DOJ's $3.6M fire detection upgrade at MCC San Diego awarded to American Alarm Co., Inc
Contract Overview
Contract Amount: $3,606,938 ($3.6M)
Contractor: American Alarm CO., Inc.
Awarding Agency: Department of Justice
Start Date: 2023-10-09
End Date: 2026-03-22
Contract Duration: 895 days
Daily Burn Rate: $4.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: UPGRADE FIRE DETECTION SYSTEM AT MCC SAN DIEGO
Place of Performance
Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92101
Plain-Language Summary
Department of Justice obligated $3.6 million to AMERICAN ALARM CO., INC. for work described as: UPGRADE FIRE DETECTION SYSTEM AT MCC SAN DIEGO Key points: 1. The contract aims to enhance safety through a critical fire detection system upgrade. 2. Competition was full and open, suggesting a potentially competitive bidding process. 3. The contract type is a firm fixed price, which helps manage cost certainty. 4. The duration of the contract is approximately 3 years, indicating a medium-term project. 5. The project is located in California, a significant market for federal contracting. 6. The award to American Alarm Co., Inc. represents a specific investment in facility infrastructure.
Value Assessment
Rating: good
The contract value of $3.6 million for a fire detection system upgrade appears reasonable for a federal facility of this size. Benchmarking against similar upgrades in federal correctional institutions or large public buildings would provide a more precise assessment. The firm fixed-price nature of the contract offers cost predictability for the Bureau of Prisons. Without specific details on the scope of work and the technology deployed, a definitive value-for-money judgment is challenging, but the price seems within expected ranges for such infrastructure projects.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'full and open competition after exclusion of sources,' indicating that while the competition was broad, specific sources may have been excluded for defined reasons. The presence of 3 bidders suggests a moderate level of competition. A higher number of bidders typically leads to more aggressive pricing and better value for the government. The exclusion of certain sources, if not fully justified, could potentially limit price discovery.
Taxpayer Impact: The full and open competition, despite potential exclusions, likely resulted in a fair market price for taxpayers. The inclusion of multiple bidders generally prevents price gouging and ensures that the government receives competitive offers.
Public Impact
Inmates and staff at the Metropolitan Correctional Center (MCC) San Diego will benefit from enhanced fire safety. The services delivered include the installation and upgrade of a critical fire detection system. The geographic impact is localized to the MCC San Diego facility in California. The project supports the operational readiness and safety of a federal law enforcement facility. The contract ensures compliance with federal safety regulations and standards.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen complexities arise during installation.
- Dependence on American Alarm Co., Inc.'s performance and adherence to schedule.
- Risk of system integration issues with existing facility infrastructure.
Positive Signals
- Firm fixed-price contract mitigates budget uncertainty.
- Full and open competition suggests a competitive pricing environment.
- Upgrade addresses critical safety infrastructure, reducing long-term risk.
- Contract duration allows for phased implementation and testing.
Sector Analysis
The contract falls within the construction and facility maintenance sector, specifically focusing on electrical contractors and wiring installation. The federal government is a significant investor in upgrading and maintaining its vast portfolio of buildings and infrastructure. Spending on fire detection and safety systems is a recurring necessity across all federal agencies to ensure compliance with safety codes and protect personnel and assets. This contract represents a typical investment in maintaining secure and operational federal facilities.
Small Business Impact
The data indicates that this contract was not set aside for small businesses, and there is no explicit mention of subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless American Alarm Co., Inc. voluntarily engages small businesses for specialized services or materials. Further investigation into subcontracting plans would be needed to assess any indirect benefits.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Justice's Bureau of Prisons (BOP) contracting and project management officials. The contract's firm fixed-price nature simplifies some aspects of financial oversight. Accountability measures are inherent in the contract terms, including performance standards and delivery schedules. Transparency is facilitated by the public nature of federal contract awards, though detailed project-specific oversight reports are not publicly available.
Related Government Programs
- Federal Building and Fire Safety Program
- Bureau of Prisons Facility Modernization Projects
- Department of Justice Infrastructure Investments
- General Services Administration (GSA) Building Operations
Risk Flags
- Potential for limited competition due to source exclusion.
- Performance risk associated with contractor execution.
- System integration challenges with existing infrastructure.
Tags
construction, facility-maintenance, fire-detection-system, department-of-justice, bureau-of-prisons, mcc-san-diego, california, firm-fixed-price, definitive-contract, full-and-open-competition, electrical-contractors, infrastructure-upgrade
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $3.6 million to AMERICAN ALARM CO., INC.. UPGRADE FIRE DETECTION SYSTEM AT MCC SAN DIEGO
Who is the contractor on this award?
The obligated recipient is AMERICAN ALARM CO., 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 $3.6 million.
What is the period of performance?
Start: 2023-10-09. End: 2026-03-22.
What is the specific scope of work for the fire detection system upgrade at MCC San Diego?
The provided data does not detail the specific scope of work for the fire detection system upgrade. However, based on the contract description 'UPGRADE FIRE DETECTION SYSTEM AT MCC SAN DIEGO' and the North American Industry Classification System (NAICS) code 238210 (Electrical Contractors and Other Wiring Installation Contractors), it can be inferred that the project involves the replacement or modernization of existing fire alarm panels, sensors, wiring, and potentially notification devices within the Metropolitan Correctional Center in San Diego. This could include upgrading to address obsolescence, meet current fire codes, improve detection sensitivity, or enhance system reliability and reporting capabilities. A detailed statement of work (SOW) within the contract documents would provide precise specifications.
How does the awarded price of $3.6 million compare to similar fire detection system upgrades in federal facilities?
Benchmarking the $3.6 million award requires comparison with similar projects, which is challenging without more specific data on the size and complexity of the MCC San Diego facility and the exact scope of the upgrade. However, for large federal facilities, especially correctional institutions which often have stringent safety requirements and complex layouts, a multi-million dollar investment for a comprehensive fire detection system upgrade is not uncommon. Costs can vary significantly based on square footage, the number of zones, integration with other security systems, and the specific technologies employed (e.g., advanced smoke detection, networked systems). A preliminary assessment suggests the price is within a plausible range for such an undertaking, but a detailed comparison with other BOP or GSA facility upgrades of comparable scale would be necessary for a definitive value assessment.
What are the key performance indicators (KPIs) or milestones for this contract?
The provided summary data does not explicitly list the key performance indicators (KPIs) or milestones for this contract. However, typical milestones for a fire detection system upgrade project of this nature would likely include: completion of design and engineering plans, procurement of materials, installation phases (e.g., rough-in wiring, device installation), system testing and commissioning, integration with existing building management or security systems, final inspection and acceptance, and project closeout. Performance would be measured against adherence to these timelines, quality of installation, system functionality meeting specifications, and compliance with all relevant codes and standards. The Bureau of Prisons would monitor these aspects throughout the contract duration.
What is the track record of American Alarm Co., Inc. with federal contracts, particularly for similar projects?
Information on American Alarm Co., Inc.'s specific track record with federal contracts, especially for fire detection system upgrades, is not detailed in the provided data. A comprehensive assessment would require reviewing their contract history within federal databases like SAM.gov or FPDS. This would reveal past performance, any reported issues or awards, and the types and values of previous federal work undertaken. For a critical infrastructure project like a fire detection system, the Bureau of Prisons would likely have vetted the contractor's experience and past performance to ensure capability and reliability.
Are there any potential risks associated with the 'full and open competition after exclusion of sources' method used for this award?
The 'full and open competition after exclusion of sources' method, while aiming for broad competition, introduces a potential risk if the exclusions are not well-justified or transparent. If legitimate potential bidders were excluded without adequate reason, it could limit the pool of offers, potentially leading to less competitive pricing than true full and open competition. However, such exclusions are typically based on specific regulatory requirements or documented justifications (e.g., national security, specific technical capabilities). The fact that three bidders participated suggests that the exclusion criteria did not unduly stifle competition in this instance, but the rationale behind the exclusions warrants scrutiny for optimal taxpayer value.
Industry Classification
NAICS: Construction › Building Equipment Contractors › Electrical Contractors and Other Wiring Installation Contractors
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SEALED BID
Solicitation ID: 15BFA023B00000006
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1671 VINEYARD DR, ANTIOCH, CA, 94509
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,606,938
Exercised Options: $3,606,938
Current Obligation: $3,606,938
Actual Outlays: $3,124,519
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2023-10-09
Current End Date: 2026-03-22
Potential End Date: 2026-03-22 00:00:00
Last Modified: 2026-03-13
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.)