DOJ awards $158K to Twin City Security for guard services in FY26, prioritizing past performance and price
Contract Overview
Contract Amount: $158,602 ($158.6K)
Contractor: Twin City Security Inc
Awarding Agency: Department of Justice
Start Date: 2026-01-01
End Date: 2026-03-31
Contract Duration: 89 days
Daily Burn Rate: $1.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FY26 B2 TWIN CITY SECURITY LD - GUARD SVCS QTR 2 FSS GS-07F-058DA BEST VALUE: PAST PRICE, PAST PERFORMANCE, DELIVERY-ALL STAFF ARE CLEARED
Place of Performance
Location: CAMBRIDGE, ISANTI County, MINNESOTA, 55008
Plain-Language Summary
Department of Justice obligated $158,602 to TWIN CITY SECURITY INC for work described as: FY26 B2 TWIN CITY SECURITY LD - GUARD SVCS QTR 2 FSS GS-07F-058DA BEST VALUE: PAST PRICE, PAST PERFORMANCE, DELIVERY-ALL STAFF ARE CLEARED Key points: 1. Contract awarded to Twin City Security Inc. for $158,602. 2. Services include guard and patrol for the Federal Prison System. 3. Competition was full and open, with delivery order under FSS. 4. Best value determination based on price, performance, and delivery. 5. Contract duration is 89 days for Q2 FY26.
Value Assessment
Rating: good
The contract's firm fixed price structure suggests clear cost expectations. Benchmarking against similar guard service contracts would provide further insight into value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
Full and open competition was utilized, allowing multiple vendors to bid. The use of a Federal Supply Schedule (FSS) delivery order likely streamlined the process and potentially leveraged pre-negotiated rates.
Taxpayer Impact: The award amount is relatively small, suggesting a minimal direct taxpayer impact from this specific contract.
Public Impact
Ensures security at federal correctional facilities. Supports the Bureau of Prisons' operational needs. Provides employment for security personnel. Maintains safety and order within correctional institutions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited contract duration (one quarter) may necessitate future re-competition.
- Reliance on past performance and price could overlook innovative solutions.
- Geographic concentration in Minnesota might limit broader competition.
Positive Signals
- Clear best-value criteria established.
- Utilizes existing FSS contract for efficiency.
- Staff are cleared, ensuring immediate operational readiness.
Sector Analysis
This contract falls under security and protective services, a common expenditure for government agencies managing facilities. Benchmarks for similar guard services vary widely based on location, security level, and contract duration.
Small Business Impact
The data does not indicate if Twin City Security Inc. is a small business. Further analysis would be needed to determine the impact on small business participation.
Oversight & Accountability
The use of an FSS delivery order suggests adherence to established procurement procedures. Oversight would focus on performance monitoring and adherence to contract terms by the Bureau of Prisons.
Related Government Programs
- Security Guards and Patrol Services
- Department of Justice Contracting
- Federal Prison System / Bureau of Prisons Programs
Risk Flags
- Short contract duration
- Reliance on past performance may limit innovation
- Potential for vendor lock-in if competition is consistently limited
- Geographic concentration
Tags
security-guards-and-patrol-services, department-of-justice, mn, delivery-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $158,602 to TWIN CITY SECURITY INC. FY26 B2 TWIN CITY SECURITY LD - GUARD SVCS QTR 2 FSS GS-07F-058DA BEST VALUE: PAST PRICE, PAST PERFORMANCE, DELIVERY-ALL STAFF ARE CLEARED
Who is the contractor on this award?
The obligated recipient is TWIN CITY SECURITY INC.
Which agency awarded this contract?
Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).
What is the total obligated amount?
The obligated amount is $158,602.
What is the period of performance?
Start: 2026-01-01. End: 2026-03-31.
What is the historical performance data that led to the 'past performance' being a key factor in this award?
The award justification highlights 'past performance' as a critical factor, implying Twin City Security Inc. has a documented record of successfully fulfilling similar contracts. This could include metrics like on-time delivery, quality of service, and client satisfaction from previous engagements with government or private entities. Understanding the specifics of this past performance would offer greater insight into the reliability and effectiveness of the selected vendor.
How does the 'best value' determination balance past price against past performance and delivery?
The 'best value' approach suggests the award wasn't solely based on the lowest price but considered a combination of factors. Twin City Security Inc. likely offered a price deemed competitive while also demonstrating a strong track record in service delivery and performance. This balance aims to secure a reliable service provider that offers good value over the contract's lifespan, rather than just the cheapest option, potentially avoiding higher costs associated with poor performance or delivery failures.
What is the potential risk associated with the short, 89-day duration of this delivery order?
The primary risk of a short, 89-day duration is the potential for service disruption if a follow-on contract isn't awarded promptly. It also limits the vendor's ability to fully integrate or invest in long-term solutions. For the agency, it necessitates frequent procurement cycles, increasing administrative burden and potentially leading to higher costs if competition is limited in subsequent rounds or if a new vendor requires a ramp-up period.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Guards and Patrol Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 105 GARFIELD ST S, CAMBRIDGE, MN, 55008
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $158,602
Exercised Options: $158,602
Current Obligation: $158,602
Actual Outlays: $50,890
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS07F058DA
IDV Type: FSS
Timeline
Start Date: 2026-01-01
Current End Date: 2026-03-31
Potential End Date: 2026-03-31 00:00:00
Last Modified: 2026-04-10
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)