DOJ's DEA awards $44K firm-fixed-price order to SAFEWARE INC for miscellaneous durable goods

Contract Overview

Contract Amount: $44,032 ($44.0K)

Contractor: Safeware Inc

Awarding Agency: Department of Justice

Start Date: 2026-04-08

End Date: 2026-07-07

Contract Duration: 90 days

Daily Burn Rate: $489/day

Competition Type: NOT COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TITLE: SAFEWARE BPA ORDER FOR BUDAPEST ILEA REQUESTOR: MARC E GODLEWSKI AFT#: 2026-TR-0148 REF AWARD/BPA: 15DDHQ21A00000017 DELIVERY DATE: 07/07/2026

Place of Performance

Location: LANHAM, PRINCE GEORGES County, MARYLAND, 20706

State: Maryland Government Spending

Plain-Language Summary

Department of Justice obligated $44,031.98 to SAFEWARE INC for work described as: TITLE: SAFEWARE BPA ORDER FOR BUDAPEST ILEA REQUESTOR: MARC E GODLEWSKI AFT#: 2026-TR-0148 REF AWARD/BPA: 15DDHQ21A00000017 DELIVERY DATE: 07/07/2026 Key points: 1. The contract value is relatively small, suggesting a focused need for specific goods. 2. Awarded under a BPA call, indicating a pre-negotiated framework agreement. 3. The delivery timeline of 90 days is standard for this type of procurement. 4. The firm-fixed-price structure shifts cost risk to the contractor. 5. The absence of small business set-aside flags a potential missed opportunity for smaller vendors. 6. The procurement was not competed under SAP, raising questions about potential competition.

Value Assessment

Rating: fair

The contract value of $44,031.98 is modest. Benchmarking against similar contracts for miscellaneous durable goods is difficult without more specific product details. However, the firm-fixed-price nature suggests the government has a defined budget and the contractor bears the risk of cost overruns. The award amount appears reasonable for a 90-day delivery period for specialized goods.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was awarded as a BPA Call, meaning it was likely competed or established under a broader Blanket Purchase Agreement (BPA). However, the specific notation 'NOT COMPETED UNDER SAP' suggests that this particular call order may not have undergone full and open competition or even the simplified acquisition procedures (SAP) if it exceeded certain thresholds. Further details on the BPA's competition strategy are needed to fully assess.

Taxpayer Impact: When a contract is not fully competed, taxpayers may not benefit from the lowest possible prices achievable through robust market competition.

Public Impact

The Drug Enforcement Administration (DEA) is the primary beneficiary, receiving necessary durable goods. The goods procured will support DEA operations, likely within Maryland. The specific services delivered are the provision of miscellaneous durable goods. The workforce implications are minimal, likely involving logistics and delivery personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of clarity on competition under SAP could mean higher prices for taxpayers.
  • Limited information on the specific 'durable goods' makes value assessment challenging.
  • Absence of small business participation noted.

Positive Signals

  • Firm-fixed-price contract provides cost certainty for the government.
  • BPA call mechanism can streamline future procurements.
  • Defined delivery date ensures timely receipt of goods.

Sector Analysis

The procurement falls under the 'Other Miscellaneous Durable Goods Merchant Wholesalers' category (NAICS 423990). This sector encompasses a wide range of wholesale trade activities for various durable goods not elsewhere classified. Federal spending in this area is broad, supporting diverse agency needs from office supplies to specialized equipment. Benchmarking is difficult without knowing the exact nature of the goods, but spending on wholesale durable goods is a consistent component of federal procurement.

Small Business Impact

The contract was not set aside for small businesses (ss: false, sb: false). This indicates that the procurement was open to all eligible vendors, or that the specific BPA under which this call was issued did not prioritize small business participation for this particular order. There is no information provided regarding subcontracting plans, so the direct impact on the small business ecosystem is unclear, but it represents a missed opportunity for direct award to a small business.

Oversight & Accountability

Oversight for this contract would fall under the Department of Justice's Inspector General. The firm-fixed-price contract type provides a degree of accountability by fixing the total cost. Transparency is limited by the lack of detailed public information regarding the specific goods and the competition process for this BPA call.

Related Government Programs

  • SAFEWARE BPA
  • Drug Enforcement Administration Procurement
  • Department of Justice Contracts
  • Miscellaneous Durable Goods Procurement

Risk Flags

  • Potential lack of competition
  • Unspecified nature of goods procured

Tags

department-of-justice, drug-enforcement-administration, safeware-inc, bpa-call, firm-fixed-price, not-competed-under-sap, miscellaneous-durable-goods, maryland, small-value-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $44,031.98 to SAFEWARE INC. TITLE: SAFEWARE BPA ORDER FOR BUDAPEST ILEA REQUESTOR: MARC E GODLEWSKI AFT#: 2026-TR-0148 REF AWARD/BPA: 15DDHQ21A00000017 DELIVERY DATE: 07/07/2026

Who is the contractor on this award?

The obligated recipient is SAFEWARE INC.

Which agency awarded this contract?

Awarding agency: Department of Justice (Drug Enforcement Administration).

What is the total obligated amount?

The obligated amount is $44,031.98.

What is the period of performance?

Start: 2026-04-08. End: 2026-07-07.

What specific 'miscellaneous durable goods' were procured under this order, and how do they align with the DEA's mission?

The provided data does not specify the exact 'miscellaneous durable goods.' The NAICS code 423990 covers a broad range of items, from sporting goods and recreational equipment to office furniture and fixtures, and even musical instruments. Without further detail, it's impossible to definitively link these goods to the DEA's core mission of enforcing controlled substance laws. However, it is reasonable to infer they are necessary operational assets, potentially related to office infrastructure, equipment maintenance, or specialized support functions required for field or administrative operations. The limited value suggests they are not major capital equipment.

What was the competitive landscape for the overarching BPA (15DDHQ21A00000017), and why was this specific call order not competed under SAP?

The data indicates that the overarching BPA (15DDHQ21A00000017) was awarded to SAFEWARE INC. The notation 'NOT COMPETED UNDER SAP' for this specific call order (AFT#: 2026-TR-0148) suggests that either the value of this individual order exceeded the Simplified Acquisition Procedures (SAP) thresholds, or it was executed under terms of the BPA that allowed for non-competitive task orders, possibly due to specific pre-negotiated pricing or unique requirements. Without access to the BPA details and the justification for not using SAP, it's difficult to ascertain the full competitive history. However, if the BPA itself was competed, this call order benefits from that initial competition. If not, it raises concerns about price discovery.

How does the firm-fixed-price (FFP) structure impact risk and value for this contract?

The Firm-Fixed-Price (FFP) contract structure is advantageous for the government in this scenario as it transfers the risk of cost overruns to the contractor, SAFEWARE INC. The total price is fixed, regardless of the contractor's actual costs incurred. This provides budget certainty for the Department of Justice. For value, the FFP structure incentivizes the contractor to be efficient and manage costs effectively to maximize profit. However, the government must ensure the initial price negotiated reflects fair market value, as there is less flexibility to adjust the price if costs change significantly. Given the relatively small value ($44,031.98) and short duration (90 days), the FFP is a suitable choice for managing this procurement.

What is the historical spending pattern with SAFEWARE INC for similar goods or services by the DEA or DOJ?

The provided data only includes details for this specific BPA call order. To assess historical spending patterns with SAFEWARE INC, one would need to query federal procurement databases (like USASpending.gov or FPDS) for other contracts awarded to this vendor by the DEA or the broader Department of Justice. Analyzing past awards would reveal the frequency, value, and types of goods/services provided by SAFEWARE INC. This would help determine if this $44,031.98 order is an outlier, a continuation of a trend, or part of a larger relationship. Without this historical context, it's difficult to gauge the vendor's established performance or pricing trends with the agency.

Are there any specific performance risks associated with SAFEWARE INC or the nature of these 'miscellaneous durable goods'?

The provided data does not contain specific performance risk indicators for SAFEWARE INC. General risks associated with 'miscellaneous durable goods' procurement include potential delays in delivery, receipt of non-conforming items, or issues with the quality or durability of the goods themselves. The firm-fixed-price nature means the contractor bears the financial risk of these issues, but the government still faces the risk of operational disruption if goods are late or defective. The short 90-day delivery window and modest contract value suggest that the risks are likely manageable and confined to the scope of this specific order, rather than indicative of systemic issues with the contractor or the goods.

Industry Classification

NAICS: Wholesale TradeMiscellaneous Durable Goods Merchant WholesalersOther Miscellaneous Durable Goods Merchant Wholesalers

Product/Service Code: INSTRUMENTS AND LABORATORY EQPT

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4403 FORBES BLVD., LANHAM, MD, 20706

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $44,032

Exercised Options: $44,032

Current Obligation: $44,032

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 15DDHQ21A00000017

IDV Type: BPA

Timeline

Start Date: 2026-04-08

Current End Date: 2026-07-07

Potential End Date: 2026-07-07 00:00:00

Last Modified: 2026-04-08

More Contracts from Safeware Inc

View all Safeware Inc federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending