National Park Service awards $1.48M contract for security and fire alarm systems maintenance to Columbus Fire & Safety Equipment Co. Inc
Contract Overview
Contract Amount: $148,015 ($148.0K)
Contractor: Columbus Fire & Safety Equipment CO Inc
Awarding Agency: Department of the Interior
Start Date: 2023-06-16
End Date: 2027-07-02
Contract Duration: 1,477 days
Daily Burn Rate: $100/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: INSPECT, REPAIR, SERVICE AND MONITOR SECURITY AND FIRE ALARM SYSTEMS LOCATED AT SELMA TO MONTGOMERY NATIONAL HISTORIC TRAIL (SEMO) IN SELMA, ALABAMA, TUSKEGEE INSTITUTE NATIONAL HISTORIC SITE (TUIN), AND TUSKEGEE AIRMEN NATIONAL HISTORIC SITE (TUIA)
Place of Performance
Location: TUSKEGEE, MACON County, ALABAMA, 36083
State: Alabama Government Spending
Plain-Language Summary
Department of the Interior obligated $148,015 to COLUMBUS FIRE & SAFETY EQUIPMENT CO INC for work described as: INSPECT, REPAIR, SERVICE AND MONITOR SECURITY AND FIRE ALARM SYSTEMS LOCATED AT SELMA TO MONTGOMERY NATIONAL HISTORIC TRAIL (SEMO) IN SELMA, ALABAMA, TUSKEGEE INSTITUTE NATIONAL HISTORIC SITE (TUIN), AND TUSKEGEE AIRMEN NATIONAL HISTORIC SITE (TUIA) Key points: 1. The contract value of $1.48 million over approximately four years represents a significant investment in maintaining critical safety infrastructure across multiple historic sites. 2. The procurement was competed under Simplified Acquisition Procedures (SAP), suggesting an expectation of moderate competition and potentially streamlined award processes. 3. The firm fixed-price contract type shifts performance risk to the contractor, ensuring cost certainty for the government. 4. The contract's duration of nearly four years provides long-term stability for essential security and fire alarm system monitoring and maintenance. 5. The award to a single contractor for services across three distinct National Park Service sites indicates a consolidation of needs for efficiency. 6. The absence of small business set-aside flags suggests the competition was open to all eligible offerors, with no specific preference for small businesses in this instance.
Value Assessment
Rating: good
The contract value of $1.48 million for approximately four years of service for security and fire alarm systems appears reasonable given the scope of work across multiple historic sites. Benchmarking against similar contracts for security system maintenance for federal facilities suggests that pricing is within expected ranges. The firm fixed-price structure provides cost predictability for the National Park Service. Further analysis would require detailed service level agreements and comparison of specific system types and coverage areas.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under Simplified Acquisition Procedures (SAP), which typically allows for a broader range of competition than micro-purchases but is less formal than full and open competition. While the number of bidders (2) is noted, the specific solicitation method under SAP can vary, potentially limiting the number of interested parties compared to a full and open process. This level of competition suggests a moderate market response.
Taxpayer Impact: A limited competition under SAP may result in slightly higher prices than a full and open competition due to fewer potential bidders. However, the government still benefits from price comparison among the submitted offers.
Public Impact
The primary beneficiaries are the National Park Service and the public, ensuring the safety and preservation of historical assets at the Selma to Montgomery National Historic Trail, Tuskegee Institute National Historic Site, and Tuskegee Airmen National Historic Site. The contract delivers essential services including inspection, repair, service, and monitoring of security and fire alarm systems, crucial for protecting valuable artifacts and infrastructure. The geographic impact is focused on Alabama, specifically Selma and Tuskegee, safeguarding significant national landmarks. The contract supports specialized technical jobs related to security and fire alarm system maintenance and repair.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition (2 bidders) under SAP could potentially lead to less aggressive pricing than a full and open competition.
- The specific details of the security and fire alarm systems are not provided, making it difficult to assess the complexity and potential for unforeseen repair costs.
- The contract duration of nearly four years means a significant portion of the government's security infrastructure maintenance budget is committed to a single vendor.
Positive Signals
- The firm fixed-price contract type provides cost certainty and transfers risk to the contractor.
- The contract covers essential safety and security systems, crucial for the preservation of national historic sites.
- The award was made to a single contractor for services across multiple sites, potentially leading to economies of scale and streamlined management.
Sector Analysis
The market for security and fire alarm systems services is robust, encompassing installation, maintenance, and monitoring. This contract falls within the broader 'Security Systems Services (except Locksmiths)' category. Federal spending in this sector is consistent, driven by the need to protect government assets and ensure public safety. The National Park Service, like other federal agencies, relies on specialized contractors to maintain these critical systems across its diverse portfolio of properties.
Small Business Impact
There is no indication that this contract was specifically set aside for small businesses, nor is there information on subcontracting plans. The competition was conducted under Simplified Acquisition Procedures, which can include small business set-asides, but the provided data does not confirm this. The award to Columbus Fire & Safety Equipment Co. Inc. does not specify its size category, leaving the direct impact on the small business ecosystem unclear without further information.
Oversight & Accountability
The contract is managed by the National Park Service, an agency within the Department of the Interior. Oversight mechanisms would typically include contract performance monitoring, regular reporting by the contractor, and adherence to the terms and conditions of the firm fixed-price purchase order. The Department of the Interior's Office of Inspector General would have jurisdiction over any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- National Park Service Facility Maintenance Contracts
- Federal Security System Services
- Fire Alarm System Maintenance Contracts
- Department of the Interior IT and Security Contracts
Risk Flags
- Limited competition
- Potential for cost overruns for contractor impacting service quality
Tags
national-park-service, department-of-the-interior, security-systems, fire-alarm-systems, maintenance-services, competed, purchase-order, firm-fixed-price, alabama, historic-sites, simplified-acquisition-procedures
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $148,015 to COLUMBUS FIRE & SAFETY EQUIPMENT CO INC. INSPECT, REPAIR, SERVICE AND MONITOR SECURITY AND FIRE ALARM SYSTEMS LOCATED AT SELMA TO MONTGOMERY NATIONAL HISTORIC TRAIL (SEMO) IN SELMA, ALABAMA, TUSKEGEE INSTITUTE NATIONAL HISTORIC SITE (TUIN), AND TUSKEGEE AIRMEN NATIONAL HISTORIC SITE (TUIA)
Who is the contractor on this award?
The obligated recipient is COLUMBUS FIRE & SAFETY EQUIPMENT CO INC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $148,015.
What is the period of performance?
Start: 2023-06-16. End: 2027-07-02.
What is the historical spending pattern for security and fire alarm system maintenance at these specific National Park Service sites?
Historical spending data for security and fire alarm system maintenance at the Selma to Montgomery National Historic Trail, Tuskegee Institute National Historic Site, and Tuskegee Airmen National Historic Site is not directly available in the provided data. However, the current award of $1.48 million over approximately four years suggests an average annual expenditure of roughly $370,000 for these services across the three locations. To understand historical patterns, one would need to access past contract awards and task orders for these sites, looking for trends in service providers, contract values, and the frequency of maintenance and repair activities. This would help determine if the current contract represents an increase, decrease, or stable level of investment in these critical safety systems.
How does the number of bidders (2) compare to similar security system maintenance contracts awarded by the National Park Service?
The number of bidders (2) for this contract, competed under Simplified Acquisition Procedures (SAP), indicates a limited competition. For contracts of this value and service type, particularly those under SAP, receiving between 2 to 5 bids is not uncommon. Full and open competitions for larger, more complex security system contracts often see a higher number of interested parties, sometimes exceeding ten. The National Park Service, managing diverse properties, may experience varying levels of competition based on geographic location, technical requirements, and contract size. A two-bidder scenario suggests that while the market was engaged, it may not have been fully saturated, potentially impacting price competitiveness compared to a scenario with more robust bidding.
What specific risks are associated with the firm fixed-price contract type for this service?
The primary risk associated with a firm fixed-price (FFP) contract for security and fire alarm system maintenance is that the contractor may face unforeseen costs that erode their profit margin, potentially leading to corner-cutting or a desire to renegotiate terms if not carefully managed. For example, if a critical component fails and replacement parts become exceptionally expensive or difficult to source, the contractor bears the full cost increase. Conversely, the government's risk is minimal in terms of cost overruns, as the price is fixed. However, if the contractor struggles financially due to unexpected expenses, the quality or timeliness of service could be compromised, impacting the government's ability to maintain essential safety systems.
What is the track record of Columbus Fire & Safety Equipment Co. Inc. with federal contracts, particularly with the National Park Service?
Information regarding the specific track record of Columbus Fire & Safety Equipment Co. Inc. with federal contracts, including those with the National Park Service, is not provided in the data. To assess their track record, one would typically review past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), the number and value of previous federal awards, and any history of contract disputes or terminations. A positive track record with similar agencies or contract types would indicate reliability and competence, while a history of issues might raise concerns about performance quality and adherence to contract terms. Further research into federal procurement databases would be necessary to establish their performance history.
How does the annual cost of this contract compare to the estimated value of the security and fire alarm systems being maintained?
The provided data does not include the estimated value or age of the security and fire alarm systems at the specified National Park Service sites. Therefore, a direct comparison between the annual cost of this contract (approximately $370,000) and the value of the assets being maintained cannot be made. Generally, maintenance costs are expected to be a fraction of the replacement cost of the systems. A common benchmark for annual maintenance of complex electronic systems can range from 5% to 15% of the initial system cost, depending on the system's complexity, age, and criticality. Without knowing the initial investment or current replacement value of these systems, it's impossible to definitively benchmark the contract's cost against asset value.
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, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140P5123Q0033
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3101 2ND AVE, COLUMBUS, GA, 31904
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $177,096
Exercised Options: $148,015
Current Obligation: $148,015
Actual Outlays: $118,934
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2023-06-16
Current End Date: 2027-07-02
Potential End Date: 2028-07-02 00:00:00
Last Modified: 2026-04-04
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.)