DOJ awards $12.4M for less-lethal armory supplies to Combined Systems Inc
Contract Overview
Contract Amount: $12,446 ($12.4K)
Contractor: Combined Systems Inc
Awarding Agency: Department of Justice
Start Date: 2026-04-02
End Date: 2026-04-17
Contract Duration: 15 days
Daily Burn Rate: $830/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: MDC BROOKLYN: LESS LETHAL ORDER FOR ARMORY
Place of Performance
Location: JAMESTOWN, MERCER County, PENNSYLVANIA, 16134
Plain-Language Summary
Department of Justice obligated $12,445.8 to COMBINED SYSTEMS INC for work described as: MDC BROOKLYN: LESS LETHAL ORDER FOR ARMORY Key points: 1. Contract awarded for less-lethal armory equipment, indicating a need for non-lethal force options. 2. The award was made under Simplified Acquisition Procedures (SAP), suggesting a focus on efficiency for smaller purchases. 3. The contract duration is short (15 days), implying an immediate or urgent need for the specified items. 4. The fixed-price nature of the contract shifts risk to the contractor for cost overruns. 5. The supplier, Combined Systems Inc., specializes in defense and security products. 6. This purchase falls under the 'Small Arms, Ordnance, and Ordnance Accessories Manufacturing' NAICS code.
Value Assessment
Rating: fair
The contract value of $12.4 million for a 15-day delivery period for less-lethal armory supplies appears substantial. Benchmarking this against similar, specific 'less-lethal' equipment procurements is challenging without more detailed product specifications. However, the relatively short delivery window suggests a premium might be factored into the pricing for expedited fulfillment. Further analysis would require comparing the specific items procured (e.g., types of less-lethal rounds, restraint devices) to market rates for comparable government or commercial sales.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under SAP (Simplified Acquisition Procedures), which typically allows for broader competition than sole-source but may have streamlined processes. The data indicates 'COMPETED UNDER SAP,' suggesting multiple bids were likely solicited and evaluated. The number of bids received is not explicitly stated, but the use of SAP generally aims to foster competition among eligible vendors for purchases below certain thresholds.
Taxpayer Impact: The use of competitive procedures, even under SAP, is generally beneficial for taxpayers as it encourages multiple vendors to offer their best pricing, potentially leading to cost savings compared to a sole-source award.
Public Impact
Federal Prison System personnel will benefit from enhanced less-lethal capabilities for maintaining order and security. The services delivered involve the provision of armory supplies, specifically less-lethal options. The geographic impact is likely concentrated within Bureau of Prisons facilities nationwide, though specific deployment locations are not detailed. Workforce implications include equipping correctional officers with necessary tools for de-escalation and control.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price inflation due to the short delivery window and potential urgency.
- Limited visibility into the specific types and quantities of less-lethal items procured.
- Dependence on a single contractor for a critical security supply chain component.
Positive Signals
- Awarded through a competitive process, suggesting potential for good value.
- Contractor has a specialization in defense and security products.
- Fixed-price contract structure limits government cost overrun risk.
Sector Analysis
This contract falls within the defense and security sector, specifically related to the manufacturing and supply of ordnance and accessories. The market for less-lethal technologies is a growing segment within defense procurement, driven by evolving security needs and a desire for de-escalation tools. Comparable spending benchmarks would typically be found within the broader 'Ordnance and Accessories' or 'Law Enforcement Equipment' categories, but specific less-lethal procurements are often distinct.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). While the primary awardee is Combined Systems Inc., there is no explicit information regarding subcontracting plans for small businesses. The impact on the small business ecosystem would depend on whether Combined Systems Inc. utilizes small businesses for any part of its supply chain or manufacturing process, which is not detailed in this award notice.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Justice's Bureau of Prisons. Accountability measures are inherent in the fixed-price purchase order structure, requiring delivery of specified goods. Transparency is provided through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to this procurement were identified.
Related Government Programs
- Federal Prison System Operations
- Law Enforcement Equipment Procurement
- Less-Lethal Weapons Systems
- Ordnance and Ammunition Supply
Risk Flags
- Urgent Need Implied by Short Delivery Window
- Limited Visibility into Specific Product Details
- Potential for Premium Pricing due to Expedited Delivery
Tags
department-of-justice, federal-prison-system, bureau-of-prisons, less-lethal-equipment, armory-supplies, ordnance-manufacturing, combined-systems-inc, purchase-order, firm-fixed-price, simplified-acquisition-procedures, small-arms, defense-sector
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $12,445.8 to COMBINED SYSTEMS INC. MDC BROOKLYN: LESS LETHAL ORDER FOR ARMORY
Who is the contractor on this award?
The obligated recipient is COMBINED SYSTEMS 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 $12,445.8.
What is the period of performance?
Start: 2026-04-02. End: 2026-04-17.
What specific types of less-lethal armory supplies were procured under this contract?
The provided data does not specify the exact types of less-lethal armory supplies procured. It falls under the NAICS code '332994 - Small Arms, Ordnance, and Ordnance Accessories Manufacturing.' This category can encompass a wide range of items, including but not limited to less-lethal ammunition (e.g., beanbag rounds, rubber bullets), pepper spray, tasers, restraint devices, and related accessories. Without a detailed product description or line-item breakdown, it is impossible to ascertain the precise nature of the equipment purchased. Further investigation into the contract details or associated documentation would be necessary to identify the specific items.
How does the $12.4 million value compare to typical DOJ spending on less-lethal equipment?
Directly comparing the $12.4 million value to typical DOJ spending on less-lethal equipment is difficult without more granular data on historical procurements for similar items. The Federal Prison System (FPS) is a large entity, and this award represents a significant investment. However, the short 15-day delivery period suggests this might be for an urgent need or a specific, large-scale resupply rather than routine annual spending. To establish a benchmark, one would need to analyze historical contract awards for less-lethal items across the DOJ, filtering by item type, quantity, and delivery timeframe. This single award, while substantial, may not represent the average annual expenditure.
What is the track record of Combined Systems Inc. with the Department of Justice?
Combined Systems Inc. has a history of contracting with the U.S. government, including various agencies within the Department of Defense and Department of Justice. Their specialization lies in defense and security products, including less-lethal options. While this specific award is for $12.4 million, their broader contract history would reveal the extent and nature of their past performance. Analyzing their award data would show if they have consistently met delivery schedules, product quality standards, and pricing expectations in previous engagements with federal agencies. A review of past performance evaluations, if publicly available, would provide further insight into their reliability as a contractor.
What are the potential risks associated with a 15-day delivery period for armory supplies?
A 15-day delivery period for armory supplies presents several potential risks. Firstly, it implies a high degree of urgency, which could mean the government is facing a critical shortage or an immediate operational need. This urgency might lead to paying a premium for expedited production and delivery. Secondly, such a short timeframe puts significant pressure on the contractor, increasing the risk of production errors, quality control issues, or delivery delays if unforeseen problems arise in manufacturing or logistics. Finally, it limits the government's ability to conduct extensive pre-award inspections or source alternative suppliers if issues emerge during the short fulfillment window.
How does the 'COMPETED UNDER SAP' designation impact price discovery and taxpayer value?
Competing under Simplified Acquisition Procedures (SAP) means the contract was likely awarded through a streamlined process designed for purchases below certain dollar thresholds (currently $250,000, though larger amounts can be awarded under specific circumstances). While SAP aims to foster competition, it may not involve the same level of broad outreach or detailed proposal evaluation as full and open competition. For a $12.4 million contract, this suggests the competition might have been limited to pre-qualified vendors or through specific solicitations. The impact on price discovery is generally positive as competition drives prices down, but the level of competition achieved under SAP for this specific award is key. If multiple capable vendors participated, it likely resulted in a fair market price for taxpayers. If competition was limited, there's a higher risk of a less optimal price.
Industry Classification
NAICS: Manufacturing › Other Fabricated Metal Product Manufacturing › Small Arms, Ordnance, and Ordnance Accessories Manufacturing
Product/Service Code: AMMUNITION AND EXPLOSIVES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 388 KINSMAN RD, JAMESTOWN, PA, 16134
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $12,446
Exercised Options: $12,446
Current Obligation: $12,446
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-02
Current End Date: 2026-04-17
Potential End Date: 2026-04-17 00:00:00
Last Modified: 2026-04-02
More Contracts from Combined Systems Inc
- Contractor to Provide Less Lethal Order for Training Range Emergency to the Correctional Services Department Located AT FCI, Fort DIX. Q26-0140-1 — $14.8K (Department of Justice)
- Less Lethal Ammunition FCI Cumberland — $9.7K (Department of Justice)
- Purchase of Less Than Lethal Munitions — $8.5K (Department of Justice)
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.)