Interior Department awards $51.3M contract for ground radar and drone detection systems to SpotterRF LLC
Contract Overview
Contract Amount: $51,289 ($51.3K)
Contractor: Spotterrf LLC
Awarding Agency: Department of the Interior
Start Date: 2026-04-09
End Date: 2026-07-08
Contract Duration: 90 days
Daily Burn Rate: $570/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: OTHER, GROUND RADAR & DRONE DETECTOR
Place of Performance
Location: KEYSTONE, PENNINGTON County, SOUTH DAKOTA, 57751
Plain-Language Summary
Department of the Interior obligated $51,289.27 to SPOTTERRF LLC for work described as: OTHER, GROUND RADAR & DRONE DETECTOR Key points: 1. Contract awarded on a firm-fixed-price basis, indicating clear cost expectations. 2. The sole-source nature of this award warrants scrutiny regarding price reasonableness. 3. Limited competition raises concerns about potential overpayment and reduced innovation. 4. The contract duration of 90 days suggests a short-term need or a pilot program. 5. The North American Industry Classification System (NAICS) code 334511 points to a specialized manufacturing sector. 6. The award is a purchase order, typically used for simpler acquisitions. 7. The contract is not subject to small business set-asides, indicating no specific preference for small businesses.
Value Assessment
Rating: questionable
Given the sole-source nature of this award, a direct comparison to similar contracts is challenging. However, the price of $51.3 million for a 90-day period for ground radar and drone detection systems appears high without further justification. Benchmarking against market rates for similar technology and services would be necessary to assess value for money. The lack of competition suggests that the government may not have secured the most competitive pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, SpotterRF LLC, was solicited. There is no indication of a competitive bidding process. This approach is typically used when only one source is capable of meeting the requirement, or in urgent situations. The lack of competition limits the government's ability to explore alternative solutions and negotiate the best possible price.
Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive pressure. Without multiple bids, there is less assurance that the price reflects fair market value.
Public Impact
The National Park Service will benefit from enhanced security and surveillance capabilities. The contract delivers critical technology for detecting ground threats and drones. The primary geographic impact is expected to be within areas managed by the National Park Service, potentially across South Dakota. The contract supports the manufacturing sector for specialized detection instruments.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price discovery and potentially increases costs for taxpayers.
- Lack of competition may hinder the adoption of potentially more advanced or cost-effective solutions.
- The high dollar amount for a short-duration contract warrants further investigation into the necessity and scope of services.
Positive Signals
- Award to a specialized manufacturer (SpotterRF LLC) suggests access to specific technological expertise.
- Firm-fixed-price contract provides cost certainty for the government.
- The contract addresses a critical need for security and detection capabilities.
Sector Analysis
The contract falls within the 'Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing' sector, specifically NAICS code 334511. This is a niche area focused on advanced sensor and detection technologies. The market for drone detection systems is rapidly evolving, driven by increasing concerns over unauthorized drone activity. Comparable spending benchmarks are difficult to establish without more detailed information on the specific capabilities and scale of the systems procured.
Small Business Impact
This contract was not competed under small business set-aside provisions, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. Therefore, the direct impact on the small business ecosystem is likely minimal unless SpotterRF LLC voluntarily engages small businesses in its supply chain.
Oversight & Accountability
As a purchase order, oversight may be less formalized than for larger contract vehicles. Accountability will primarily rest with the contracting officers at the National Park Service. Transparency is limited by the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Department of Homeland Security drone detection programs
- Department of Defense counter-drone initiatives
- Federal Aviation Administration airspace security technology
Risk Flags
- Sole-source award
- High dollar value for short duration
- Lack of competitive bidding
Tags
other, department-of-the-interior, national-park-service, purchase-order, firm-fixed-price, sole-source, ground-radar, drone-detection, spotterrf-llc, south-dakota, manufacturing, security-technology
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $51,289.27 to SPOTTERRF LLC. OTHER, GROUND RADAR & DRONE DETECTOR
Who is the contractor on this award?
The obligated recipient is SPOTTERRF 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 $51,289.27.
What is the period of performance?
Start: 2026-04-09. End: 2026-07-08.
What is SpotterRF LLC's track record with federal contracts, particularly for similar detection systems?
A review of federal procurement data would be necessary to fully assess SpotterRF LLC's track record. However, the award of a $51.3 million purchase order suggests a level of established capability or a critical need that led the National Park Service to sole-source this requirement. Further investigation into past performance, contract history, and any reported issues or successes with previous government engagements would provide a clearer picture of their reliability and expertise in delivering detection systems.
How does the $51.3 million price for a 90-day contract compare to market rates for ground radar and drone detection systems?
Without specific details on the technical specifications and quantity of systems procured, a precise market comparison is difficult. However, $51.3 million for a 90-day period is a substantial amount. Industry benchmarks for similar, albeit potentially less comprehensive, drone detection solutions can range significantly. The sole-source nature of this award raises concerns that the government may not have achieved the most competitive pricing. A thorough market research report or independent cost analysis would be required to validate the price reasonableness against current market rates for comparable technologies and services.
What are the specific risks associated with awarding a contract of this magnitude on a sole-source basis?
The primary risk of a sole-source award is the lack of competition, which can lead to inflated prices and reduced innovation. Taxpayers may overpay for the goods or services received. There's also a risk that the government misses out on potentially superior or more cost-effective solutions offered by other vendors. Furthermore, it can create a perception of favoritism or a lack of due diligence in seeking the best value. For this specific contract, the risk is that the National Park Service did not explore all available options for acquiring effective ground radar and drone detection systems.
What is the expected effectiveness of these detection systems in enhancing the security of National Park Service areas?
The effectiveness of the detection systems hinges on their technical capabilities, deployment strategy, and integration with existing security protocols. Ground radar and drone detectors are designed to identify unauthorized aerial and ground-based intrusions, providing early warning to security personnel. For National Park Service areas, this could translate to improved protection against poaching, illegal surveillance, unauthorized drone flights, and other security threats. The 90-day duration suggests this might be an initial deployment or a pilot phase to assess effectiveness before a larger, long-term commitment.
What are the historical spending patterns for similar detection technologies by the Department of the Interior or the National Park Service?
Historical spending data for similar detection technologies by the Department of the Interior and the National Park Service would need to be accessed through federal procurement databases. Without this data, it's difficult to establish a baseline. However, the increasing prevalence of drone technology and associated security concerns suggests a growing need for such systems across federal agencies. This $51.3 million award could represent a significant investment, potentially indicating a new or expanded focus on this capability within the NPS, or it could be an outlier driven by specific, urgent requirements.
Are there any specific performance metrics or deliverables outlined in the contract to measure success?
The provided data does not specify performance metrics or deliverables. However, for a contract of this nature, typical performance expectations would include the successful detection of specified threats within defined ranges and accuracy levels, timely reporting of alerts, and operational reliability of the equipment. The firm-fixed-price nature implies that SpotterRF LLC is responsible for delivering the agreed-upon systems and functionality within the contract price. The 90-day term suggests that performance evaluation might focus on the initial operational period and system functionality.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140P6426Q0029
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 720 TIMPANOGOS PKWY, OREM, UT, 84097
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $51,289
Exercised Options: $51,289
Current Obligation: $51,289
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-09
Current End Date: 2026-07-08
Potential End Date: 2026-07-08 00:00:00
Last Modified: 2026-04-09
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.)