industry Classification
NAICS: Finance and Insurance › Insurance Carriers › Direct Property and Casualty Insurance Carriers
Product/Service Code: SOCIAL SERVICES › SOCIAL SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140FS324A0010
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 126 MONT HELENA DR, MADISON, MS, 39110
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $19,024
Exercised Options: $19,024
Current Obligation: $19,024
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 140FS324A0010
IDV Type: BPA
Timeline
Start Date: 2026-04-10
Current End Date: 2029-04-25
Potential End Date: 2029-04-25 00:00:00
Last Modified: 2026-04-10
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.)