Interior's National Park Service Awards $507K for Access Control System to Sentry Security Service
Contract Overview
Contract Amount: $50,694 ($50.7K)
Contractor: Sentry Security Service, LLC
Awarding Agency: Department of the Interior
Start Date: 2025-09-03
End Date: 2026-05-30
Contract Duration: 269 days
Daily Burn Rate: $188/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: AMIS-ACCESS CONTROL SYSTEM
Place of Performance
Location: DEL RIO, VAL VERDE County, TEXAS, 78840
State: Texas Government Spending
Plain-Language Summary
Department of the Interior obligated $50,694 to SENTRY SECURITY SERVICE, LLC for work described as: AMIS-ACCESS CONTROL SYSTEM Key points: 1. Contract value of $506,940 for security systems services. 2. Awarded to Sentry Security Service, LLC. 3. The contract is for a duration of 269 days. 4. The procurement method was 'NOT COMPETED', raising potential concerns about price discovery. 5. The service falls under 'Security Systems Services (except Locksmiths)' PSC.
Value Assessment
Rating: questionable
The contract value of $506,940 for access control systems needs further benchmarking against similar government and commercial contracts. Without competitive bidding, it's difficult to assess if this price represents fair market value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source or limited competition award. This approach may limit opportunities for other vendors and potentially lead to higher prices due to a lack of market pressure.
Taxpayer Impact: The lack of competition could result in taxpayers paying more than necessary for the access control system.
Public Impact
National Park Service operations may be impacted by the functionality and reliability of this access control system. Security of sensitive park areas and visitor information relies on the effectiveness of this system. The award to a single vendor raises questions about equitable distribution of government contracts.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for overpricing
- Limited vendor options
Positive Signals
- Specific security system requirement met
- Awarded to a US-based company (TX)
Sector Analysis
The 'Security Systems Services (except Locksmiths)' sector involves the provision and maintenance of electronic security systems. Government spending in this area is often driven by critical infrastructure protection and facility security needs, with typical contract values varying widely based on system complexity and scope.
Small Business Impact
The data does not indicate whether Sentry Security Service, LLC is a small business. Further analysis would be needed to determine the impact on small business participation in this contract.
Oversight & Accountability
The 'NOT COMPETED' status warrants scrutiny from oversight bodies to ensure the justification for sole-source procurement is valid and that taxpayer funds are used efficiently.
Related Government Programs
- Security Systems Services (except Locksmiths)
- Department of the Interior Contracting
- National Park Service Programs
Risk Flags
- Lack of competition raises concerns about price fairness.
- Potential for higher costs due to sole-source award.
- Limited transparency in vendor selection.
- Need for strong performance oversight to ensure value.
Tags
security-systems-services-except-locksmi, department-of-the-interior, tx, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $50,694 to SENTRY SECURITY SERVICE, LLC. AMIS-ACCESS CONTROL SYSTEM
Who is the contractor on this award?
The obligated recipient is SENTRY SECURITY SERVICE, LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $50,694.
What is the period of performance?
Start: 2025-09-03. End: 2026-05-30.
What was the specific justification for not competing this contract, and does it align with federal procurement regulations for sole-source awards?
The justification for not competing this contract is not provided in the data. Federal regulations allow for sole-source awards under specific circumstances, such as when only one responsible source can provide the required supplies or services. A thorough review of the agency's justification documentation would be necessary to determine its validity and compliance with procurement laws, ensuring fair and transparent use of taxpayer funds.
How does the awarded price compare to industry benchmarks for similar access control systems, considering the lack of competitive bidding?
Without competitive bidding, it is challenging to definitively assess the price. However, a comparison against publicly available pricing for similar access control systems from other government agencies or commercial providers could offer insights. If the awarded price significantly exceeds these benchmarks, it would indicate a potential risk of overpayment and inefficient use of taxpayer money, necessitating further investigation into the procurement process.
What are the performance metrics and oversight mechanisms in place to ensure the effectiveness and value of the awarded access control system?
The provided data does not detail performance metrics or specific oversight mechanisms. Effective oversight would typically involve clear deliverables, service level agreements, and regular performance reviews by the National Park Service. Ensuring these are robust will be crucial to guarantee the system's functionality, reliability, and overall value for money, especially given the non-competitive 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: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 222 N BEDELL AVE, DEL RIO, TX, 78840
Business Categories: Category Business, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $50,694
Exercised Options: $50,694
Current Obligation: $50,694
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-09-03
Current End Date: 2026-05-30
Potential End Date: 2026-05-30 00:00:00
Last Modified: 2026-04-02
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.)