DOJ's $228K purchase order for fire suppression system parts awarded to Summit Fire & Security LLC
Contract Overview
Contract Amount: $22,853 ($22.9K)
Contractor: Summit Fire & Security LLC
Awarding Agency: Department of Justice
Start Date: 2026-04-02
End Date: 2026-04-30
Contract Duration: 28 days
Daily Burn Rate: $816/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ANSUL SYSTEM CYLINDER & CARTRIDGE REPLACEMENT
Place of Performance
Location: HERLONG, LASSEN County, CALIFORNIA, 96113
Plain-Language Summary
Department of Justice obligated $22,853 to SUMMIT FIRE & SECURITY LLC for work described as: ANSUL SYSTEM CYLINDER & CARTRIDGE REPLACEMENT Key points: 1. The contract value appears reasonable for specialized fire suppression system components. 2. Awarded via purchase order, suggesting a streamlined procurement process for essential supplies. 3. Limited competition is indicated, potentially impacting price negotiation and value for money. 4. The short duration of the contract implies a need for immediate or recurring supply. 5. This contract supports the operational readiness of federal correctional facilities. 6. The National Stock Number (NAICS 561621) points to a specific niche within security systems services.
Value Assessment
Rating: fair
The contract value of $228,530 for cylinder and cartridge replacement for ANSUL systems is difficult to benchmark without specific part numbers and quantities. However, given the specialized nature of fire suppression systems and the potential for emergency replacements, the price may be within a reasonable range. The fixed-price nature of the award provides cost certainty. Further analysis would require comparing unit prices for specific components against market rates or similar government contracts for the same or equivalent parts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a sole-source purchase order, meaning it was not competed. This approach is typically used when only one vendor can provide the required goods or services, or in cases of urgent need. The lack of competition means that the government did not solicit bids from multiple suppliers, which can limit price discovery and potentially lead to higher costs than if the contract had been competed.
Taxpayer Impact: Taxpayers may not be receiving the best possible price due to the absence of competitive bidding. Without multiple offers, there is less pressure on the contractor to offer the most cost-effective solution.
Public Impact
Federal Prison System facilities benefit from the continued operational readiness of their fire suppression systems. Ensures the safety and security of inmates and staff within Bureau of Prisons institutions. The contract supports the maintenance of critical safety infrastructure in correctional environments. Geographic impact is likely nationwide, as Bureau of Prisons facilities are located across the United States, though this specific order is for California.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in higher costs for taxpayers.
- Potential for overpricing due to sole-source award.
- Limited transparency into the justification for sole-source procurement.
Positive Signals
- Ensures critical safety equipment is maintained, supporting inmate and staff safety.
- Award to a single, potentially specialized vendor can ensure quality and expertise.
- Fixed-price contract provides cost certainty for this specific purchase.
Sector Analysis
The market for fire suppression systems and their components is a specialized segment within the broader security and safety equipment industry. This contract falls under security systems services, specifically related to the maintenance and supply of parts for specialized fire suppression equipment like ANSUL systems. The industry is characterized by a need for certified technicians and adherence to strict safety regulations. Spending in this area is driven by the ongoing requirement to maintain operational safety in critical infrastructure, including federal facilities.
Small Business Impact
This contract was not awarded to a small business, nor does it appear to include specific small business set-aside provisions. The award was made to Summit Fire & Security LLC. There is no explicit indication of subcontracting requirements for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem from this specific contract is likely minimal, unless Summit Fire & Security LLC itself utilizes small businesses in its supply chain.
Oversight & Accountability
As a purchase order, oversight is typically managed through the contracting officer and the agency's procurement department within the Department of Justice. Accountability measures would include ensuring delivery of the correct items as specified in the order and adherence to the fixed price. Transparency is limited due to the sole-source nature of the award; the justification for not competing the requirement would be documented internally. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Prison System Maintenance Contracts
- Bureau of Prisons Fire Safety Equipment
- Department of Justice Security Systems Procurement
- General Services Administration (GSA) Schedule Contracts (if applicable)
- Emergency Fire Suppression System Services
Risk Flags
- Sole-source award lacks competitive pricing.
- Potential for overpayment due to lack of competition.
- Dependency on a single supplier for critical safety equipment.
Tags
department-of-justice, bureau-of-prisons, federal-prison-system, security-systems-services, fire-suppression-systems, purchase-order, sole-source, california, firm-fixed-price, critical-infrastructure, safety-equipment
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $22,853 to SUMMIT FIRE & SECURITY LLC. ANSUL SYSTEM CYLINDER & CARTRIDGE REPLACEMENT
Who is the contractor on this award?
The obligated recipient is SUMMIT FIRE & SECURITY LLC.
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 $22,853.
What is the period of performance?
Start: 2026-04-02. End: 2026-04-30.
What is the specific justification for awarding this contract on a sole-source basis?
The provided data indicates the contract was awarded as 'NOT COMPETED' and has a contract type of 'SOLE SOURCE'. The specific justification for this sole-source award is not detailed in the provided data. Typically, sole-source procurements are justified when only one responsible source is available to satisfy the agency's needs, or in cases of urgent and compelling circumstances that prevent competition. For specialized equipment like ANSUL system components, the justification might stem from proprietary technology, unique maintenance requirements, or a lack of other qualified vendors in the geographic area or market. A formal Justification for Other Than Full and Open Competition (JOFOC) would normally be required and documented by the agency.
How does the price of these ANSUL system cylinders and cartridges compare to market rates for similar products?
Benchmarking the price of these ANSUL system cylinders and cartridges against market rates is challenging without specific product details (part numbers, quantities, specifications) and a clear understanding of the contract's total value breakdown. The total award is $228,530 over a 28-day period. If this represents a bulk purchase of numerous components, the unit prices might be competitive. However, given the sole-source nature, there's a risk that the prices are higher than what could be achieved through competitive bidding. A thorough analysis would involve obtaining a detailed price list from Summit Fire & Security LLC and comparing these unit costs with those offered by other suppliers of fire suppression system components, considering factors like brand, model, and volume discounts.
What is the track record of Summit Fire & Security LLC in performing similar government contracts?
Information regarding Summit Fire & Security LLC's track record with government contracts is not provided in the data snippet. To assess their performance, one would need to review their contract history, including past awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any reported issues or successes. A positive performance history with previous federal agencies, particularly for similar security or fire suppression system services, would indicate a lower risk for this contract. Conversely, a history of poor performance or contract disputes could raise concerns about reliability and value.
What is the expected impact of this contract on the operational readiness of the Federal Prison System?
This contract is crucial for maintaining the operational readiness and safety of Federal Prison System facilities, specifically those located in California, by ensuring the availability of replacement parts for ANSUL fire suppression systems. These systems are critical for mitigating fire risks within correctional institutions, protecting both inmates and staff. By securing these essential components, the Bureau of Prisons can prevent potential system failures that could compromise safety protocols and lead to hazardous situations. The short duration suggests a need for timely replenishment, indicating these parts are actively used or required for immediate maintenance, thereby directly supporting the ongoing security and operational integrity of the facilities.
Are there any historical spending patterns with Summit Fire & Security LLC or for ANSUL system maintenance by the DOJ?
The provided data does not include historical spending patterns for either Summit Fire & Security LLC or for ANSUL system maintenance by the Department of Justice. To analyze historical spending, one would need access to broader federal procurement databases (like FPDS or SAM.gov) to track previous awards to this contractor and for this specific service/product category by the DOJ or other agencies. Understanding past spending levels, contract durations, and competition types for similar requirements would provide context for the current $228,530 award, helping to identify trends, potential cost increases, or shifts in procurement strategies.
What are the risks associated with relying on a single supplier for critical fire suppression components?
Relying on a single supplier, as indicated by the sole-source award, presents several risks. Firstly, it eliminates competitive pressure, potentially leading to inflated prices and reduced value for money. Secondly, it creates a dependency on that specific vendor, making the agency vulnerable to supply chain disruptions, price hikes, or changes in the vendor's business operations. If Summit Fire & Security LLC experiences financial difficulties, operational issues, or decides to discontinue certain products, the Bureau of Prisons could face significant challenges in sourcing these critical components. This dependency also limits the agency's flexibility in adopting alternative or potentially more cost-effective solutions.
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: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Blackrock Institutional Trust Company National Association
Address: 1950 S MCCARRAN BLVD, RENO, NV, 89502
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $22,853
Exercised Options: $22,853
Current Obligation: $22,853
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-02
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-04-02
More Contracts from Summit Fire & Security LLC
- Annual Fire Safety Protection/Inspection and Repairs — $86.4K (Department of Homeland Security)
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.)